Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1985/03/14 - Agenda Packet - Adj.
CC'C.151pry i ~~ Can s r'_- D a F ~ Z U > 1977 Q~ ~ RANC}IO (.1JC.1,'v10NCn\ CITY COL:'VC'IL AGE.~iIIA Lions Park Community Cea[er 9161 Base Liae Roed Rancho Cucamonga, Ca liforaia Adjourned Mee[ioR - March 14. 1985 - 5:00 ~m• d1Y item sa6rit tad For the Ci[~ Council Agenda eta[ 6e in rtiting. The daadline for t¢b~ittiug tbeae item is 5:00 p.r. o¢ [he AedpeadaT prior to the resting. the City Clerk'a Offiee receirn QY aach iteaa. 1. CALL IO OYD61 • A. Roll Cell; AriBh[ Buquet _, Mi kale _, Oehl ,^, and Ring _ 2. BTdPP Y6P021'g A. DAY CREER WORRSMOP 1. Introduction Project Deecri p[i on, Phaei ag and Schedu lea 2, Project Staff inz and Orranizetion a. Recommended City Staffing b. Delineation of City e¢d County Re epoaeibi lines c. Consultant selection process and recammendati one City Council Agenda -2- Narch 14. 1985 • 3. Statue of Financial Program Fund S[etua Mellc-Roos District Statue of Rureeu of Reclamation Loan Rock end Gravel Operation Proposal for Day Creek Spreading Grounds 3. ADJOOYIO~S • r rmv nc o n ~•r un rr •~ e vn~•r e STAFF REPORT ~~`,~"~~` t ~ ~;~, x`~~> ~,~' `-~9-: ~ DATE: March 14, 1985 T0: City Council and City Manager FROM: Lloyd B. Mubb s, City Engineer SUBJECT: DAY CREEK PROJEC? ORGANIZATION The Day Creek project is a complex pregr am involving the coordination of numerous agencies and a complex financing package. The project, when complete, will be owned and operated by the County Flood Control District with the exception of road crossings. Primary funding for the project will be provitled by the Rancho Cucamonga Redevelopment Agency and the Day Creek Mello- ftoos Corununity Facilities District No. 84-1. In order to balance the interests of both the City and the County, the project team has been structured to allow financial control to vest in the City while project design and construction will be managed by the District. This arrangement will avoid redundancy in review processes caused 6y total City administration with County review, but the City retains financial control. The attached letter of Understanding delineates the mutual obligations of the City and the District relative to project administration. Basic elements of the agreement are as follows: n City will provide project funding, including all salary and benefit costs to cover the Project Manager and Resident Engineer. Project Manager - 3 years @ t €60,000/year = $180,000.00 Resident Engineer - 2 years @ t 550,000/year $100 000.00 TOTAL ESTIMATE = 2 0,000.0 o County will: Issue a no fee permit for construction. Furnish channel plan checking services Provide right-of-way services, including appraisals, acquisition and condemnation, if required. Provide utility relocation assistance. Provide coordination with Bureau of Reclamation and Division of Omn Safety. Provide staff vehicles, secretarial services and miscellaneous equipment costs for County project management staff. CITY COUNCIL STAFF REPORT Oay Creek Project Organization March 14, 1985 Page 2 o City will provide 2 Project Engineers for coordination, roadway and local drainage plan check, road right-of-way information and financial review. When the project goes to construction, it will be necessary to provide a project field office and associated inspection staff, clerical suoport and equipment. It is currently felt that two or three additional inspectors heyond the Resident Engineer will be required. This staff is to be either contract or County personnel. Inspection manpower requirements will depend, to a great extent, on the schedule and progress of the contractors operations. PROJECT STAFFING SUMMARY START DATE Project Manager ................. .County PWE IV On-Going Resident Engineer ........ ..... .. .County PWE III January 1986 City Project Man ager ..... ....... .S enior Civil Engineer ASAP City Plan Checker-COOrdlndtOY....ASS OCiate Civil Engineer ASAP Construction Inspectors .. ........2-3 Contract/County April 1986 Project Clerical .... ..... ........1 Clerk Typist April 1986 • Ail other Engineering and Design services will be prov idetl by consultants. C011SULT ANT SELECTION PROCESS Over this past year, staff has been working with the County to select design consultants for the Day Creek Project. The County consultant selection process was followed and the final selection was made by a committee comprised of the Ontario and Rancho Cucamonga City Engineers, the Oay Creek Project Manager, a representative of the Board of Supervisors, a representative from the County Public Work Agency and an appointee of the Board C'n airman. Over a hundred engineers were requested to submit qualification statements of which 25 submi Cted. Thirteen firms were invited to submit proposals, of which four finalists were invited to interview. The recommendation of the Selection Committee and supporting data is attached for your information. The committee recommended that Willdan Associates act as the prime consultant for design control with assistance to be provided by the joint venture of Boyle and Ludwig Engineering. Willdan will do design development for the entire project and final design on Reaches One and Three. The current status of negotiations are still open at this time. We hope to have a final contract with Willdan for design development for the March 20th City Council meeting. Final contracts will follow for final design at such time as negotiations are successfully completed. IL now appears that the total design will range from 51.3 - 51.5 million. CITY COUNCII. S'A°r" REPORT Day Creek Project Crganizztion March 14, 1985 Page 3 \J RECOMMENDATION It is recommended that City Council take the following actions: 1. Concur in the consultant selection of Willdan Associates and Boyle- Ludwig and authorize finalization of consultant contracts. 2. Authorize recruitment and hiring of a Senior Special Projects Engineer and Associate Civil Engineer to begin iironediately. 3. Authorize the Mayor to sign the Letter of Understanding with the County Flood Control District delineating mutual responsiblit ies. Respectfully submitted, ~/~~~~~YG2~~~ LRH. j~fa/ Attachments • • • ~:. ~, Z O Q _ a+ H ~ U 2 ~~ ~ O N K t ~ O G w c I- ZC OL L ~ C T C ~ C C d L U N y 2` t w o w cc ~ n ~- ~ v, W O V Y C L a, ~ u L O N O L: ~~ C C C C ~ C r- V` •~ O C L w L Y Y ~O C U c oar Lur a u mt e c c o ~v N Vl L_ d C W C W 2 F- 4 z £ C F- £ U 2 W W 'J O] C ~ ~ o' F L P U! c a o c E ~~ m o+ J C ~ W .~ U N y v o u r a u •n c o N L s a C c ~ o o.. ~ ro ~ E o~n v'^ E L V ~ O ~ a: m (Y y. ~!! 9 N •r L-_ C41N c m c q .~ .~ EUa _ O L ut O '- N O Q1 Q U ~_ Y i •N a o L h Y O V Y• N U L a ri a~ c i C N U rC- c c a G >L m o ~ Q J d' M C E . a N ° .~. a ~+ ¢ a va c° Q C ~ a me ~~m [= I k' t L V IO i 3 v va NOS fJ3U C o E ~ AO O .~ .~- L ~- E xT 3 h tiQ .~ C Q' V ., N R Q' F H i L S L V 2 aa+3v L T 6 C~ C 3 U i F L 4 ti C: ~~'\~~. <` J CITY OF RANCHO CUCAMONGA • x~ J v, ~.~~^. yJr x.y.. Jnn D. )likely 4 'x rownim..e.., G Z .__ _ _-~~ ('hark. J. Ruyurl 11 .Ie ffrv. Aims i~' Riehara Jl. IAhl Pamela J.Nri¢ht March 14, 1965 Mayor Jon D. Mikels City of Rancho Cucamonga Post Office Box 807 Rancho Cucamonga, California 91730 RE: Day Creek Construction Project Dear Mayor tdikels, Under the provisions of the City/County Day Creek Project Manager Agreement (Contract No. 84-11j dated January 9, 1984, any additional work or County staffing requiremen is may 6e approved by both agencies subject to mutual agreement. In that we are currently entering the final design phase of Day Creek Channel, • we feel it advisa67e to clearly specify the project staffing, organization and mutual obligations. This letter delineates those mutual responsibilities. If it meets with the Council's approval, would you please indicate with your signature. CITY/RE DF.V ELOPI4ENT AGENCY SHALL: 1. Provide funds for complete design and construction of Day Creek project, within the City of Rancho Cucamonga and unincorporated area to the north, as set forth in the 9i11 Mann Drainage Report, The Mello-Roos Community Facilities District 84-1 Program and Bureau of Reclamation Application Report (if approved). Construction may include segments within the City of Ontario northerly of the Sourthern Pacific Railroad. 2. Pay for casts to acquire necessary right-of-way for the construction project. 3. Pay for cost of construction contract administration and inspection. 4. Employ a County Public Works Engineer (PWE IV) to act as Project Manager and a PWE II[ to act as Resident Engineer, as provided for in previous City/County/RDA Agreement. 5. Apply for and obtain necessary Flood Control District permits. All fees in connection therewith shall be waived by the Flood Control District. 6. Provide necessary office space and related equipment for staff to carry out contract administration and inspection functions. 9J20 BARELINE ROAD, SUITE C • POST OFFICE. RO%807 RA8C11f1 ('CCAMONa A. CA LIFDRNIA 91770 • (711) 999.19a1 Mayor „on Mi kels Day Creek Construction Project March 14, 1985 Page 2 • FLOOD CONTROL DISTRICT/COUNTY SHALL: 1. Provide a PWE IV to act as Project Manager and a PWE III to act as Resident Engineer under the conditions set forth in previous County/City/ROA Agreement (Contract No. 84-11) and provide other services as set forth in same Agreement. 2. Provide NO FEE permits for construction project. 3. Provide plan checking services. 4. Provide right-of-way services including appraisals, acquisition and condemnation at no cost to Lhe City. 5. Provide utility relocation assistance in cases of prior rights issues and difficult condemnation cases. 6. Review and approve final hydrology and hydraulics for design purposes. 7. Approve all final plans and specifications. 8. [n addition, the District will pick up approximately 51,800/month in • related project costs attributable to indirect services performed by or for the County PWE III nod PWE IV including: a. 13% administrative overhead for PWE III and PWE IV b. secretarial services c. County vehicles d. Reproduction, printing, supplies, etc. COUNTY/CITY/R OA MUTURLLY SHALL: 1. Review and approve all project costs. 2. Negotiate consultant fees for consultant services. 3. Develop and agree on a construction phasing program. We presently project the project would take approximately three (3) years to complete, including design and construction. Staffing for the project may vary slightly but generally the following should meet the basic staffing needs: lJ Mayor Jon Mikels Day Creek Construction Project March 14, 1985 Page 3 • o Requirement for San Bernardino County personnel ;includes 42% overhead): a. Project Manager/yr @ + $60,000 for 3 years = 5180,000 6. Resident Engineer/yr ~t + 550,000 for 2 years = 5100 000 280,000 o City of Rancho Cucamonga a. 1 Sr. Project Engineer for 3 years b. 1 Assoc. Engineer for 3 years c. 1 Office Clerk for 3 years d. 2-3 Inspectors Contract/County for 2 years The preceding obligations are based on the attached preliminary phasing and construction schedule. Project delays or extensions would involve extensions of staffing commitments. Very truly yours, • MICHAEL C. WALKER Director of Transportation and Flood Control JON D. MI KELS, MAYOR City of Rancho Cucamonga C I DAY CREEK CONSTRUCTION PROJECT PHASING I. REACH 1 CONSTRUCTION PROJECT A. Wineville Basin north to I-30 (SB Freeway) E 3.2 million B. I-10 Freeway north to Arrow Route b 2.9 million .1 million Includes 10X contingency and 15% Engineering, Inspection and Contract Administration SI. REACH 2 CONSTRUCTION PROJECT A. Arrow Route north to Highland Avenue E 5.0 million III. REACH 3 CONSTRUCTION PROJECT A. Highland Avenue north including Debris Dam E 6.1 million B. Day Creek Debris Basin E 2.4 million Subtotal 8.5 mi lion 70TAL CONSTRUCTION PROJECT E19.6 million Cl C~ OAY CREEK CONSTRUCTION PROJECT PHASING TIME FRAMES • I. REACH 1 CONSTRUCTION PROJECT A. April 1985 - B. Eight months channel work C. February 1986 D. April 1986 - E. April 1987 - Start Consultant (Willdan Assoc.) complete design development and hard design of 9 Advertise Project Award Reach 1 Construction Project Complete Reach 1 Construction Project II. REACH 2 CONSTRUCTION PROJECT A. August 1985 - Start Consultant (Boyle-Ludwig) B. Six months - Compelte design of Reach 2 Project C. February 1986 - Advertise Project D. April 1986 - Award Reach 2 Construction Project E. April 1987 - Complete Reach 2 Construction Project [II. REACH 3 CONSTRUCTION PROJE CT* A. January 1986 (or sooner) - start Consultant on Design (Willdan) 8. Six months - Complete Oesign of Reach 3 Project C. July 1986 (or sooner) -Advertise Project D. October 1986 (or sooner) -Award Reach 3 Construction Project E. October 1987 (or sooner) - Complete Reach 3 Construction Project *It is noted Reach 3 design could start sooner than January 1986, at discretion of consultant. This would also allow construction of Reach 3 to start at an earlier time, therefore completing the overall construction project in less time. ,/~1.', C, ;i,. SAN BERNAADINO COUNTV ~~~ FLOOD CONTROL DISTRICT STANDARD CONTRACT FOR DIS :°'^.T USE ONLV 'u-: 9utl get Vn,l `l a, ~ ].,0 J.~.[~ Nn a.oNC, wm. .. ..,....... .. _,., ..... _.._ ........ ............. co mote ~. 1~. ,a lla w.nq. DAY cREES =?a.re _ ;tA:aA ~A ,..,m.~,.e,,,m.,.~ "tm 4oo,e vimau 4moun, Each' THIS CONTRACT is entered into in the State of California 6y and between the San Bernardino County Flood Control District, hereafter called the District, and N.m. CI:Y CF PA:]C5O CJGaF!OHGA herea fter called CITY Yatl,e,s 9320 9aszli.^.e, Suite C A'D AEC-cVELO?'dE:]T AG ~::CY O ^.4E CIT7 C Rancho Ca coma r.ca, CA 91730 FA.NCi{O CJCA'1C;tGA rno~. e~nn o.,. (7141 989-1951 hereafter called AGE::CY Em«a i o no o, so[~a~ s.a~mv no. IT IS HERERY AGREED AS FOLLOWS: (Use mace below and additional band sheers. Set forth service ra be .mndemd, amount ro be oard, manner of paymen t, rime /ar performance or comolebon, derermmabon of sanslaROrv peAprmance and cause /or rermmanon. other remrs and candmons, and urroch plans, spec{icariont, and addenda, d any.) W I T :J E S S E T H WH°?SAS, CITY and DIETP.ICT are aware of existing do•..n stream fl cod hazards • originating from Day Canyon and contributing areas; and, WRE?PAS, CITY and DISTRICT are also aware of the ic,-..e diate need [o control flood waters frcm Day Canyon and contributing areas; and, 47RE?=.\S, CITY and DISTRICT agree control of said flood ~xaters fron Day Canyon and contributing areas is necessary to alloy development of the flood prone areas; and, t,'IiE Af',E, CITY has created a redevelopment project known as the Rancho Redevelop- ment Project within CITY and AGENCY is presently pursuing re development of the Rancho Redeye lopmene Project Area and AGENC't re cam izes the need to provide adequate flood protection measures to serve the Project Area and has determined that such flood protection measures are of benefit to the Pro Sect and the immediate area in which the Froject is located, including a large portion o_' the Day Canyon an3 contributing flood prone areas; and, ;vl{EP5A5, CLTY and A^c.iC'i wilt have to address `load hazards and methods for control and protection of de v~.; lopment within Che flood prone areas and have found and determined that the project would not develop without the benefit of 'load protection measures and thae there are no other reasonable means of financing such flood protection measures at the present time; and, earx.es.ea/ R... a/eo ~ ~ 8 ro.l nr~ ~ ~~ iT!E 3E.i5, CICY and C_~...C,.. _..ree uLimare .`lccd protection censures are pre?er- able to late ran 2lood ?rc tecticn nea sore s, as they provide for co tic ml of major 5lcc~ and denris flows our of the canyon mouoh and vith.n the outlat channel system thereby proi._ce:ng large flood prone areas vhici allows more or. erl;. and .,anaceable control of devaloprent within those areas as yell as gr ea: cast savings 6y eliminating t.._ need for 1nteYim flood protection ^easura s; ar.d, led E?.4E, Ci *Y and Di E': P.I C: agree an offoa shoul3 he put Eorwatd to thorougily im~estigate (durin^y enaoing develcnment wit; in flood prone areas of the aG'cACY), which will provide t5e sane level o` protectiar. as t..*.e proposed costly intetia flood prct ect ion facilities, thereby el imitating tie need for duel icatian of these `_ac iLit ies at a later tine, resulting in great cost savings Co the affected ayencie s; and, IPriEA?AS, CI.Y on 'cehal.` o_° its AGESC°, is willing to provide £undinq for such an offore, and DiS:?SC^ is wi llinc to provide a ?~,~pl is Forks Engineer IV (?.;J. E. IV) to Carry out the effort; ^7o'a raz=Eyc?~, .r Ts :~r:c:.r:.'i acRE~ as =oti.c:as: P TST RiC: 5ra:.L: 1. Provide to C.7`I (appoint) a Public iioxks Eng:reer iV Co carry out the • below Listed tasks: A. Coordi :ate oroco sod Jay Cre e.i Canyon an3 outlet channel cots ixuctior. wozs with the Eo 1loWing acetic ies: (1) Cities of Rancho Cuca~nca, Ontario and ;'on Gana. (2) A£Eected agencies such a5 Corps of Engineers, Count/ flood Control District, CaltYans, eG c. (3) Consultant Engineers, General Contractors, Pock and Gravel Operators, etc. 8. Inve stigate flood prone azeas of Day Creek and sake recommendations on ultiGa[e versus interim flood pco tee tion devices, to allow dove lopcent in Elcod ?tone areas. C. Prepare necessary R. E.'r.'s, assist in selec Ling consultants, preFariny con t: acts, selec tine contrac m rs, Cootd inat ing construction projects for the proposed nay Creek debris don and outlet channel works. D. Pzovi,:e engineering expertise to insure impcovements are constructed • in eons id oration cE the 9i11 Mann Study, and EuYeau of Fee Lamar ion project. Page 2 of 6 ~ (. -. Sett tng vo S:oad based su coo r_ far the Ecreav of 2eclamat icn, Dav • Creek Ya ter Conservation Pro 7~ct t::roucy ^ask ?once Co rani t'ee involvement. c. Imp lemen[aL•on o' Storage Aerseren is `ue tv:een Chino gas is Sater- master and ^iSTEICT for establishment of water credits. G. Coordinating efforts and pursu inq funding mechanisms for improvement of the Day Creek Channel system in the downstream reaches, as well as for the East Et iwanda and San Seva i..^.e drainage systems. H. Coordinate any ongoing activity of `he Day, East Etiwands, San Seva ine Technical and/or Steering Com~i ttees. I. Coordinate any ether new projects or act i•rities dealing with flood control and/or water conservation efforts in [he Day, East Etiwanda, San Seva ine drainage system. 2. Provide to CITY and/or AGENCY, a monthly billing of all services provided during the previous month. 3. Charce to CZTY and/or AGEiiCY the following ra[os for services to be provided • by the DIET7ICT, which are based on the current Count? salary schedules: A. P.:•7.'c. IV (Base 4ourly Salary) - $19.01 B. The present rate to be charted for general oayroll one rhead is 42 ;. 0. The Following are the typical costs to CITY for the direct County services provided: (1) P.tv.E. N (Base Salary/t:onth) $ 3,399 (2) General Payroll overhead (42L X 53,799) 1,429 TOT,V, DZ P.ECT MOOT:{gf COSTS $ 4,827 (3) Total yearl7 costs for direct services $ 57 924 6. Pay for all indirect County costs necessar7 for the P.ta.E. IV to perform the tasks set fot2F. in 1.A [h n: I atare. These will include; L Page 3 of 6 ~ ~ A. P.:J.E. I7 ddministrat i•:^_ trrer:^ss9 r13: 5 53,:097 5 4q 2.00 • 9. Seer?tart' I - 513.59,' :C 20 hrs )mo 27..00 C. County veh isle - Fixee NonCcly Cost 160.00 Cos t,'mi - 19C/.mi X 500 mi ~ 90.00 TOT.1L I`]DIZCT F!OtITY.D'f COSTS $ 964.00 D. Total yearly costs for indirect services provided by DISTRICT $11,568,00 5. Pay for all other indirect offiro costs such as reoroduction, orirting, supplies, etc. 6. SuSmrt to CIT'?, tY.e it actual costs on a monthly basis. These charges shall be identified as "£99911" fot the direct labor charee s. CITY Sh:Ai.:,: 1. PYOVide fund 1.^, y^ fOY a Sdn BCrndrdlRO COUnty Flood C)O nt rol Dis CL ict PUb liC Works engineer IV (P.W.E. IV), on a full-ti.:.e basis, for the sole purpose of coord inatinc and ca rryinq forward the goals and objectives set forth in • this agreement. 2. Pay for the services of said P.41.E. I`/ accord.:.g to the schedule set forth in s.a.H. 3. Provide assist anc_ to said P.W.E. IV in the way of CITY services necessary for expeditious review of plans, reoorts, studies, etc, 4. 2rovide City engineer and/or coSnizant CSTY staff to meet with said P.W.E. IV at least once every two weeks to discuss status of projects and work perform- ance. Provide guidance and assistance to insure goals and objectives are being achieved. IT IS FUP,THER LTIDEPSTOOD AIJD AGREED; 1. If it becomes necessary co fund addi'1ona1 DISTP,ICT labor, other than as set for C1 under "D15': PICT Siu,L:," 3. A.O.C., 4.A.B.C.D., and 5, to assist said P.[a. ;,'. IV in caeryinS out the goats and objectives o.` the aforementioned tasks, then CIT'f and CISTP.ICT shall review said labor requieeme ncs an3 after agreement on identified need, CTT'i shall provide necessary funds [o cover said labor. Said labor will be charged at the appropriate rate, plus overhead, as• set forth in the County "Memorandum of Understanding". Page 4 of 6 ~ ~~ 2. The ^___ of Ls acreement is f..r one ~: ear .:_c..._nclao :: itb tor-. a1 • acre ptaoce by bath C.'! and TE'.._.... 3. Sold agreement is `.or a cn?-year p_r_oc, bo~.:e ver, said agreement sha L' CO ni 1.^.lle 1:1 -°OCM .°Or 1n ddQltlO ra: _•e ar o ..Ba 5• -n °SS t_....1naLCd i^ wr'_tir,q by either party. 4. Any recuest for adjnsirants, nod ilia at ions er cha.^.ges to this aoreec.ent by either party, shall be made in writ inc and be agr_eabie to both parties. 5. 9oth CITY and CIS^..'.: CT are aware the protect ob; ectives, to be pu rs:ed by this agreement, are of great benefit to both parties, ultimately orov id ing major flood coaCO1 and water comet r: at ion facil i~. its for t;;e Cay Creek watershed and dorm st re am tributary areas and to compie to the project ma-y re cuire several years of joint e'_fort 5y bot`, ca rt its, un9er t`,is or a similar agreement. 6. This agreement shall be bindinc upon all of the part its hereto and open their successors and assigns fmm. and after the operative date hereof. 7. Goth ing in this agreement shall be consirue3 to create in any way, or for any ourpo se, a joint venture, acency-pars rpal relationship, or • panne rship between the conies hereto. A. The persons listed be Law are hereby appointe3 as author iced recce sentatives of the respective Hart ie=_ for the purpose of adc,in isteri^c the terms of this agreement: A. FOR DISTRICT: Flood Cart col Enc inter B. FOA CITY: City Erg is ter 9. City Engineer shall at all times, have access to the work product of [he P.W.E. Zl' for this project whenever it is in preparation and progress. 10. This agreement shall constitute an obligat ion and deft of AGENCY to use tax increment revenue to :e i; y,u rse C:^'! by periodic p, ymen is for the obligations assw-,ed by C:TY hereunder and to have CIT'! apply said funds in satisfaction of its obligations to C-~........ Such indebtedness shall 5e subordinate Co any an3 all other indebtedness incurred by 1GE:i C'i, including indebted Hess incurred subsequent to the execution of [his agreement by AGENCY through the issuance of Cax allocation bonds. Page 5 of 6 .., :9I^ :?5a ::_: ~_.~~ ~he ca: ties he :^._re unto s;rvh scr_~ °e"'co :a•:e caused :!;,,_r ed and _:;eir :escect i° '' Fec-1•:e naves to respecc.ve prccer - ~° seals to ,w,e ~ • of f_cers duly auC- °o'aan to of^Ei:.: e9 6y ~, ehe: e::ato e.r ~":ted. • P.F,J2'TIOPpL1!'; AGE;.CZ OP TP.S C::Y Cr^ P.l^CiiO CCC:,:.:G::GA ay-~~~~ SAN BER ,~NO COUNTY fL00 COAj 6DISTRIC - (/ ~ ` C C mzr, Bo tl Supe ors . CAl M1ICFLWaIN Dated=P_;~~ ~O 19--- nrr~~___ ~~--- CITY OF Fll:JCF'0 CCCM1( , ~lsmre dcorpo.ane C`JCA n, COmOanY. llc.) BY- lAuf~i ltl Signsturel Dated Title Aco.o..e ,f m~rc,i PO.m _. ~~P~ft Address -~-~ N.ri. rv. ffo pllirT - / / ~~~1'vr7•tVat~ ~ lull COUntY COUnf.l - ' on. J 7 ~ Z. Qr ~ of .; Aarn~r ~em_~~-~._ O9a N99~69) R.r.ll/eO ~ -~'~-'--'~_ r.s. 6 9r 6 DEPARTMENT OF TRANSPORTATlONI FLOOD CONTROLIAIRPORTS :26 East Thnd Street San Bernar dlno, CA 924150835 ~ (7141 3831665 _ _ _ COUNTY OF SAN gERNAADIN _ ' ENVIflONMENTAL _ _ _ PUBLIC WORKS AGENCY ~~~~~, .,i ~~ J , ' '~ ~ Y1IC HAEI G 'NAl'(ER ~ o~~eno, December 26, 1064 File: 1-fiCD/6.23 the Honorable Jon D. Mi kels Mayor of the City of San cho Cucamonga Post Office box 807 Poncho Cucamonga, Califon is 91730 Re; Zor,e 1, Day Creek, Consultant Selection, Rancho fledevelo pmenL Project Dear Mayor Mi kels: Please be advised the Day Creek Consultant Sel ec ticn Coimni ttee met on fiursday, December 13, 1984 and is recommending the fallowing Consultant Ci rms for design of the Day Creek Improvement Project (Rancho Redevelopment Project). Wil ldan Associates is recommended as the prime consultant firm and Boyle Engineering Corporation, in association with Ludwig Engineering, is reccmmended to assist in the design. All three Cirms are highly qualified and the Committee felt this particular design team would provide an excell er.t product in tens of total design and preparation of completed plans and speci Fications. The Committee has now completed the consultant selection process and would like to thank the City of Rancho Cucamonga and its Redevelopment Agency Sor the opportunity to be of service, through the County selection process. We are hope tul the recommended consultants will satisfactorily meet the City of Rancho Cucamonga and San Bernardino County's needs for Lhe Day Creek construction project. Very truly yours, Ru3e;1 v. Mares Day Creek Project Mana g=r fl VM:rc ce: San P.ernardir.o County Board oC Supervisors Michael G. 1val ker Day Creek Consultant Selection Committee Jack Lam, City of Poncho Cucamonga DAY CR EEri CONSOLTAt+T SEL'eCTi0:7 COP;M I?TEE MINUTES CF UCTCBER 10, 1^>84 tlEE':.NG At approximately 2:30 pm Chairperson Dee Yuhas called the meeting to order l J Or. motion by Fa zle Cuadri, seconded ty Lloyd Hutbs, the Committee unanimously approved the minutes of the August 24, 1984 meeting. Prior to final grouping of the proposals, the Committee Ciscussed the various proposals and strengths and weaknesses of each. On motion by Fa zle Cuadri, seconded by Ed Carlson, the Committee unanimously approved the following grouting: Group A Group B Group C Boyle-Ludwig ASL Engineering Science CN En in eer in da ykim URS g g Lowry Montgomery Metcalf 3 Eddy Willdan ;lol to Meste, Br ud in L Stone On motion by Fa zle Cuadri, seconded 6y Lloyd Hubbs, the Committee unanimously approved the draft letters to be sent to the consultants, advising of the results of Lhe consultant grouping. The Committee also agreed to schedule the interviews Cor October 31, 19BU from 8:30 am to 11:50 am. The interviews are to be of 45 minutes duration with 30 minute presentation by Lhe lirms Coll owed by a 75 minute question and ansue~ period. During the firms presentation they shall include the following items in their discussions: , 1I Dam Siting 2) Agency Coordination 3) Hydraulic Considerations 4) Phasing Programs 5) Any Other Unique Design Considerations IC possible Lhe firms are to have present the Project Manager as well as any other knowledgeable representatives. The Committee also agreed the order of the interviews would be 6y reverse alpha- betical order. The Committee Cur Cher agreed to meet on October 31, 1984 at 8:00 am prior to the interviews to tliscuss how the question and answer period uou ld 6e conducted. at option by Fa zle Cuadri, seconded by Ed Carlson, the meeting was adjourned pproximately 4:00 pm. RVM:ek • PA P4E CONSULTANT • WILLDAN ASSOCIATES ENGI`IEERI NG SCIENCE a J. NONiGCMERY a _____________________. o LCWRY 6 ASSOC. METCALF A EDDY C M ENG TNEERING GEORGE NOLTE a ASSOC. NESTE, BR UDIN, A STONE ASL CONSULTING ENGRS CAMP DRESSER A MCKEE LUDWIG ENGINEERING BOYLE ENGINEERING URS COMPANY ` J. F. OAViDSO;i ASSOC. EARTH TECH. CCRP WILLIAMSON 8 SCHMID m a TAMS O ~ ROBERT REIN WILLIAM FRGS ________________________ PSCMAS/HARRISC;: G ASSOC. J. D. KAPP S P GROUP BE RR YMAN 3JSTEPHENSON ~_r______~_____________ L. D, KING ------------------------ W. R. HENDRI% EIVC RS JAYKIII KICAK 8 ASSOCIATES DAY CREEK flF0 flES PONDE:lTS I. LOCATIOti GF PRIME'S LOCAL SAN BERNAflDINO i i HEAOOUARTERS I I CCNSULTAtfI(S) IN JOIN(' Vf:NIA7E • ANAHEIM, CA ~~ NONE ______________________rr___ ____ ~______________ ARCADIA, CA II ~UGEti~ "c'ne BILL MANN A ASSOC. ______________________rr_____ __ __ PASADENA, CA II BILL MAON $ JOHN EGAN A ASSOC, _______________________ii____________________________ Ifl VINE, CA li JOSEPH E. BONADIMAN S ASSOC. rr____ " NEWPOAT, CA „ NOtIE " _____ ._______________________'r___~___________________ SAN BEANARDINO " NONE ~r_________________________~__ SAN DIEGO, CA jj NOPiE • TT ` SAN BEflNARDINO ~~ NOt1E _______ ;r_________________~__ __/1~A_ .______________ __" Q. PASADENA, CA II NONE G^Zg, I~~^{ ,v( __T' NEWPORT BEACH, CA ~i NONE ._______________________rr___.._______________________ SAN BERNARDI NO ii NONE .. ._____~________________rr___~______________.._____~_ • SANTA ANA, CA ii NONE • SAN MATED, CA ii NONE • RIVERSIDE, CA ii NONE ______________________'I 'I___~___ LONG BEACH, CA II NONE ______________________Tr____________________. IRVINE, CA ii NONE ._______________~_____~r__________________~_. LOS ANGELES, CA ii NONE ____ ____ _______ __II_____ __________ __ TT IIEWPORT BEACH, CA ~~ NONE .______________________rr___..________________. fl IVERS TCE, CA jj i1GNE II ._______~___.._________rr____________________. TUSTIN, CA ~~ NONE .____________~_________TT___..________________. IRVINE, CA „ NONE .______________________rr____________________, SAN BEANAR DINO „ RAStAUSSEN A ASSOC .______________________~r___~______________~_. ONTARIO, CA ii NONE -----------------------rr---~A, -sa~z~-~aaz;+~E SAN BERNARDINO ~~ PICTORIAL CRAFTS .______________________rr____________________ BR EA, CA ii NONE GRAND TE ARACE, CA „ NONE • Also have local branch office in San Bernardino CounDy. n lJ STAFF REPORT ~?t' ~9.' ` .. ~_ ~. 2 19ii DATE: March 14, 1985 T0: City Council and City Manager FROM: Lloyd B. Hubbs, City Engineer SUBJECT: DAY CREEK CONSTRUCTION PROGRAM The successful passage of the Day Creek Mello-Roos District has allowed the development of an accelerated program for the construction of the entire project. The project has been broken into three reaches to facilitate design and construction (see attached reach map). o REACH 1 Channel from Wineville Basin to Devore Freeway at Arrow Route. Segment includes bridges at the Southern Pacific Railroad, Airport Drive, "G" Street, Fourth Street, Seventh Street and the Santa Fe Railroad. ESTIMATED COST E fi.l Million o REACH 2 Channel from Arrow Route north to Highland Avenue. Includes bridges at Arrow Highway, Foothill Blvd., Church Street, Base Line Road, Victoria Park Lane, Highland Rvenue and Che Baldwin Park Line of the Southern Pacific Railroad. ESTIMATED COST E 5.0 Million o REACH 3 Channel from Highland Avenue to the Dehris Dam at the mouth of Day Canyon. Includes the Dam and spillway and appropriate works in Day Basins and the spreading grounds. ESTIMATED COST E 8.5 million TOTAL ESTIMATED COST E19.6 million It should be noted that several road crossings are being proposed that are either not now in service or are inappropriately located for the ultimate conditions. Extensive engineering efforts are required to adequately locate these crossings in the correct area and in some cases, connect the road to existing facilities at logical locations. The following are notes dealing with each of the crossings within the City: CITY COUNCIL STAFF REPORT Day Creek Construction Program March 14, 1985 Paye 2 • o Fourth Street This road exists in its ultimate location and grades are for the most part adequate. Some study will be required to adequately address local drainage to the channel. Possible extension of a local drain easterly to Santa Anita Ave. will 6e considered. Fourth St. is half within the City of Ontario which will require close coordination. o Seventh Street The existing crossing is private and does not meet the ultimate alignment, Seventh Street is in transition at Day Creek and may actually be in a curve or angled position. This alignment and bridge siting will have to be resolved with the Reach 1 design, o Arrow Route Grades for this street have yet to be established. A design extending from Rochester on the west to Ameron Plant on the east will be required to finalize the 6r idge design. We expect extensive street and local drainage facilities to accompany this crossing. The road will likely have to be closed during construction. o Foothill Blvd. The alignment has been established but the width of • the bridge may be influenced by the massive intersection of Foothill Blvd, and Day Creek Dlvd. serving the Regional Shopping Center. Because this is a State Highway, extensive coordination with CalTrans will be required and it is probable that a detour will have to be constructed. o Church Street This street connects to the northerly access road to the Regional Center. No current crossing exists at Day Creek but the street does stub into the Edison easement adjacent to the channel in the Rochester Tract. An Edison tower is located directly in center of the road. In order to connect Church Street in the future, the tower will have to be relocated or the road realigned requiring the removal of existing homes. Design of Reath 2 includes an analysis of these two alternatives antl adoption of a final alignment. Base Line Road The existing roadway does not currently lay wf thin the right-of-way for Base Line Road. It will be necessary to relocate the Base Line crossing to the south and extend it substantially to the east and west to reestablish continuity, Because the alignment of Base Line between Milliken Avenue on the west and Etfwanda Avenue is uncertain, a specific alignment study will be required. Fina", construction will extend westerly of Rochester and easterly to Day Creek Blvd. to improve existing Edison Easement areas, CITY COUNCIL STAFF REPORT Day Creek Construction Program March 14, 1985 Page 3 J Victoria Park Lane The Parkway Crossing does not exist and the design configurations are quite unique. Studies will be required to establish the final alignment and location of Victoria Park Lane and three independent structures will be required. We are looking at providing an equestrian bridge at this location as well as spanning the Day Creek regional trail system with the Victoria Park Lane structures. In order to firmly fix Victoria Park Lane, we will have to resolve the general alignments and grades of Day Creek Blvd. and Rochester Avenue. o Highl and Avenue at Day Creek comes under the influence of the Route 30 - Day Creek Blvd. interchange. This complication requires that we carefully study the interchange location in relationship to the future configuration of Highland Avenue. The segment of Highland constructed by Victoria was shifted southerly and it is likely that the crossing will also require relocation. Again, Highland Avenue is a State Highway and considerable coordination will be required to complete design. A detour will be required by Calirans. As you can see, the influence of the Channel extends far beyond the actual • channel configuration. The Lity will be deeply involved in the complex roadway issues related to the channel design development. PROJECT SCHEDULE Design on the project is anticipated to begin in the first part of April. Basic design development, channel configuration and road alignment issues would be resolved within four months and then final design of all three reaches would proceed concurrently. Reach 1 and 2 would be advertised and awarded concurrently to take advantage of any cost efficiencies that may be obtained by the combined effort. Contract award is scheduled for April of 1986 with a one-year construction time. Reach 3 would include the dam work and is projected for advertisement in July of 1986 with contract award in Octoher of 1986 - again construction should take a year. This is an ambitious schedu ie design to optimize all resources. ct t , Re`sp full~y /s/ub t e~d /e ~ l / ) ~ / ~ ~ '/ ~r U b" /A ~~r l' ~ ' \ ~ \ • LBH: ja Attachments: Reach Map Project Schedule ~ ~ t ~ ~ L _~~~ u ~~ s W ICI ,.Ii1l_ ~ .~'~L^.:. ~. ~..~i\i\ ~ \, f4~~.-...: _ _ '~. _ -~ ~ i f _ ~HIGHLAND~-~- R - '/ - _ ~'~' ='BASELINE I N I _ r=t'``~'~ c~''r,.~ v ..~...- - Y.,~_~- _ _ Q RANCHO CUC4"GYGa 'h FONTANA FOOTHILL', 4 W .,_I~ I- ~ ~u • - ~_ ARROW ~ ~ ¢~~ i/ I ` - -m `!.~ - ~ ~ F W O~ ~ .~_~ ~ ,,'. ~. I ~ j < h:~ - W `- l 1r \ 1' ~ T 1. _ I 4TH ~ ~f ~ cI'~P~ 7 1~"~~`_7, m ; .. ~.~.,..} .~ .. gib,: ~ 1 ~. ,% '. i^ __ ...~ ... - ~ `i ~y ,G IF ./ ~,~ // ~ FONTANA. ~~~`~ l liryln tl I fie' y~ ~ +. CITY OF RANCHO CUCA~IONGA ~ DAB ceEEK r x /~-7Xwi;.. - y '~~~ ~ ENGINEERING DIVISION 'ivn""° DRAINAGE MAP page Y W W f~ V 4 W J D W S U Z O U Z O U D Z ~~Q //V/~ VI I.U 0 EXHIBIT B 0 ~n ; .- o W~ - ~0 ~ W ~ a N ~' ~~ ° ~~ ~ _ ~• • 2N ~~~• Wes •~ v'i'o' ~~ • : •~ i :: ~ •~~~• i• ~~~~: ' r ~ i ~ t . I J I I. ~ Q Q ~ N M V V V W • W W 2 Q ~ n.mv nc n ~TLI~TSn l~T il` nMni.1!_e STAFF REPORT ~1[l~~ V ~` ' 7. ~ ~ ' f~ e GATE: March 14, 1985 T0: City Council and City Manager FROM: Lloyd B. Hu 66s, City Engineer SUBJECT: STATUS DAY CREEK FUNDING PROGRAM z .,,, 19ii The City Council recently approved a series of agreements to initiate the final financial program for the Day Creek Project. These actions involved the following: o Retained F. MacKenzie Brown and Associates to act as bond counsel and to file Validation Actions concerning the Day Creek Mello-Roos Community Facilities District 84-1 (see attached schedule). o Retained Willdan Associates to complete final Engineer's Report and prepare 1985-86 Mello-Roos Tax for submission to the County Ruditor Controller. o Retained Fieldman, Rol app & Associates to act as financial consultants in negotiation of bond sale. o Contract with Stone and Youngberg to act as bond underwriters for Community Facilities District 84-1. The financial team has met to discuss project phasing, financial capabilities and the parameters of cash requirements. The bond underwriters are in the process of preparing a financial alternatives analysis to select the optf mum amount and Liming of bond sales. This information will provide the Council with adequate information to set the 1985-86 tax rate for the Day Creek Community Facilities District 84-1. This rate will be established during the month of May. OAY CREEK FINANCIAL PROGRAM The E20t Million required to construct Day Creek is proposed to be funded with a combination of an Acreage Tax on properties in the Community Facilitf es District and the County portion of the Redevelopment Tax increment. When the original district was proposed, it was based on a total project cost of b20,225,000 with,a minimum tax increment pledge of E500,000 per year. The resuiting 20 year tax rate was E550 per acre each year. It was presumed that the tax increment increased over the E500,000 per year, the tax rate (E550/acre) would be reduced. CITY COUNCIL STAFF REPORT STATUS DRY CREEK FUNDING PROGRAM March 14, 1985 Page 2 • During the project reviaw process, pruperty owners made tax increment projections that indicated the tax would phase out by 1999 and 6e declining each year until then. It was also indicated that the project should be phased to optimize financial resources other than the Mello-Roos tax. Preliminary analysis of the financial program shows that the current Day Creek Tax Increment is $800,000*_ annually and growing. It would currently appear, as a worse case, no more than a $350/acre tax rate will be required to fund the total project on our current schedule. The consultants will be var ifying this number and making recomnendat ions on the number and timing of bond sales in the next few months. At this time, it aPPears that the proposed construction schedule can 6e easily bet met with a tax rate substantially below that originally authorized. BUREAU OF RECLAMATION LOAN STATUS As a part of the Oay Creek Program, a loan application was submitted to the Federal Bureau of Reclamation for a no interest 30-year loan far some $13 Million. This loan would fund major elements of the Flood Control Project, but also include funding of several water conservation elements not included • in the Mello-Roos program. If a no interest loan could be obtained in a timely manner, significant savings in interest costs could be attained. The County has been vigorously pursuing this program and hope to obtain application approval in the near future. When the application is approved it will be submitted to congress for funding. The chances of funding are problematical. We will continue to coordinate the project with the Bureau and pursue the loan. Staff feels that it would not be cost effective to delay the program or incrue significant costs on the chance of receiving the loan. PROPOSED ROCK AND GRAVEL OPERATION One potential added source of revenue may accrue from a proposed rock and gravel operation within the Day Creek spreading grounds. The County has selected the Fourth Street Rock Corporation as a potential operator of a sand and gravel plant to be located in the spreading grounds. The proposed rock plant would pay tfie County royalties on rock excavated in the spreading grounds and, at the same time, excavate basins for use in water conservation. It is not expected that the proposed program will assist the Day Creek financing but will help in the development of water conservation facilities tf the program moves ahead. We are aware, of course, that a rock and gravel operation at that location raises many other planning issues. CITY COUNCIL STAFF REPORT STATUS UAY CREEK FUNDING PROGRAM March 14, 1985 Page 3 Fourth Street Rock will soon Degin the application and environmental review process through the County. We expect that as early step in the process, they will be making a presentation to the Planning Commission. CONCLUSION Staff will be returning to the Council in early May wf th a final financial package and by the end of May Would be fixing the intial tax levy. Resp~~i~tt/~ d, LBF{ik / ~(/~~y Rttachments ~(/~y • \J • • ROw4~0E[ C w gvpErv R Olv[• February R, 1985 ~, e,~., F. MACKENZIE BROWN ~I+c oROOR~rco O 90K ROSS rq•n pgrvM1q R~wO.. v~g2q RANCHO SANTA FE. CAL60RNIA 920GJ Lloyd B. Nubhs, City Engineer City of Rancho Cucamonga P. 0. Box A07 Rancho Cucamonga, CR 91730 RE: COMMUNITY FRC ILITLES DISTRICT N0. R4-1 (DRY CREEK ORRINRGE SYSTEM) Dear Lloyd: 5<w O~E00 pi91 > p'S99~ gwGE I p5>'O ~p• ~[RSiOE •I J39-S~p9 X05 awGELES 12i J1 5R )~~25p dIY 9; RANCI'A LuLaieC:i ;.'. fhGIwEERLYG CIV!SI4,`: Since the City Council has adopted the Resolution of Issuance authorizing the fil inq of an action to validate hoth the special tax anA the bonds in Lhe referenced District, we felc that it would be helpful to provide you with an approximate schedule for the litigat ion. F EBR URRY 11-15, 19A5: Validation action is filed in the San Bernardino County Superior Court • FEBR URRY 19-MARCH 8, 1985: The City causes the Summons in the litigation to he published three (3) times in a newspaper of general circulation, with at least five (5) days interveni nq between the respective publication dates. This office will provide the City Clerk with the format of the Summons which must be published. MRRCN 18, 1985: This is the anticipated date within which any answer to the complaint must be filed. MRRCA 21 -22, 1985: Assuming that no response to the complaint has been filed, this office will ask the Court to enter a default in the litigation and set the matter far hearing. APRIL 19, 1985: ih is is our best estimate of the date on which we might expect to have the hearing gn the request loaf Lhe Court enter fudgment in the City's favor. Our most recent experience intl ica tes that it w'.11 take approxf mately 30 days from the date of the entry gf default until we could expect to have the Court ho id this hearing. RPRIL 22-26, 1985: It is anticipated that the Court would enter ,judgment in favor of the City durfnq this time period. ~. B/>~ F. MACKENZIE BROWN rvcoAPO A~.eo L1o,yd B. Hubbs, City Engineer City of Rancho Cucamonga rebruary 8, 1985 Page Two We believz that Ch is is a realistic time action. We will, to the maximum extent periods whenever possible. • table for the completion of Che validation possible, erMe avor to shorten these time Should you have any questions regarding this schedule, please call. V''er`y Cruly yours, W0.N.uu.u," CTS" uJ~sn WARREN B. DIVEN WRD:bd cc: Scott Sollers: Stone A Youngberg lJ ~I I - - ~- ~ 7 ~ j '~ 3 ! °" -,,,m # ' ~ ~ f _ 1 EE~ - _. - " -- _.... _ + - -. - ~--1=- j p .. i v~ ~.v ui 1 =r ~ - ! - it i - ! .:: ;~ i ~ -, 1 1 ZONE s 1 1'-- ~ --- ~ 1-=E+~ = 1 ~._- ~ 1 -- i i __ ----- i -_ ! 1 7 - ~.~ ,~. 1 - - ' . ~~._.~~... .--- - R ~ ~~-^ ~ 1 .. ._. ~_- y' s ~ ~ E ; J a .. ~' ~ AJ _. _. ~ - 17.~I~ NIMIM.~.~.~~.rm.1.~ = lOUNOMY MAP YELLO N00! COMNUNITI i101lITlE! OIlTMCf N0. 114 E X H I B I T A r eiw ssn no O o i i o l couNtr o N i H~ s i~ r c~uroeNu VII Rate and Method of Apportionment of Special Tax • The Resolution of Intention generally sets forth the rate and apportion- ment of the special tax to allow each property owner within the pro- posed district to estimate the maximum annual amount that would be required for payment. A. Rate of Special Tax: The maximum special tax to be levied on all private properties within the boundaries of this Community Facilities District shall be 5550 per gross acre per year, except that for prop- erties within Zone B, which shall be as follows: Zone B shall be taxed at the maximum rate of f550.00 per acre for only 190 acres. At such time as the final drainage plan is established for Zone B, only that area draining into Day Creek shall be subject to the special tax, Should areas in Zone 8 be in excess of 190 acres drain info Day Creek, such excess areas shall be subject to the drainage fee hereinbefore stated. • Gross acreage shall be defined as the area of the property extending to the centerline of adjoining streets except for corner lots where the area of the street on the shorter side will be excluded from the calculation. All easements shall be Included in the area calculation except those easements for the work of improvement proposed and easements for power transmission. 8. Gross Area: The maximum special tax is initially set forth on a gross area basis. The reason is that much of the land is undeveloped and, as development occurs, a ton sidera ble portion of such land will be devoted to public streets. If area other than gross area were Initially used for the "tax base", the maximum funding available from the Com- munity Facilities District would tontin ually be reducing. Were bonds to be issued, a question could develop as to the ability of the district to r 1 LJ 14 .. continue to meet its bond service obligations. By initially utilizing gross area, that problem is avoided. When it is determined that the maximum tax can be reduced to net area, the matter will be considered by the City Council. - C. Special Tax Rate Reduction: At such time as the City Council _ finds that the maximum special tax so authorized exceeds funds re- _ quired to meet the obligations of the Community Facilities District the _ City Council shall reduce the maximum tax rate such that it is Calculated on a net area rather than a gross area basis. If and when such re- duction is made, the net area shall be defined as that area for the parcel appearing on the latest map produced by the San Bernardino - County Assessor or, if such area does not appear thereon, the area - shall be that determined 6y the City Engineer. 75 P O N O roa n r rv w a y c N A H n m w 0 oF^ Zwn J~WP W ~6Q 2 jNV »020 V 042 . 1`)46 2 uFQ >>,~~ ~~~m o~z V~Q N RWS:mn 9/5/78 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 SECOND AMEND&fENT TO JOINT EXERCISE OF p0V7ERS AGREEMENT ESTABLISHING THE ARROtiHEAD JUSTICE ASSOCIATION THIS AGREEtENT, dated for convenience as of the 1st day of October, 1976, by and between the County of San Bernardino, a political subdivision of the State of California, hereinafter referred to as COUNTY, and the City of Adelanto, a municipal corporation, the City of Barstow, a municipal corporation, the City of Chino, a municipal corporation, the City of Colton, a municipal corporation, the City of Fontana, a municipal corporatie the City of Loma Linda, a municipal corporation, the City of t7ontclair, a municipal corporation, the City of tte edles, a charter city, the City of Ontario, a municipal corporation, the city of Rancho Cucamonga, a municipal corporation, the City of Redlands, a municipal corporation, the City of Rialto, a municipal corporation, the City of San Bernardino, a charter city, the City of Upland, a municipal corporation, and the City of Vic torville, a municipal corporation, hereinafter referred to as CITIES, hereby amends the Joint Powers Agreement establishing the Arrowhead Justice Association dated for conveni.e nce the 1st day of October 1977. N I T N E S S E T H: 47HEREAS, the County and Cities recognize that compre- hens.ive planning for the efficient use of criminal justice and juve^ile justice and delinquency prevention resources requires a parmanent coordinating effort on the part of local governments and local criminal justice and juvenile justice agencies; and t4HEREAS, the County and Cities recognize that it is desireable to coordinate local criminal justice and juvenile justice activities, and planning for the use of State and Federal funds made available through any grant program; and comply with the provi.s ions of the Federal Statutes as amended; and -.13514161 1 population of the County, while being nevertheless desirous of 2 having all the Cities within the County become sig ratories to 3 this agreement; and 4 5 WHEREAS, the County and Cities have the power, under 6 the provisions of Article I, Chapter V, Division VII of Title I 7 of the California Government Code, commencing at Section 6500, e to enter into and carry out the terms and conditions of this 9 Joint Powers Agreement; and 10 11 WE[EAEAS, there presently exists a Joint Exercise of 12 Powers Agreement, dated for convenience as of the 1st day of 13 October, 1977, by and between the County and the fifteen Cities ~~ 14 within the County, created for the purpose of providing a 15 method by which the County and the Cities could participate in ~oa° 16 the mini-block program, as provided by Section 303 (a)(9) of the •~~„~ 17 Omnibus Crime Control and Safe Streets Act of 1968, as amended; mxo 39t~ le 0 ..6Ni 19 NOW THEREFORE, the County and Cities for and in con- W ;~tm 20 sideration of the mutual promises and agreement herein contained, ~^~ 21 du agree as follows: 22 23 Section 1. Effective Date. 24 This agreement shall become binding upon each party 25 hereto upon execution hereof by that party. 26 Joint Exercise of Powers Agreement Number 78-256, 27 dated October 1, 1977, is hereby amended effective upon the date 28 of the execution of this agreement by the County and that one-half 29 of the Cities which contain one-half of the population of the 30 district. Upon amendment of Joint Powers Agreement Number 78-256 31 all actions heretofore taken by said Committee from October 1, 197' 32 to the date of its amendment are deemed as being valid and in 33 effect by each party to this agreement and are not nullified 34 by said agreement. 35 36 -3- af/4161 ' 1 Section 2, Purpose of Aqre ement. 2 The purpose of this agreement is to improve and 3 coordinate comprehensive criminal and juvenile justice planning 4 and to improve the operations of the criminal justice and 5 juvenile justice system within San Bernardino County through 6 the establishment of a new and separate criminal justice and 7 delinquency prevention planning district. This district shall 8 be referred to as the San Bernardino County Criminal Justice and 9 Delinquency Prevention Planning District, and shall be assigned 10 by the C.C.C,J, an identifying letter of the alphabet for its 11 designation as a planning district, Said district shall be 12 commonly referred to as the Arrowhead Justice Association. 13 14 Section 3, Non-waiver. 15 The County of San Bernardino and the Cities which are !u~« 16 parties to this agreement do not, by the approval of this agreemen a miti ~ 17 waive assi n or otherwise fore o an ri ht to an funds rants ~ 9 r 9 Y 9 Y r 4 r ~ ,~~? 18 entitlements from the Federal or State Government or other sources 0 .ufa 19 to which they are otherwise entitled under law. =nw zo ~~m ~"a H 21 Section 4. Creation of the District, 22 pursuant to Section 139D2 of the Penal Code, State of 23 California, and Article I, Chapter V, Division VII of Title I i 24 of the California Government Code, commencing at Section 6500, 25 there is hereby created a new and separate criminal justice and 26 delinquency prevention planning district and anew public entity 27 to be known as the San 8erna rdino County Criminal Justice and 28 Delinquency Prevention planning District. Said bistrict shall 29 be a public entity separate and apart from the Cities and County 30 which are parties to the agreement. The debts, liabilities, 31 and obligations of the bistrict shall not constitute debts, 32 liabilities or obligations of either the Cities or Covnty. 33 34 35 36 _q_ ~sesis~ 1 Section 5. Establishment of a Local Board. 2 A local criminal justice and delinquency prevention 3 planning board shall be established pursuant to Title 6,5 Section 4 13903 et seq. of the California Penal Code, and shall be reference S to as the San Bernardino County Criminal Justice and Delinquency 6 Prevention Planning Board hereafter referred to as the "Board". 7 The Board shall be zecognized as the regional planning, 8 coordinating, and supervisory body for the San aernardino County 9 Criminal Justice and Delinquency Prevention Planning District. 10 11 A. M_emb ership• Standards of Composition, 12 'Phe Board shall consist of 30 members and shall 13 be comprised o£ a majority of local elected officials and shall 14 be representative of the law en£orceme nt and criminal justice 15 agencies including agencies directly related to the prevention gw: 16 and control of juvenile delinquency, units of general local _~ GNU 17 government, and public agencies maintaining programs to reduce mxo uLL? 18 and control crime, and shall include representatives of citizens, ~LLK >Ni 19 professional, and community organizations including organizations w %m 20 directly related to delinquency prevention, representing a broa °u"¢ 21 range of community interests and viewpoints; and shall be balance3 N 22 in terms of racial, sexual, age, economic and geng raphic factors; 23 representatives of the public shall comprise at least one-fifth 24 of the membership and shall be representatives of citizens, 25 professional, and community organizations, including organizations 26 directly related to delinquency prevention. In no case shall a 27 City be represented by more than one member. 28 29 ~ B. Memo ers; Number of Positions; A7.ternates; 30 Aopointinq Authorit . 31 Doard of Supervisors - one position - Board o£ 32 Supervisors appointment, 33 Ch ai nnan or Comm i.ssioner, Juvenile Justice 34 Delinquency Prevention Conuniss ion - one position - Juvenile Justic 35 and Delinquency Prevention Commission appointment. 36 Chief of Police - seven positions - City Selection 37 Committee appointment, -5- IOUf161 a~: o¢° y Jfy N o mrz U Vy- »K6 > era >+~z ~~3w ~ ,, m ~ .°'. Z N9I61 1 Chief Probation Officer - Automatic appointment. 2 City Councilpers on - six positions - City Selection 3 Committee appointment. 4 County Administrative Officer - Automatic appointme 5 County Superintendent of Schools - Automatic 6 appointment 7 District Attorney - Automatic appointment. 8 Justice Court Judge - one position - Board of 9 Supervisors appointment. 10 Mayor - two positions - City Selection Committee 11 appointment. 12 Municipal Court Judge - one position - Municipal 13 Court appointment. 14 Person from the private sector - one position - 15 Board of Supervisors appointment. 15 Person involved in drug abuse control or prevention 17 - one position - Board of Supervisors appointment. 18 Person representing the Field of educative - one 19 position - Board of Supervisors appointment, 20 Public Defender - Automatic appointment. 21 Representative of Public/bte ntal Ile alth - Board of. 22 Supervisors appointment, 23 Sheriff - Automatic appointment. 24 Superior Court Judge - one position - Superior 25 Court appointment. 26 The appointing authority may designate an alternate 27 for each member, 28 Each elected member shall serve for the period 29 of his elected term. Each nonelected member. of the Board shall 30 serve until such time as the appointing authority removes said 31 member and appoints another individual to serve as a member. 32 33 C. Meetings, 39 1. The Board shall provide for its regular meetin 35 The date, time, and place of holding of the regular meeting shall 36 be fixed by the Board, 6- iwr Iowa JNy - mrd O V LL? r>LLc >>wi of;m V]~ O"'$ ~.a N US)l161 1 2, All meetings of the Hoard shall be called, 2 noticed and held and conducted in accordance with the provisions 3 of the Ralph M, Brown Act, cononencing with Section 59950 of the q Government Code. 5 3. The planning Director, or a person designated 6 by the Planning Director, shall cause to be kept minutes of all ~ meetings of the Board and shall, as soon as possible after each g meeting, cause a copy of the minutes to be forwarded to each g member of the Board. 10 4. A majority of the Board shall constitute a 11 quorum for the transaction of business except that less than a 12 quorum may adjourn from time to time. 13 14 D, Officers. 15 The Board shall select a chairman and vice chairmal 16 The Secretary of the Doard shall be the Planning Director, or his 17 designee. The treasurer of the District shall be the Treasurer lg of the County of San Bernardino, to be the depository and have 19 custody of all money of the District from whatever sources. 2p The auditor-controller of the District shall be the Auditor- 21 Controller of the County of San Bernardino, who shall draw all 22 Boa rrants to pay demands against the District approved by the 23 Board. The attorney for the District shall be the County Counsel 2q of the County of San Derna rdino or his duly authorized Deputy. 25 Public officers or persons who have charge of or taho handle 26 or have access o: any property of the District shall file an 27 official bond in the amount fixed by law. The District shall 2g have power to appoint and employ such other officers, employees, 29 consultants, acc`_s ors, and independent contractors as may be 30 deemed necessary. 31 32 E. ;?e imburs ement of Costs. 33 It is anticipated by the parties that the District 34 shall make application for Federal funds and will receive income 35 from other sources, and in the event that the District engages 36 in the activities described herein, the District shall reimburse -7- • 1 the County of San Bernardino to the extent authorized by law, 2 for services of the Auditor-Controller, Treasurer and Attorney, 3 at the reasonable costs of providing the aforesaid services. 4 5 F. Funds. 6 The Treasurer of the County shall maintain in a 7 separate trust account funds received by the Board. B It shall be the responsibility of the Planning 9 Director to prepare an annual working budget to be submitted to 10 the Board for its consideration and such other duties as the 11 Board may direct. 12 13 Section 6. powers to be Exercised by the Board. 14 The powers to be exercised by the Board shall be as 1S follows: w c~a 16 A. Coordinate local criminal justice and juvenile ~mio 17 justice planning activities within San Bernardino County. °uLL? 18 B, plan and budget for the use of Federal and State 0 >~~ 19 funds made available through the Crime Control Act of 1973 °~~m 20 (PUb tic Law 93-83) and amendments thereto, the Juvenile Justice °u^N 21 and Delinquency Prevention Act of 1979 (Public Law 93-915) and 22 amendments thereto, and any other grant programs which may affect 23 the criminal justice or juvenile justice systems. 24 C. Apply for, receive, and disburse Federal, State 25 or other funds, and serve as a conduit for applications for 26 Federal and State criminal justice and juvenile justice funds 27 and evaluate the programs which receive such funds. 2B D. Develop comprehensive, unified and orderly 29 procedures to insure that local criminal justice and juvenile 30 justice plans are in accordance with Federal and State guidelines, 31 and that all applications for grant-in-aid, loans, awards or 32 other forms of funding assistance are processed efficiently. 33 E. Cooperate with, and render technical assistance 34 to, units of local government, combinations of such units, or 3S other public or private agencies, organizations or institutions 36 in matters relating to criminal usti ce and j juvenile justice. _ g_ ~Sp9161 o~^ J D`a a 2 jnU i~mIC ,O 1$ ~V VLL ~ ~LL6 -ZVF4 -~>wz ~i3w >,, m o~~ 1 2 3 4 5 6 7 B 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 •I d5)L161 F. Conduct evaluations of programs and activities of criminal justice and juvenile justice systems. ' G, Perform other functions and duties as may be required by Federal or State Laws, local ordinances, rules, regulations, guidelines, or policies, The Board is authorized, in its own name, to do all acts necessary for the exercise of said powers £or said purposes, including, but not limited to, any or all of the following: to make and enter into contracts; to employ staff and agents; to acqui rr_, maintain and dispose of real and personal property; to incur debts, liabilities or obligations which do not con- stitute a debt, liability or obligation of the Cities and County, and to sue and be sued in its own name. Such powers shall be exercised subject only to such restrictions upon the manner of exercising such powers as are imposed upon the Cities and County in the exercise of similar powers, Section ~, Additional Parties. Any incorporated city within San Bernardino County may join the San Bernardino County Criminal Justice and Delinquency Prevention Planning District. Any such jurisdiction so joining shall become a member subject to the terms o.f t}lis agreement. The Committee shall establish such conditions for entry to the District as will be fair to the new member and to all other member to this agreement, The governing board of the jurisdiction that seeks to join the District sli all subscribe to this agreement. Section 8. Term and Termination. This ay reement shall be in full force and effect until terminated by the parties thereto. Any party may, by resolution of its governing body, withdraw from the District by giving at least six months notice to all other parties, including the Board, that it is terminating its rights and duties under this agreement. No termination shall be effective prior to September 30 of the year next following the date of notice. Withdrawals from membersh in the Dis tri.ct by individual Cities shall not operate to -9- terminate the agreement as to the remaining members, nor to terminate the district, unless the remaining membership excluding the county is less than those signatories representing at least one-half of the population of the dist rici:. Population figures shall be determined by the latest published estimates of the State Department of Finance. Pfien any party has ceased to be a party to this agreement, it shall not be entitled to again become a party to this agreement except upon consent of two-thirds of the remaining parties and upon such terms and conditions as may be imposed by action of said parties. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed 'and attested by the proper officers thereunto duly authorized, and their official seals to be hereto affixed as of the day and year first above written. CITY OF' ADELANTb Attest: Ay Nayor City Clerk APPROVED AS 'PO FOR.N this day of , 1976 Dy Ci :v Attc ^.v -10- 1 2 3 4 5 6 7 6 9 10 11 12 13 14 15 a~oW° 16 w ~~u ¢ 17 ~mxd r. u~~ 16 Y?tp u~¢ 19 $z3w 20 ~~ u:q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Attest; APPROVED AS TO FORM this _~~` day of (~~~~er 1978 By Cit A torney Attest: City Cleik APPRO'J°D AS TO :ORv this day o° , 1978 II ___ Y C'ty A~n'ey~ CITY OF RANCHO CUCAMONGA i4N i~s~_ May Or CITY OF REDI.ANDS By -` Mayor -15- SlU1 BEWJAId1IN0 COIINIY CRIMINAL JUSTICE AND DELIN(dUENCY PREVENfial PLANNING DISTRICT (REGIIXI V) AL50 KIJOWN AS ARRG}IHEAD JUSTICE ASSDCIATION COUNTY CIVIC 9UILDING - EAST :57 WEST FIFTH STREET iAly oritlJAPo~1ND, CA 92.15 (71p) 3a3-1112 November 8, 1978 City of Rancho Cucamonga City Hall, 9340 Baseline Road, Unit "A" Post Cffice Box 793 Rancho Cucamonga, California 91730 ATTE":T ION: Lauren Wasserman City Manager .. i . .. ~:.r`r FiUV 1 J iy~., ~;;+ 7, 8, 9i101llIiP(11213i4j~~ F 0. Attached is a certified copy of the signature pages to the Second Amended Joint Exercise of Powers Agreement. Please attach these pages to your copy of the J.P.A. Sincerely, SAN BERNARDINO COUNTY CRIMINAL JUSTICE AND DELINQUENCY PREVENTION PLANNING DISTP,I CT ~~~~~ HUGH J. G T Criminal Jus a Tanning Man r HJG:pI Attachment STATE OF CALIFORNIA COUNTY OF SAN BERNARDING I, And ree Disharoon, Acting Clerk of the Board of Supervisors of the County of San Bernardino, State of California, hereby certify the attached to be a full, true and correct copy of the Second Amendment to the Joint Exercise of Powers Agreement establishing the San Bernardino County Criminal Justice and Delinquency Prevention Planning District - Region V (Arrowhead Justice Association) by the County and the fifteen incorporated cities of the County. Dated: October 25, 1976 ~~~-a.~.~a-~-~v Andree Disharoon, Acting Clerk of the Eoard of Supervisors County of San Bernardino 1 2 3 4 5 6 7 8 9 10 11 12 13 14 „ 15 ~twa 16 0 ~~~u 17 o~mx6 mVY~z 18 LL>Sr6 ''~~a 19 o~>~z ~?3m 20 °u"¢ 21 m 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Attest: r Y Clerk Deputy APPROVED AS TO FORpf this ~~ day of _„~~~ 976 City Attorney i~ Attest; ''•~ ~ ,/ ~ '' '~ ~ APYROVEOAS TO FORA this /~G~ day of ~~~.. _._.. _~ ~ 1978 Cl~ _~~_ CITY OF ADELANTO By [9ayo Pro Tem ore CITY OF F3ARSTOIO By 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 o~^. w oaq 16 ~~au 17 o~axo V~u~z 18 y>SWp ~u~¢ 19 °~y~a ~3w 20 ~~,.m u:a 21 H 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3fi Attest: i City Cleri: APPROVED AS TO FO~'d this ! ~~ day 1978 sy Attest: ~ om - • CITY OF C[IINO f'' ~/ sy -f ~~ ` ar t4ay or CITY OF COLTON .[~~,(~1Qay~ APPROVED AS TO /F;ORM this / /I~ .day of ~ ~/ Y ~ ~ ~ 1976 7 City Attorney ~~G~ _7p_ mz ~rv J-WP yW~OmQ LL2 jNm m~mI0 W ~mLL2 u S>Sna ~~i~i u ~3w JFm u^~ a 1 2 3 4 5 6 7 8 9 10 11 12 13 ~ 19 15 16 17 i 1B 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Attest: City, Clerk APPP.O VHD AS TO FCR'-t this day o= September 19 ~ 1978 By ~- y Atto>~e Attest: APPROVI.:D FlS TO 7'01::5 th i.;; f'j fj' ,(7_y_ . ~ ~.--_ day oL ) /~/,*~_ ___~ 1976 s ~'~!''~ ____ I3y /',~1:~••ii~ ,~~fy Attor. ney -13- CITY OF FOA'TI1NI1-~ By ~Q Si-7-~-+ .~.~ ~I~Idy OT ~.! - Y ~~/ Attest: C City clerk AY?'RO~rD AS TO FOFcy this ,~„?~,a[ day of ..._~~. ,~Q4i' . J-978 ~2.~.-'c_--- ;IfP~a, j('i ty Fi~:.t ney ur.^ zNr Joww N JfU j~N - 0Z0 ~ F2 VULL- }~4¢ ~~WZ OJnO Or2 V Q N Attest: City c~ AS TO ORtd this ~,p" t~iA ~4~_r 1978 _~q_ CITY OF MONTCLAIR CITY OF NEii07.,FS Sy ~ ..~.U-0_-GY~ Diayor 1 2 3 4 5 6 7 6 9 10 11 12 13 14 15 J~Wa 16 D LL2~NU 17 0~mi0 ~°u u~~ 18 a o~s~z 19 ~a gp;w zo ~~m ^< u N 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Attest; ~- ~~- City Clerk APPR04~'D AS TO FOP:1 this day o£ -- , 1978 Rx ~ i Attorney CITY 4F ONTARIO By ~I yor CITY OF R.'1NCtI0 COCANiONGA tG(0 Attest: / / City Clerk ~I`/// i)~;APPROVF.D AS TO FORM this ~{fA ~;~daX o;. (~n~r~her 1978 i , 9y ,Ci A torney -15- CITY Attest; ~ .f /~~ ~\ 1 .L'.--~~~y- . 1 ) U~ ~ ~ City ~lerk '~ i AP?ROVED AS TO FORM this .__ day of /~~//-~ _____r 1978 \ Ely ll~J~y,s~yf..<~=~~ J City At`orney -- Attest y"~ ~///~/J~ r __-' ~, t' y ale _ , ll~'/t/ APPROVED AS TO FOR:t this s ~ ~~ da of l~ Y _/J<-/LGc,U:i l:'L`_r 1978 \j _T____.___ C.i ty~Attorney -~ CITY OF RIALTO Llayor -16- r 1 2 3 4 5 Attest: 6 7 8 LUCILLE GOFORiH City Clerk 9 10 APPRO'v'rD AS TO FOR*1 this / 11 12 day of , 1976 13 14 By RAI'PrI K Pr-IINL'S; „ 15 City Attorney ZWP 16 J w ~¢a y LL2jNV 17 O~m20 W $„Lz 18 , , 5-0 o~iwz 19 Qi ~nm 20 °u^¢ N 21 22 23 24 25 26 27 Attest: . 28 29 ~ ~ .~ ~ .~..;.. .. ~tl 30 ~ ~ City •lerk 31 32 `APPROVED AS TO FORbI this ~_ 33 day of ,{,(~A ~-. .... , 1976 ~ " 34 7l ' 35 By .. ..., 36 O y t orn _~7_ CITY OF SAN BERNARDINO gy W. R. 1-IOLGOMB Mayor CITY OF ^PL4ND By ~ ~ ~•~ \~.~ L_n.J.Y. /\y~~` Mayor ~J ~j~y ~n~w~ c 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 z~~ 16 woaq a 17 2jNm O~m20 w~U„~ 18 j_O u F o>>~z 19 of;w 20 ~~ m $^¢ 21 m 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3E CITY OF VZCTORVILLE By ~ P Mayor Attest: Cites-y C"'~le APPROVED AS TO FOlid this ~~ day By COUNTY OF SAtd DET2t4ARDIt1O ~~ By Board of Supervisors ClerLti;df the Board of Supervisors ~'~ gy ~~~~ ,>Y APPROVED AS. TO FOR.`d ~~th is ,~' l ' i,i day of r~~~v2~ , 1978 ALAN K. DtA I:S County Counsel ~/ Chief yep U County Counsel AoOPTED / ~ Board o£ Supervisors /~~C~ounty of San Bernardino (,(ti~,PX/L(1L~ ~ 1978 ~ -- (SEAL) ' lerk of the Board of Super _)GLt.~ 8~ ~~JI r .. in - City o~ RA~cHO ~ ,.. ~UCA:VIONGA February 25, 1960 Mr. Hugh Grant I.aw & Justice Agency County Civic Building 157 West 5th street San Bernardino, California 92415 Dear Mr. Grant: Attached please find the letter of intent signed by the Mayor and attested by the City Clerk of the City of Rancho Cucamonga. This indicates Rancho Cucamonga's intent to remain a member of the Arrow- head Justice Association for the next fiscal year. If you have any questions, please call. Sincerely, /1 Bev~thele\ Deputy City Clerk ba enclosure cc: ^ouglas Cm\ningham Thomas Madden F(1$T oI~PICC HD$ ;9,1. KAHC Hf1 CUG\\1nVf A. CALIP'OK~IA 9V30 (714)989~185I Thomas Ftadden, General Counsel United States Department of Justice Law Enforcement Assistance Administration 633 Indiana Avenue, 11.51. Washington, D.C. 20531 Dear F1r. Ftadden and Mr. Cunningham: Do ug ias Cunningham, Executive Di recto Dffice of Criminal Justice Planning 7171 calling Drive Sacramento, CA 95423 RE: Declaration of the Cicy of Rancho Cucamonga To Participate in the Justice System Improvement Act of 1979 as a Combination Entitlement Jurisdiction City of This is t0 inform you that the Rancho Cucamonga desires to pa rticipa to in the Justice System Improvement Act of 1979 as a part of a combination of units of local government ~.vithin the County of San Bernardino, California, as defined by.,Section 402(a )(4) of the Act. It is our desire to continue to work with neighho ring jurisdictions within the boundaries of Region V, established pursuant to Section 13901 and 13902 of the California Penal Code, to plan, develop and implement criminal justice programs and projects, utilizing funds made available from federal, state, and local sources. We recognize the San Bernardino County Criminal Justice and Delinquency Prevention Planning District - Region V - whose functions include, but are not limited to, the planning, administration, monitoring, evaluation, and technical assistance required to effectively utilize federal and state funds for criminal justice and delinquency prevention activities pursuant to federal and state lao-rs, rules, regulations or guidelines. It is our understanding that by making this declaration to participate as a com- bination of units of local government under Section 402(a;(4) of the Act Lhat we are not obligated to finance the entitlement jurisdiction's activities in the absence of federal or state support, that we are not required to have direct repre- sentation on its local Criminal Justice Advisory Board, and that we are not required to be the direct recipient of LEAA funds. You shall be infor-ned of further actions regarding the formation or this entitle- ment jurisdiction by the Region V Chairman and Director. Sincerely, ,~il~ ~` ~ ' L`t-r-~•~_ February 22, 1980 ~ Responsible b'tn cial date ////James C. Frost i Mayor ATTEST: E~ a~ an City Clerk A '' M1IV RICE O. COV IX4TOX XAPOLO ~. DnI LIN SwM U[L GPOWC OR4f W. bRtER ROIEPT [. DOU4X [N i, DO N.LLD O X.LS LI,N ROS[PT E. SCN.LUFP , NOn3DN J eI.11LM OXi 6N~1X COVINGTON & CROWE ATTORNEYS hT LnW 10 ~> WE3T 51%TX STREET „O ST OFFICE BO% I515 ONT/. RI O, CI. LIFORNIn 91>tl2 June 27, 1978 Mr. Hugh Grant Law and Justice Agency County of San Bernardino County Civic Building - East, Third Eloor 157 West Fifth Street San Bernardino, California 92915 Re: Amendment to Joint Exercise of Powers Agreement Establishing the Arrowhead Justice Assocratron Dear Mr. Grant: Please find enclosed her esvith original Amendment re- ferred to hereinabove, having been properly executes: by James C. Frost, Mayor of the City of Rancho Cucamonga, Lauren M. Wasse rnar., City Clerk of the City of Rancho Cucamonga, and myself as Assistant City Attorney for the City of Rancho Cucamonga, which is being sent to you for processing- Thank you. Very truly yours, COV I@IGTOV S CROWE ~aI~IL Oe< RE Si -' RO ERT DO[1GHE TY L Assistant City Attorney for the City of Rancho Cucamonga RL•'D: sgg Enclosure cc: Mr. Lauren M. Wasserman, City Manager/City Clerk City of Rancho Cucamonga Please exchange Page 9 of the Amendment to Joint Exercise of Powers Agreement sent to you June 14, 1978 for the one being sent to you this date, June 20, 1978. Additional language on Line 22 will assure that each City wilt 6e represented on the A.J.R. Planning Conmiittee. The additional language is as follows: Page 9, Lines 21 8 22 - "The members, the number of positions, and the appointing authority shall be the follrnring, but in no case ahaZL a City be represented by more than one member:" ARROWHEAD JUSTICE ASSOCIATION AMENDMENT TO JOINT EXECC[SE CF P041ERS AGREE."1ERT I I 1 ESTABLISHI Mf, THE ARRO;JHEAD JUSTICE ASSOCIATI OII 1 ~ THIS AGREEHEiIT, dated for convenience as of this a5$ 3Eh day of ^^^'a~~^^- June, 2 li 1, H9d-} 1278, by and between the County of San Cerna rdino, a political subdivision i 3', of the State of California, hereinafter referred to as COU;ITY, and the City of 4• Adelanto, a municipal corporation, the City of 3arstow, a municipal corporation, 51 i, the City of Chino, a municipal corporation, the City of Colton, a municipal Cor- 6~~ poration, the City of Fontana, a municipal corporation, the City of Loma Linda, I! 7 ;a municipal corporation, the City of idontclair, a municipal corporation, the i, 8, 9 10 11~ I 12 13, 14! lJ2TNESSETIi 15i'~, UHEREAS, the County and Cities recognize that comprehensive planning for 16i,the efficient use of criminal justice and juvenile justice and prevention 17'~~;resour~es requires a permanent coordinating effort on the part of local govern- 18',~ments and Loral criminal justice and juvenile justice agencies; and 1B~' IJhIEREA.S, the County and Cities recognize that it is desirable to coordinate r 20 local criminal justice and juvenile justice activities, and planning for the 2~,~, use of State and Federal funds made available through any grant program; 221 and 2u~,~ VIH EREAS, each party to this agreement is a public agency and is authorized 2a~, to enter into this agreement; and 25I exercise of powers agreement to devise an 27 '~organiza tional and administrative structure for tJ:e purpose of creating the 28, ;~. ,:ir, .~,;; /'r;:r, ;: ~; :7 .Orr: ci~•~ i'Z,am imp Board porgy the operation of a County-wide 29~~cr iminal justice and juvenile ,iu stice planninn and coordinating system, encom- 30, pa ssinq the geographic territory of the parties to the agreement, and to secure 31! approval from the California Council on Criminal Justice, hereinafter referred I~ 32 to as C.C.C.J; and the Caa-i-pe~nae 6€€~iee e€ 6r-4ra~ina.F ,SusHFe p-7,~aaiog, 1>t>r>einyf: I ~i ~ '. 2G~ a separate public entity by a joint City of tleedles, a charter city, the City of Ontario, a municipal corporation, the City of Rancho Cucamonga, a municipal corporation, the City of Redlands, a municipal corporation, the City of Rialto, a municipal corporation, the City of San Bernardino; a charter city, the City of Upland, a municipal corporation, and the City of Victorvill e, a municipal corporation, hereinafter referred to as CITIES. IJH EREAS, each party to this agreement deems it necessary to ereaEe deue top r~ I I ' I'' 1 %~~, ~~e€err-ed to ac 8. &. d. R., tae a 6~7 oc-k~ r;+;ta-E €.~ c~ir.~iua-L 3ust_ice Mul ~.~+ueuilr. 2 ~'.:}u~sL-ise 3+ufu'AUemetat :~=mesas: dtul 3~, W}[-RE/V5. SeeEiex 303(x)(4) e€ t-ke Brw~i~6~s br-i+ye 6arbr~l and SaS~ Stceats 4 i~ AeE e€ -}962, 48 8.3.x. IR 3?F1~}~, eb. sep. , as amended (Ryg.. b. 99-3x1, a-s a:weNdeA 51'i~t>p ~. k. i}3-83, -0ue. k. 93-415, RuA. k. A4-4a4 and Pulp. b. 94-583), ~rcev-iAes 6 ~:, anA ;^.~'~ that a. Mate: ry' ~~{rrEw-ide ~ „ ~^" ~ up~e~ wuiEk~ ,Maas way- be sugmi toed to t,~2 Sta~ie B I, r~l aru+an aae~r~ =aK aP?reva~ or' di-sa6 an wl~ele ea -i-a 6aKk, aanaaaly- ~f~en 9 ~i, units e~ general leca-7- ~~ or~ ctaFl4iuaLieas '~..~€ ha~uiag a• pepalaE.iou o€ 10 ~~~ at le,~ twe luradred and ~i-tt,~ t7~arsaad 9er-seas- to aye #ua6s re~~i-,„^,~ aaAer• ~tMis~ ll,~~'~ r~~ ~ c.>~ eut a ~~ Wan seasi-stenL rr-i-sla tpe~ 5sate r-~...p ".~~''t° 12 ~I ilia #aa tke -iakue+:eweaL n€ -tau eat'ar~eweaL and ccie~iaal ~ustiEe ~ia~ tAe ~u+'-is~- 13 ~'`~ divtien Eavesed Ay khe Wan. pRAr-ova-1 0€ such ~laca-l~ ~ ~,t Ptaa ac. Bac-ts i 14! ~r~„~--•~~-F steal-l- uesul~t Sa the awar-4 e€ #ancls to .tke units o€ general ~}eca-1 gevern- 15I~I,went on so:+t~i-r+atio+><s theree€ Le -imnlc'tneni kha aHPreveA {arts e€ the-ix Waas~> 16 ~'~~' unless the 3iate Waaiaiag ageac~ ~£uruls the ~iwp7-erAeataLier+ o-t sue# a9preved s ].'/ I~,;:f tl~i-~ {ilan o~ ~revi-sieves ~LY~ereaE to Ae ;-~-~.~. -~.s.~ w-i~th ~t-he evera7-1- ~aEe 18 ;~ R-}art+~ ; a~~d 19j IJIiF.[T:AS, Sec ti.or+ 13D02 of the CnliJbrnia Pe>al Coda provides that: 20',~~, "Hach County ulaced reith a single county pZanni.ng district may constitute ?.1~a plaroa:%:,7 distric*. upon exeruticn of a joint nog+ern agreament on arrangement 22~~~'a,:enpCabla to the count;! and La at Zeo.~t that nne-half of the oxaies tin the 23~~~I dislrr:ef. !,;inch contain at Zeasf. one-ha[f of the papu lotion of the district. 24~ Care» ties planed 'uithir, a multianwtty planning rlistriat mm7 consttiLUte a planning I 26~~di.nt.rinL u!•m¢ eracutirnr of a joint prrnprt; apremvent or other arr+angemznt accept- 26lini~Zr to the (va'tiail+a ti »;7 carvati.nc and to at Zeast. thnt: nne-half of the cities I' 27 ,'~ v:+¢ such d>s Gri oi, rnlvi ch cnnf.n in nL Zaasi. atn-half of tha popu LaT. r:on of ouch dia- l ~, 28~~ cr'i_ 2, 7;' +;~~ conk Cn,;l r •rt .,,f n~:r'-half of Lh~ cit r;cs of a dis Lriot cart Y,ains at + + 29', Ln nc t. ;,~~-l;a%f of 17,. ; ~?7o!r:~e» nJ' U;.~ Ji,°tri r, (., th~^+++:w~'nrrcerth of any ha Zf of 30~, Ura, c:ai:v: i» rwdr dialrir,7. is ^uffirimrt to cnabla e.c2rution of ,joint pomars 31I~ n,rrc,'••r:»t!: or nlir.,+. e,;rcpt nl+Zr n+n•,a+t 7,m>n»ts fo!' en»stibrtirgi pbann inp distr+:ots'r, 32III and I, 2 1 ~~~ MHfP.fit4, t!ie mini-Erloc-!F Flr-aTrt proeed~res develepe4 §y iJre &. G.6. d. and the 2 ,~~ e.E-.a. R. ate eswsas>:er+s win a:pe regF.i~ement~ aadz~ <,,,~.~,: ,.. 393(x) (4) e€ bhe ', Oaaa-iGtx- C+vnre 6er*t+•a7- and Safe ~SEreets- Act a~ }963, as amended; arn} 4 X11 tJNBpEAS, in tha interest of tine, the parties hereto intend to make this 51~'Aaraemera nfre,ai,ve upon its execution by the County cnd those Cities representing 6 ~~lat least ors-half of Lhe po,^ula tior. of the County, wni Ze being nevertheless `1~',u..,!:ro!~s of booing all tl+a G'ities within the County becoma signatories to this )3'..,i ;r22rer, `; lid 9 , WHEREAS, Pel aey 2-19 ef- the ^.; _.,,T:-9'~'~ xr'a.rt p-~ geve7epe4 p!` the &.&. &.d. 10,~3;~d the 9.f-.k. R. grev-ides.: 11 II' When a• uwi-E e£ lees-l- yovetr+meak., e•1-is-ible uade~ aoa(a-) (4) a€ tha 121i'Erie~ 6enErei- Ac-t-, -~«, .,~~~~.!~,~.~ evw eri+niaaa- 3uska-se- p3aw bbaL 9s seapFekeus.iva 151''~~ifi- terms- e€ rise ~_~,..,-;^., e~ 3+we+H-le 3dstiee fury-E3e»s e€ such ua7-G an4 €as~tens 14 ~' eeardinat-iea wa-t~ r-elaEe<L €anc t-ieas e€ etl+e~ uaa-ts-, bhe- re9~iauaL islaartiia4 beard! s 15 ~,;a~=^~*',~,.T of- €ur+ds s1~1} 4e gui9ed 4y. suc# ylar. La Ehe~ 9reai~est- de9r~c` saastisieni 1G~'!w#~Nr c"-„~iT,' -_ rea ier+wide p3ann-ing."; and 17 ~~, WHcRERS, eaN+ par{y La th4s agteemerrt desifes ta -impKewe ~i-ts c~-imiaal• "~;a. 18',~axd ~.er.:;a 3ust-iFe sY~em ~ 3e-int3y- fi'ermiAg ai+ asseE-iatie++ ~fe~ ti~a6 ~+F6ese, 19 ~"'wi tHier L++e F.~eunty~ e€ Saw 6ewaard#no; an4 201I~ WHEREAS, the County and Cities have the power, under the provisions of 21,Article I, Chapter V, Division VII of Title I of the California Government Code, 22I;commencina at Section 6500, to enter into and carry out the terms and conditions 23 of this Joint Powers Agreement; and 2Zi ~ WF4ERH4S, there Hnesent3y- e>fis-ts• a++ ef-f3E-ia-1- ~;.~~2 e€ the 6eent~ e€ Saw 25'flet+~atd-ins kneww as- the Saw 8ernar~lir~e Ceunty 6r-inriAaF dusE-icy vaanwing Sep~tE.fee, 2G' baking heerr €er+ned ew Janeaty d7-, ~872~, and e*ere-isi~xt the ~es~agsibil-icy e€ ear 27 ~, prehensi*e er-in*»Rrt 3dst-ice ated~ ;juveni3e- 3as~t#Ee ¢}anwin~} w~it,'~-i~w Nye 6ednSY: 28' i,'!ir;; q.Y~S, hero presrnt Zy exists a Joint Exercise of Prnuera Agreement, dated 291~for convrnirr~^a as of tha lsL dog of October, L977, by and between the County and 30i'Zhe fifteen Cities within Lha County, created far the purpose of providing a method 31 b,) which the County and the Cities cautd participate tin the mini-block program, 32as previ.7,-d hg Section d03(a1 f9) of the Omnibus Crime Cantral and Safe Street~~, AcE -3- 1 !!j of 19011, ar. av!er!dod; cnti 2. f/!!Ei{eA3, tir. r.: Pn,~a.:n 1. r,r acis!s r, i,:,i~iic a:o:; 1,r d•>r arr: as f.he rrArror<+hrsad Jus to 3,ASSOaiatian" m+d a nover,:A:O Laard of U:e public anti '(.! brown as t:;_ Arrorahead Jus i ¢I'tice Asm,ciatiun PZar~nti+q; Cam¢iC tee; 5j~ NOW THEREFDRE, the County and Cities for and in consideration of the mutual 6 ~~promises and agreement herein contained, do agree as follows: 7~I Section 1. EFFECTIVE DATE 8~~~'~, This agreement shall become binding upon each party hereto upon execution 9~j~~hereof by that party. 101. The Sdw Bernard-raa Ge~Ey- } dusEire War»ri~} C^-~"r-, an e€€icia~l- fen 11 ~',,.iite~ e€ f,he 6eunty e€ Saw 6e~A-ifre~> hdviFlCt beer+ f»rmed~ frw the Saw Bew~-ina 12 ',COUV~y- Bear-~ o€ ~~^^..°-rim,-s ew dawwary y., }g.7g~ .is- leere~J ~isSeRve9 ~ .vr y~er 13 !the date e€ Ebe e~°..~..'^^^ e€- tot-is- avr~••~ ~Y -the bar* Gerwand#wa CemEy~ Beat's a€ ~' 1¢ ~~ SuperN-i-seHS, -as a panty. Ee sa~id~ dy~„.~.,.,~;.~ open- a: ~.a,-,~`:a.^.~ efi' t-he- Safr Bernar6~iwe~ 15', GouaLy- 6r-tirui aa-1 Ju~tiEe Rlann-ing 6emmi-6tee a~ aciiews ~ -_._~,,,,,, ~~~taken 'hY said ~Bn' 16 mi.tiee -fxa+t-'J~t-o4~v. =1-, }97-7- te- tite~ date e#- i-t~ d i - -7,~lat;e,r are deemed as ~e-iwg ve#ic 17 I!and. ;w z€#ec~ 4+t eac-{t party- to tki3- agreemen-E and-are net- ntrl-li-f-ied ~y said ,>green:e'~ 18° Joint Ea:arc i::e of Po;aera Ayreement .':camber 78-25E, dated October I, 7977, is 19',':mrab; mneraiad effective upon the date of the execution of this agreement by the 2OI~Coroag and that one:-half of the Cities whv:ch contain one-half of the population of 21'. t(:c district. Jpon arendmer,t of Joint Powers Ag!•eement btxmber 78-258 all actions 22 °h„re tofore taken by the PZannin3 Conmri ttee created by said Agreemerst from October 1, 23!.1977 to the date of its anandment ar•e deemed as being valid and in effect by each 2~;~~party to Lhis ayraement ar;d arc not >u Zlified by acid agrrement. 25,E Section 2. PURPOSE OF AGREEI4ENT 26, The purpose of this agreement is to improve and coordinato comprehensive crim- 27'i,inal and juvcn Gla justice planning and to improve the operations of the criminal 28'~justice and juvenile justice systems within San Bernardino County through the estab- 29 1 ishment of a cnoper-alive a85ec-iai-iew nea+ mu1 se~.arats criminal justice and detin - 3Oiqunncy i•t,rtu„h;,r;,r~r F,Z,,,r.,.;r~ diclr¢:et. This assec~at-ipwdi,ar,rtict shall be r0fetred t0 31 as Cite An~owhead Justice Association, hereinafter referred to as "A.d.A.", and sha I' 32 La a^r,i-{rrrd n;{ t. h.: C. {', +;, d, an t:denlifying Letter rf tha alphabet for ita desipnatio I~ ~' _q_ I 1 jas a pZ~n:ni;:g di.^,tric t, and shall consist of a policy-making and planning entity g i,~,kn own as the Arrowhead Justice Association Planning Committee, fiermerly hrerwr aft+x 3", SatrBeraar-d-ine~ 6oursEy- 6r-i•aiaa-l- dus~ic~ R~lanniay GeneaikLee,- aa-e€f-i~c~al ceiwniEtee o€ 4:~t'te 6eu~,y-e€ Bars a^..^.,~..~~-...^:^^ herete€ere urt~abeA ew JaNUar~'- 17, -L922 4i'- LWa Ceuaty- 5~~Beard of 3aperv~isers~, aad as ~+a LZ as the San 6e rnardino County Criminal Justice 6 ~~'Plann ing hla pager, as we-L} as ark additional staff as determined to be necessary by 7,the A.J.A. Planning Committee. The Coun[y and Cities, through the A.J.A., shall 8;I,pe rform all necessary functions Lo fulfill their purposes including, but not limitcyi 9 ~~,to, the following program objectives: 10'i'a. Planninc: P.esea rch for and preparation of the aluLti-Year San Bernardino County 11~~~,Comprehensive Criminal Justice and Mnual .fiction Plans. This broad responsibility 12~~wi11 be an exclusive effort by the A.J.A. Planning Committee and its Planning Man- 13~,L,ager and Stapp. The purpose will be to achieve the following three sub-objectives: 14'~,~-(a-}Develop a comprehensive arziZti-gaae•criminal justice plan for the criminal justice 15~ISystem and juvenile justice and delinquency prevention system within the County of 16I~'San Berna rd inor.{~}8evelep-and-imp}ement Lhe 3arr 6eraar~i-ne feyn{y grin•i-~}ec-k. 17'~grarrt {rrecess, as {rrev i~ded #el= b!` the ', °-.,; ~ nm,...aj9„~„~1C....«~ te~ the Came Control- AEt; arid; 18 .(c-~-Devel-op ~tha~t irertien e€ bhe Aegiea ~ ~^_^_~,.~r~p~~ plan a=edat-iqg £a EAe scimi+al 19,:jyStaee aa4 jrwenT}r ;yustice and del-inguenc~ p~event~iers "'~ in 5art8emardine 6e: 20''i'~b. Evaluation: 1. To advise and provide the A.J.A. Planning Committee and the 21~~Sta to Office of Criminal Justice Planning with appropriate information relative I' 22~to selected project evaluations and compliance of such projects with the County 23 ~',~P1 an. as #+mded ander the mini-aa}eeir grant program irr -San gerrrarg-ine 6eunEy.. µi.4p 24~i~RegienT inprr8; this This process will provide the State evaluation staff with 25~pertinent data on the evaluations taking place within San Bernardino County. and 26,t-his-Reg-ieer. This accumulated information will be a major portion of the informa- i 21~'~tion reported to L.E.A.A. in the State Evaluation Plan. 2- As a mini-6}eek- gpan6 28'' roe-i pien~ 4ke amity of pre~rid-ing the 9.r. d.F. staf-~ wi E7r local evalua- 29Eien data ~inprrE. 3uNr data- as~ are manipv}aEed- ~fran -t#me to time by the Region 30 ~I ~ ~ acs. w#1-}- ba shared with the {4. d. A. sta€€ an4 6emni{.tee, as wei} 31 ~ as- with the Regierra~ E ..~~~ "ion ^--~" •ee (.>~i:a &emmi-ttee) . ~ i z. To I'. 32~~~~provide agencies within San Bernardino County with required information to be I' - 5- I ~ utilized for prog rain planning. -4. S. To detarini ne the extent the projects' activities are related to prog rain results. c. Technical Assistance: To provide public and private agen Gies within San 8erna rd ino County with des is na ted assistance not available at the local level 5 ~,; relative to a variety of programs and projects. 6~'~~d. Grants Management: To insure the most efficient and economical operation of 7 LE.A.A. grant funded programs within the County of San Bernardino. andea=-the 8I~~,ntini-1>7-eeJe §warr4 {~wegt^am. 9~je. Administration: 1. To provide an efficient and effective planning program i - 1011~within the County of San Bernardino. 2. Assure that the A.J.A. complies with ll~i,~~all applicable 'federal, state and local laws, ordinances, rules and regulations. 12~~:3. To assure that L.E. A. A.. funds to local public and private agencies are uti- 13"lined to the fullest extent possible, and within the scope of the agreed-to pro- 14j 15 16 17 gram. 4. To assure that any special repuirements provided in relation to the nri~i-bI+~JF ~}ra++t arimina2 jpsttice and delinquanay preuention plant ut,7 district ,program within San Bernardino County are fully complied with. ~I f. Systems Impact Analysis; 1. Conduct analysis of proposals emanating from ld~'; wi thin San 6erna rd ino County relative to their fiscal and operational impact. ~' 19 ~, ~. 2. In order to assist in the implementation of the responsibility of the A.J.A. 20aPlanning Committee to review and approve all criminal justice Droposals from ?.1 ';~~within this County prior to submission to the ilegen "~'-' plann-i+~9 as i; O.O. J. P., 22l,the Criminal Justice Planning Manager will perform the following work elements: i 2311 Review, analyze, and make recommendations relative to all new and continua- 24I~~tion proDO Sals from within San Bernardino County with reference to compliance 25~'with the Comity's annual planning document and for fiscal and operational impact 26~~ on the criminal justice system and the proponent agency. This twill include 27I''recommendations for specified action not only to the A.J.A. Planning Committee tail but also to the Lounty of San Cernardino and other sponsoring units of government 29~~,~,viithin the County. 30~'~ Section 3. POldERS TO 3E EXERCISED 311. The powers to he exercised by tl;e A.J.A. shall he as follows: 32i!i a. Coordinate local criminal justice and juvenile justice activities within _6. 1~I,San Gernardino County. 2 ~,', b. Pion and budget for the use of Federal and State funds made available 3~ through the Crime Control Act of 1973 (Public Law 93-83) and amendments thereto, 4~.the Juvenile Justice and Delinquency Prevention Act of 1974 (Public Law 93-415) 5~,'.and amendments thereto, and any other grant programs which may affect the criminal 6 ~', ~~; justice or juvenile justice systems. i 7~1 c. Apply for, receive, and disburse Federal, State or other funds, inega9~ng 8'',I',l+rewini-bleek-grant~as-prey-ided-•jyaarr, and serve as a conduit for applications 9 ~~~~for Federal and State criminal justice and juvenile justice funds and evaluate 10,,~the programs which receive such funds. ll~~i d. Develop comprehensive, unified and orderly procedures to insure that 12'~local criminal justice and juvenile justice plans are in accordance with Federal 13;~ and State guidelines, and that all applications for grants-in-aid, loans, awards lei ~or other forms of funding assistance are processed efficiently. 15~ ~, e. Cooperate with, and render technical assistance to, units of local I 16'i~,government, combinations of such units, or other public or private agencies, 1 ~'~'~,orga niza Lions or institutions in matters relating to criminal justice and juvenile 181'~justice. 15'~,! f. Conduct evaluations of programs and activities of criminal justice and 20~~~juvenile justice systems. 21 I g. Perform ether functions and duties as may be required by Federal or 22~'-State laers, rules, regulations or guidelines, 20,E The A.J.A. is authorized, in its own name, to do all acts necessary for the 24~,, exercise of said powers for said purposes, including, but not limited to, any i 25'~,~or all of the follo~,aing: to make and enter into contracts; to employ staff and 26~~~~a9ents; to acquire, maintain and dispose of real and personal property; to incur jl 27,,,~debts, liabilities or obligations which do not constitute a debt, liability or 28~,; obl igation of the Cities and County, and to sue and he sued in its own name. 29' Such powers shall be exercised subject only to such restrictions upon Lhe manner i 30~1of exercising such powers as are imposed upon the Cities and County in the 31 exercise of similar powers. 3211 Section 4. TER11 ARID TERt•IIMATID"I c -7- r ~~ is ii ii 1 ;I Y+i-s agreetncwE -sH ~+-}7- becar~e- ef#eEE~ive as of tJre- daa:e hereef and. shall- eew g ~: ~i t-inde an full ferc2 awl e€feEb tort!-l J:er'r,FiWa-EeA §y xeseluEtiens o€ Lke Eeugty aad- 3 ~~ ab ~leas6 eae-kal€ e€ the Gibies whaEk EonEa-*r+ a~b Aea:.b ere-kal# al Lie pepula6.ieR 4 ~e€ the &i-toes' :.L^'~'gr'°`~`°a as ptr~ies ~o ;=his ?!we_w,ne°z. !ny party may, by resodu- 5~~,tion of its governing body, mitldram fro^r tl;e A.J.A. by riving six months notice 6,~to aZl other parties, including the A.J.A. PZarorin,7 Com~xittee, thzt it is terminate ~I 7'~':ing it; rx:ghts and duties mtder this agreement. Eli tndrm,~bs from membership in S~l ~'',t:e A.J.A. by indx:v ideal Cities shaZZ not operate to terminate the agreement as to g'',, the remaining members, nor to termira tz the district, unless the remaining member- loll, satin exetudiny the Cotutty is Zess than those signatories representinn at Least one- ll'~,half of the papu?ati.on of thz district. Population figures shall be determined 1?.j~',by the latest published estimates of the State Department of Finance. Ary~~=ky. 13 ~~te {#J3 a;.~^~ mag• wA-tlxla:aw ley e}i~µincU ~ mwaths w~-i-ibcw acct-tile to al-1 e3hea 1 ~~',,1»riies, -i++E-lwlieg the i'1.d.A. Jilaaea•iflg r^^-~,.~-~-'*^^, -thdb ii: -i~s ->=ermiuaL-irtg .i-ts ~4~~ 1o~~aad duties wader -tJte ;.~'. LJhen any party has ceased to be a party to this i Ili 16liiagreement, it shall not be entitled to again become a party to this agreement 1V~except upon waa.rimens~consent of two-thirds of the remaining parties and upon such 16^terms and conditions as may be imposed by rrtian-iereus action of said parties. 1g~'~~ Section 5. ARFO'dHEFlD JUSTICE ASSOCIPTION 20'r a. CREAT IOiI OF TIIE ASSOCIATION I 21 '. Pursuant to Sartiort 13D02 of the Penal Code, State of California, and Article 2~~tl~I, Chapter V, Division VII of Title I of the California Government Code, commencing: 2d~1 at Section 6500, there is hereby created a near a%u! srpar~¢to crimi%xcl ,iustice and 24~, delx:agitrnc;! prevnntiort plaroxing distric f: m¢~7 a nets public entity to be known as ?.51~: the "Arrowhead Justice Association". i' 261: b. GOVERN LWG COPIi-1ITTEE 27'~: T#re WN-t !'hc district. shall be administered by the Arrowhead Justice Associa- 28, tion Planning Con~~aii tire, Ea;~q>~is-i+x3~ the £ea-ler!~iiu} ppsi.tiens. .f.ran: ai-WiA, the touniy. 2g~,. e€ Sa+} Aernaa.4i,+o~, tl:e- nietJxrd c~E tN4>F'intmen-l aNd Ehe d-i-srri~ r,-+ppeseuted.: con- 30, rLnting c," .0 ~~;: ~•i~rrs, a%~.' ^/tall bo rcpre.;cr,totivr, of a broad r/nnz of emm~n.nxay 31~ interusGc aa? vi.i~i.rmint;:, and shell he b~.tlarenrl ns rl.osel;t as pcssibZe in terms of 32t ern ial, r,~anatl, app, cnonorn r:r,, mtd geogr.zphio factors, and shall be tirt aamplianoe, b -o- I~ i. I' i l~l as eZoaely as pose;:ble, with Sca Boris 73904 and 13"05 of fire Ca Zifornia Penal Cod. 2 ~, Eit-*ef PreWt~crn 8€f~eer - A<r`^.•~:e apt~TeTt+t~ k~a5ed ~pet* ~F ~naL~x`e 3 ~'~~ e€ pes'i-~+sn - Eorreet•iens. 41' Gereeer - Anlematte aype ielmenl ~a5t•9 epee ;,~a;~nar ealnre e€ 9es-i-t-fen - 6'~aS~`--:t-E H-fEerwey - flnEemaESe aeryai+N.nterrS ~t5ed a¢err ~ nat~rP of 7~~es$Eien - d~ra} Preeess. ~', B ICI, ~rtE)~lf. n.. c=,~-r~++acr.. a,.a..- _-"~vemii8 d~90~TREAtE'f~E ~d 52~ M(19R tld}' i13~tl1Y 9~ 91 j'tgr}Heir - ~th'}7G Td~ ~rBC25'•r. 10 ~i ~L.~'!C _ n..~o~-a:_ ~. ~5e9 flee. #fl9~ivi~d3} +wtvre e€ T->~iiEi9n I 11 l~, fart {n€arc-etnen~. 1211 dyer-ie+' EeewE dn9.3e - AHpain£ed b~` ~bhe lei-iar GeerE -dud-ieia} i'reeess. 13 ~.' {AyRieipak Eeur~ dude - ApryeieleA B1` the Finn-fetgaF 6ea+-E~ - dnd4e~iaF flraeess. 141~~~. Ceurrty 3eper+ri,er - A99e#n-teA $Y the Beam e~ ~erriserf - i-aea•~ fiavernmerri. 15 ~'I, z ;~;aatee -Beard e€ Buperriserf - Fdaeat~err. i~ 16 ~~r'RF'lael' e€ ?Jte drrre+rT}e ''w~cice Eemmi ss#ee - Jtraerri-le dust*Ee Eemuiss-faer - 17 'I Eer+ec~.-leas. 18;i &ify Pes-i-liens -one member #rein eaeM t-i-4y represented err the R.d.k. -Mayer, i 19 ~~, E~-li' ~`""Fsa-:'Prsa!', E4lY +°, er CM-iet~ e€- Pe-Bfee - teeah 6averrmeerE er taK 20,'~ ~..~,.__.... ~, 21, The members, Lite nwnber of positions, and the appointing authority shall b¢ the 22''follouing, but in rw case sh.:LL a City be represented by more than one member: 23,1; Bnard of Supervisors -one position -Board of Supervisors appointment. 241' Chairntnn or Corrnissioner, Juvenile Justice and De LinGue>tcy Prevention 25'i,Co¢misstiat -one posiGio>t - J.J. 6 D.P. Cormission appointment. 26 Citief of Police -seven positions -City Selection Conmittze appointment. 27~, I Chief' Probation Offx:cer -Automatic appointment. 28 Ci Gr Cmor:~;:7; rrrnn - ;is F•os ittions - Ctity Selection Conmtittee appointment. 29, Coup yr Administnativr Offiocr -Automatic appointment. 30, CrnAn G~r Juprr+'.nten.ant, of Schools - Autornatie appointment. 31' Dtistri.et Attorney -Automatic appointment. 32~. du,tice Court Jude -ono positicn -Board of Supervisors appointment. -9- ~i il', I' ~~ I~ i 1 i~ Mayor - Za+o pns+aa:ons - L'i.tp Se Zectiun L'o~ww;t tno ap~ofn`.rnaa t. 2ii fheniatipal Co:u•t Judge - onz pusi bior! - F'ta:iciral Court appoirrtmgn t. 3j, Ferson from thz private sae LOr -one position -Board of Supervisors d ~~~. men C. 5~.' Peraon involved i>a drug abuse control or przvmtion -one position -Board i 6'~,~ of Supervise rs appointment. I~, 7~!~: Person rzpresenting tre fx:eld of education -one positior, - Bonrd of Super- 8~~~' visors appointment,. 9'I Pub Lx:c l7afendcr - du tong tic appoi ntmrnt. l0~l Beprescrttn rive of Public/G;ental ifenlth - Eoard of Supervisors appointment. r 11'ii Sheriff - Fu LVmatic appoir, trner,t. 12, Superior Court Judge - one posi tiort - Supzrinr Court nppa intment. 13';~, Each elected member shall serve for the period of his elected term. Each 14~~1 non-elected member of the Con!mit~ee shall serve until such time as the appointing 151. authority removes said member and appoints another individual to serve as a membe~ 16~,~~ c. PIEETIi1GS OF THE COI•Ii~IITTEE 17;~ (1) The A.J.A. Planning Lanmit~ee shall provide for its regular meetings. 1&~~,~, The date, tine, and place of holding of the regular meeting shall he fixed 6y the 19',I Committee. 20 i (2) All meetings of the Committee shall be called, noticed and held and con- I 21 ' ducted in accordance with the provisions of the Ralph hl. Brown Act, tormenting 22' with Section 54950 of the Government Code. 23~ (3) The Criminal Justice Planning Planager, or a person designated by the 2a~ Planning tlanaaer, shall cause to be kept minutes of all meetings of the Comm tree 25', and shall, as soon as possible after each meeting, cause a copy of the minutes to 2G ~~ he forwarded to each member of the Conpaittee, ae7§ to t-he b-}er-ks• o€ the £eurrEy and 27 ~~' &i-ties. 28 (4) A !najm~ity of the Committee shall constitute a quoru!n for the transactior 29 of business excr.pt that less than a quorum may adjourn from time to time. 301 d. OFFICERS 3111 The Co!nmi tree shall select a chairman and vice chairman. The secretary of 32!,~, the Co!nnittee shall be the Criminal Justice Planning Ilanager, or his designee, -to- ;'~ 1 ~~~ and the auditor-controller and the treasw•er of the A.J.A. shall be the Auditor- 2~~~ Controller and the Treasw•er of the County of San Bernardino. The attorney for 3~I~ the A.J.A. shall be the County Counsel of the County of San 6erna rdino or his al duly authorized deputy. i' 5 e. FUNDS 6~ The Treasurer of the County shall maintain in a separate trust account aki~ 7 ~',I funds received by the A.J.P.. Such funds as received from the Lam Enforcement 8~~. Assistance Fldministration, the O.C.J.P., and local sources shall be expended only 9' in accordance with the O.C.J.P. Fiscal Affairs Manual and the appropriate rules 10~~and regulations of the County and Cities. 111 l' It shall be the responsibility of the Criminal Justice Planning Manager to 12~,,prepare an annual working budget to be submitted to the Lomnittee for its con- 13~,sideration. I lh'I~. f. P.DDITIO'IAL PARTIES 15 `. Any incorporated city within San Bernardino County may join the A.J.A. Any i, 16'~~I SUCK jurisdiction so joining shall become a member subject to the terms of this 17~,~.agreement. The Coirvnittee shall establish such conditions for entry into the 18~~~A.J.A. as will be fair to the new member and to all other members to this agree- 19~''ment. The governing board of the jurisdiction that seeks to join the A.J.A. shall 20~~~subscribe to this ag reeinen t. ~~ 21 Iq 411TiJCSS kJHEREOF, the parties hereto have caused this Agreement to be exe- c 22; toted and attested by the proper officers thereunto duly authorized, and their 23official seals to be hereto affixed, as of the day and year first above written. 2~}. 2J: THE CITY OF A9ELA"ITO 26 27~' oy '~ Hastell F. Hollis, Mayor 28 ~, lutes C: 29~ 30. I Steve Cropsey, City Clerk 31' 32I III, ~ U -11- 1'~i' THE CITY OF 6ARST0}1 ~I 2 j: J;I 6 Y Bernard hl. Keller, tdayor 4',, Attest: 5", 6 ~i Betty 7 i,, ~'' Roo~e, City Clerk 8 ~: ~' THE CITY OF CIJINO III 1 10 , By_ " Bob B. IJCLeod, Ffayor llii',,4ttest: 12~ 13 ~' a il Joan 1~J, Kruse, City Clerk 15~, TIIE CITY OF COLTO;J 16i 17 I i BY Frank A. Gonzales, Mayor 18 ', Attest: 19 20 ' I. Ilelen Ramos, City Clerk 21 2?. ~~ THE CITY OF FOiJTABA 23 24 ' Uy Frank Horzen, ;layor 25', Attest: 26I 27~ '~~ Pit i~l. 14ur~~ay, Ci Ey Clerk 28'i' 29 THE CITY OF LCiIA LIWUA 30 ~, 31 ii . By---- ~li Kent ll. Dickinson, Playor 3yli I, -12 3 __ Margery DeSimone, City Clerk 4 5~ 6 7 I' 8;'' Attest: 9'',I 10 II Gertrude L. Mill, City Clerk 11',, 12,I THE CITY OF NONTCLAIR By Harold FI. Hayes, Mayor THE CITY OF !IEEDLES 13 lh, 15~! D,ttest: 16~ 17', Vernon Bailey, City Clerk lb',' 19 ~, 20~ L 21". 22'!' Attest: By Huey f1. O'Dell, Mayor TfiE CITY OF Of1TARI0 By Robert E. E lingwood, Mayor 23 2d!I Oeloris Arterburn, City C erk 25' 26~~ THE CITY OF RANCHO CUCAh10NGA 2711 i 2II'! ., By ~ .G. .. ' Mane C. I ~ ,Mayor 29~,~ Attest: ~V/ 30, ~~°~ G/~--s..- City Clerk 32~ R -13- ~ ~ JOINT EXERCISE OF POWERS AGREEMENT i li ESTABLISHING THE ARROWHEAD JUSTICE ASSOCIATION ],~ THIS AGREEMENT, dated for convenience as of this 1st day of I 2 October, 19"77, by and between the County of San Bernardino, a poli- 3 tical subdivision of the State of California, hereinafter referred 4 to as COUNTY, and the City of Ade lento, a municipal corporation, 5~' the City of Barstow, a municipal corporation, the City of Chino, a 6 municipal corporation, the City of Colton, a municipal corporation, q, the City of Fontana, a municipal corporation, the City of Loma 8~', Linda, a municipal corporation, the City of Montclair, a municipal gii' corporation, the City of Needles, a charter city, the City of 101,1 Ontario, a municipal corporation, the City of Rancho Cucamonga, a i ~i ll~,~municipal corporation, the City of Redlands, a municipal corporation 12~ the City of Rialto, a municipal corporation, the City of San Bernar- 13~ dino, a charter city, the City of Upland, a municipal corporation, 14~'.and the City of Victorville, a municipal corporation, hereinafter 15 referred to as CITIES. 16~' WITNESSETH 17r Wt3EREA5, the County and Cities recognize that comprehensive 1g~ planning for the efficient use of criminal justice and juvenile jus- 19 tice and prevention resources requires a permanent coordinating 20~ effort on the part of local governments and local criminal justice 21 and juvenile justice agencies; and 22' WHEREAS, the County and Cities recognize that it is desirable 23 to coordinate local criminal justice and juvenile justice activiti 24~ and planning for. the use of State and Federal funds made available 25 through any grant program, including the mini-block grant process; 2G and 27 [PFIE REAS, each party to this agreement is a public agency and 28 .is authorized to enter into this agreement; and 29~, WHEREAS, each party to this agreement deems it necessary to 30 create a separate public entity by a joint exercise of powers agree- 31' ment to devise a^ organizational and admi.n istza five structu re for I, LF.Q1~i ;the operation of a`COUnt -wide criminal. justice and juvenile justice f ~ o: i. „ n ct Sxu- ner:icc^~ cY I .. (" JT.: HotTd:: 'in0, ~I 3', .' I', ~. .. '.. j o l'i .i ~~.... S/3/y! J16todi / ;_;: IClr: : , : ~.::., ,., ,.,; ~; _ a. , 1"~ planning and coordinating system encompassing the geographic terri- !I 2~, tory of the parties to the agreement and to secure approval from the ail California Council on Criminal Justice, hereinafter referred to as 4` C.C.C.J „ and the California Office of Criminal Justice Planning, 5'~,hereinafter referred to as O.C,J.P., for a block grant for criminal b l~just ice and juvenile justice improvement pu nooses; and 7„ WHEREAS, Section 303(a)(4) of the Omnibus Crime Control and $'~, Safe Streets Act of 1968, 42 U,S.C. & 3701, et. seq., as amended 9 ~'~ (Pub. L. 90-351, as amended by Pub. L. 93-83, Pub. L. 93-415, Pub. l0 L. 94-430 and Pub. L. 94-503), provides and requires that a State: ll,i 'provide for procedures under which plans may be submitted 12,; to the State planning agency for approval or disapproval, in whole 13;~or in part, annually from units of general local government or 14icombinations thereof having a population of at least two hundred 15~Iliand fifty thousand persons to use funds received under this part 16~,'~ito carry out a comprehensive plan consistent with the State com- 171''~prehe ns ive plan for the improvement of Law enforcement and criminal 18:,justice in the jurisdiction covered by the plan. Approval of such 19~!~local comprehensive plan or parts thereof shall result in Ghe 20 il, award of funds to the units of general local government or combing- '~i 21~tions thereof to implement the approved parts of their plans, 22,!I'un le ss the State planning agency finds the implementation of such 23;11 approved parts of their plan or revisions thereof to be inconsis- 24,tent with the overall State Plan"; and 25'^ WHEREAS, the mini-block grant procedures developed by the 26,0.C.C.J. and the O.C.J.P. are consistent with Ghe requirements 27 i~under Section 303 (a)(4) of the Omnibus Crime Control and Safe 28:, streets Act of 1968, as amended; and 29~' WHEREAS, Policy 210 of the mini-block grant process developed 30'~by the 0.C.0.J. and the O.C.J.P, provides; 31' _ When a unit of local government, eligible under 3211'~303(a)(4) of the Crime Control Act, establishes its own criminal _2_ i_ ll~ justice plan that is comprehensive in terms of the criminal or I. 2; juvenile justice functions of such unit and fosters coordination 3.; with related functions of other units, the regional planning 4~. board's allocation of funds shall be guided by such plan to the I1 5~~~ greatest degree consistent with effective region-wide planning."; I'. 6'; and 7;' WHEREAS, each party to this agreement desires to improve its 8 9 10 11 12 13 14 15 criminal justice and juvenile justice system by jointly forming an association for that purpose, within the County of San Bernardino; ', and WHEREAS, the County and Cities have the power, under the pro- visions of Article I, Chapter V, Division VII of Title I of the California Government Code, commencing at Section 6500, to enter into and carry out the terns and conditions of this Joint Powers Agreement; and 16i, S+IHE REAS, there pre sently exists an official committee of the 17I, County of San Bernardino known as the San Bernardino County Cri- 18' urinal Justice PLann ing Committee, having been formed on January 17, 19i~1972, and exercising the responsibility of comprehensive criminal 201~~justice and juvenile justice planning within the •County; i 21 NOW THEREFORE, the County and Cities for and in consideration 22~of the mutual promises and agreement herein contained, do agree n 23, as follows: 241 Section 1. EFFECTIVE DATE 25 This agreement shall become binding upon each party hereto 26' upon execution hereof by that party. 27'.~. The San Bernardino County Criminal Justice Planning Committee, I 28j an official Committee of the County of San Bernardino, having 29~~, been formed by the San Bernardino County Board of Supervisors on 30~', January 17, 1972, is hereby dissolved effective upon the date of 311,, the ere cution of this agreement by the San Bernardino County 32~~I Hoard o£ Supervisors, as~a party to said agreement. Upon i ~~ -1- . i ,~ ,I ~!~ 1~~~ dissolution of the San Bernardino County Criminal Justice Planning 2;~ Committee all actions heretofore taken by said Committee from 3!~', October 1, 1977 to the date of its dissolution are deemed as ¢~~ being valid and in effect by each party to this agreement and are SIB: not nullified by said agreement. I. 6c Section 2. PURPOSE OF AGREEMENT 7~"~ The purpose of this agreement is to improve and coordinate SCI comprehensive criminal justice planning and to improve the opera- gl~! tions of the criminal justice and juvenile justice systems within 29 30 31 32 10; San Bernardino county through the establishment of a cooperative ii llassociation. This association shall be referred to as the Arrow- 121!!i head Justice Association, hereinafter referred to as "A.J.A.", 13'~and shall. consist of a policy-making and planning entity known as 1411 the Arrowhead Justice Association Planning Committee, formerly 15',known as the San Bernardino County Criminal Justice Planning 16.` Committee, an official committee of the County of San Bernardino 17liheretofore created on January 17, 1972 by the County Board of it 18;'SUpervisors, and the San Bernardino County Criminal Justice Plan- 19j~~ning Manager, as well as additional staff as determined to be 20'~necessary by the A.J.A. Planning Committee. The County and Cities, ~' 21' through the A.J.A., shall perform all necessary functions to ful- 22:: fill their purposes including, but not limited to, the following I' 23Ii~ program objectives: 24, Planninq: Research for and preparation of the San Bernardino 25.x' County Comprehensive Criminal Justice and Annual Action Plans. 26 This broad responsibility will be an exclusive effort by the A.J.A, i 27' Planning Committee and its Planning Manager, The purpose will be 26~(, to achieve the following three sub-objectives: (a) Develop a comprehensive criminal justice plan for the criminal justice sys- ~. tem and juvenile justice and delinquency prevention sy~s tem within the County of San Bernardino; (b) Develop and implement the San Bernardino County mini-block grant process, as provided for by the -4- l 1976 Amendments to the Crime Control Act; and, 'c) Develop that it 2~I, portion of the Region "S" comprehensive plan relating to the i' 3;1 criminal justice and juvenile justice and delinquency prevention i' i 4', systems in San Bernardino County. 5~~I'~b. Evaluation: 1. To advise and provide the A.J.A. Planning 6~'~, Commit tee and the State Office of Criminal Justice Planning with ~'~ 7 ~, appropriate information relative to selected project evaluations B~~i and compliance of such projects with the County Plan as funded i 9 i~under the mini-block grant program in San Bernardino County. With l0i Region "S" input, this process will provide the State evaluation llistaff with pertinent data on the evaluations taking place within 12~II~San Bernardino County and this Region. This accumulated informa- 13~~ion will be a major portion of the information reported to L_E.A.A. 14;1 in the State Evaluation Plan. 2. As a mini-block grant recipient, I 15;~i the responsibility of providing the O.C.J.P. staff with local 16i~~~eva luation data input. Such data as are manipulated from time I 17,to time by the Region "S" computer access will be shared with i 18!llthe A.J.A, staff and Committee, as well as with the Regional Evalu- 19,ation Committee (Executive Committee). 3. To provide agencies 20i'~.~with in San Bernardino County with required information to be 21I,utilized for program planning. 4. To determine the extent the I 22~~, projects' activities are related to program results. 23~~~c. Technical Assistance: To provide public and private agencies li 241~'i with in San Bernardino County with designated assistance not avail- 25;'able at the local level relative to a variety of programs and 261 projects. 271~d. Grants Mana ement: To insure the most efficient and economi- 28~~I~ cal operation of L.E.A.A. grant funded programs within the County 29i, of San Bernardino under the mini-block grant program. 30 '~, e. Admin35tration: 1. To provide an efficient and effective 3111 planning program within the County of San Bernardino. 2. Assure 32'x; that the A.J.A. complies with all applicable federal, state and -5- ll~ local laws, ordinances, rules and regulations. 3. To assure that 2~'~~ L.E.A.A. funds to local public and private agencies are utilized 3,, to the fullest extent possible, and within the scope of the agreed- 4~~ to program. 4. To assure that any special requirements provided 5~! in relation to the mini-block grant program within San Bernardino 6~:1000nty are fully complied with. 7~~:. f. stems Imna ct Analysis: 1. Conduct analysis of proposals (, 8ilemanating from within San Bernardino County relative to their 9~fiscal and operational impact. 2. In order to assist in the 101G~implementation of the responsibility of the A.J.A. Planning ll~~lCOmmittee to review all criminal justice proposals from within this 12~':COUnty prior to submission to the Region "S" planning unit, the 13'jCriminal Justice Plannin Mana er will 4 4 perform the following work 141elements: 151' Review, analyze, and make recommendations relative to all 16::1new and continuation proposals from within San Bernardino County 17i with reference to compliance with the County's annual planning 18~~~'document and for fiscal and operational impact on the criminal 19', justice system and the proponent agency. This will include 20";recommendations for specified action not only to the A.J.A. 21:'; Planning Committee but also to the County of San Bernardino and 22!other sponsoring units of government within the County. 2311 Section 3. POWERS TO BE EXERCISED 24 '~ The powers to be exercised by the A.J.A, shall be as follows: 25,1: a, coordinate local criminal justice and juvenile justice 26~',„activities within San Bernardino County. 27'I b. PLan and budget for the use of Federal and State funds 28~~1made available through the Crime Control Act of 1973 (Public Law 29 L,93-83) and amendments thereto, the Juvenile Justice and Delinquency 30~'~Prevention Act of 1974 (Public Law 93-415) and amendments thereto, i 31',and any other grant programs which may effect the criminal justice ii 32~;or juvenile justice systems, -6- ............... ....... ......................... . 1' c. Apply for, receive, and disburse Federal, State or other 2~I'~, funds, including the mini-blocY, grant as provided by law, and 3'~I li serve as a conduit for applications for Federal and State criminal 4~',justice and juvenile justice funds and evalnato the programs which 5' 61. 71 SI 9 l0' ll, 12I receive such funds. d. Develop comprehensive, unified and orderly procedures to insure that local criminal justice and juvenile justice plans are in accordance with Federal and State guidelines, and that all a pplicatiors for grants-in-aid, loans, awards or other forms of funding assistance are processed efficiently. e. Cooperate with, and render technical assistance to, units of local government, combinations of such units, oz other 13'I'~, public or private agencies, organizations or institutions in i'. l~~j matte rs relating to criminal justice and juvenile justice. 15~'~ £. Conduct evaluations of programs and activities of criminal i' 16i; justice and juvenile justice systems. 17~, q, perform other functions and duties as may be required by 181~~Fede ral or State laws, rules, regulations or guidelines. i 19,, The A.J.A. is authorized, in its own name, to do all acts 20"necessary for the exercise of said powers for said purposes, r 21 '. including, but not limited to, any or all of the following: to j'. 22,'. make and enter into contracts; to employ staff and agents; to 23, acquire, maintain and dispose of real and personal property; to 2~ incur debts, liabilities or obligations which do not constitute 85, a debt, ]iability or obligation of the Cities and County, and to 26, sue and be sued in its own name. Such powers shall be exercised 27,,,subject only to such restrictions upon the manner of exercising 28i',,such powers as are imposed upon the Cities and County in the 29 !. exercise of similar powers. 30;~'~i Section 4. TE[ibt AND TERMINATION 31j This agreement shall become ef.fecti ve as of the date hereof 32~',and shall continue in fu1T force and effect until terminated by _7_ i ~~ 1 ~~~, resolutions of the County and at least one-half of the Cities which I''. 2'contain at Least one-half of the population of the Cities desig- 3:~nated as parties to this agreement. Population figures shall be 4,~'de to rmined by the latest published estimates of the State Department 5'i of Finance. Any party to this agreement may withdraw by giving 6 ~'~six months written notice to all other parties, including the A.J.A. ~. 7,~Planning Committee, that it is terminating its rights and duties 8~under the agreement. when any party has ceased to be a party to g~~this agreement, it shall not be entitled to again become a party l0~i~to this agreement except upon unanimous consent of two-thirds of the 1l irema fining parties and upon such terms and conditions as may be 12~'~imposed by unanimous action of said parties. i! 13~' Section 5. ARROWHEAD JUSTICE ASSOCIATION 14; a. CREATION OF THE ASSOCIATION 15II, Pursuant to Article I, Chapter V, Division VI of Title I of ~ 161; ',the California Government Code, commencing at Section 6500, there 17I,is hereby created a puh lic entity to be known as the "Arrowhead 18'~JUStice Association". i 1g" b, GOVERNING COMMITTEE 2011,, The Unit shall be administered by the Arrowhead Justice 21 'ASSOCia~ion Planning Committee, comprising the following positions 221!,~from within the county of San Bernardino, the method of appointment, i, 23 and the discipline represented: 24 Chief Probation Officer - Automatic appointment based upon 25I',individual nature of position - Corrections. 26j~' Coroner - Automatic appointment based upon individual nature 27j''of position - Local Government. 28~'., District Attorney - Automatic appointment based upon individual 29~na lure of position - Judicial Process. ~,~ 30', Public Defender. - Automatic appointment based upon individual 31,,nature of position - Judicial Process. i! 32' j . i' _8_ ~', ~' x• ]. ~', Sheriff - Automatic appointment based upon individual nature 2 1~~, of position - Law Enforcement. 3i Superior Court Judge - Appointed by the Superior Court - ¢~~JUdicial Process. 5~~~' Municipal Court Judge -Appointed by the Municipal Court - P 6 ~~JUdicial Process. 71' County Supervisor - Appointed by the Board of Supervisors - $LOCa1 Government. g, Educator - Board of Supervisors - Education. 10~ Member of the Juvenile Justice Commission - Juvenile Justice 11 (Commission - corrections. 12i City Positions -one member from each City represented on the 13'~A.J.A. - Mayor, City Counc ilpe rson, City Manager, or Chief of I'. 14i!POlice - Local Government or Law Enforcement. i 151 Each elected member shall serve for the period of his elected 16~~l; term. Each non-elected member of the Committee shall serve until 17i~~~isuch time as the appointing authority removes said member and 1$I,appoints another individual to serve as a member. 19j c. MEETINGS OF TES COMMITTEE i 20~~, (1) The A.J.A. Planning Committee shall provide for its 21 !'~regu lar meetings. The date, time, and place of holding of the L 22;;regular meeting shall be fixed by the Committee. 23I (2) All meetings of the Committee shall be called, noticed 2¢'and held and conducted in accordance with the provisions of the 25~'Ralph M. Brown Act, commencing with Section 54950 of the Govern- 281i'ment Code. 2711 (3) The Criminal Justice Planning Manager, or a person desig- 2g'~nated by the Planning Manager, shall cause to be kept minutes of 2g~'iall meetings of the Committee and shall, as soon as possible after. i 30~~~each meeting, cause a copy of the minutes to be forwarded to each 3111 32.', ' 9 I I I' ,; ~: 1. member of the Committee and to the Clerks of the County and Cities. ~i. 2'~, (4) A majority of the Committee shall constitute a quorum for 31 the transaction of business except that less than a quorum may 4 adjourn from time to time. 5'.. d. OFFICERS 6~~ The Committee shall select a chainaan and vice chairman. The 7~~'~,~'~secretazy of the Committee shall be the Criminal Justice Planning 8 9 10 11 12 13 14 15 16 17 ~, Manager, or his designee, and the auditor-controller and the ~', treasurer of the A.J.A. shall be the Auditor-Controller and the Treasurer of the County of San Bernardino. The attorney for the ~, A,J.A, shall be the County Counsel of the County of San Bernardino or his duly authorized deputy. e. FUNDS The Treasurer of the County shall maintain in a separate trust account all funds received by the A.S.A. Such funds as received from the Law Enforcement Assistance Administration, the O.C .J.P., 18~ o.c.J.P. Fiscal Affairs Manual and the appropriate rules and l9l" regulations of the County and Cities. 201 It shall be the responsibility of the Criminal Justice Planning 21~~Manager to prepare an annual working budget to be submitted to the 22! committee for its consideration. and local sources shall be expended only in accordance with the 23~I' f. ADDITIONAL PARTIES 2h Any incorporated city within San Bernardino County may join 25 the A.J.A. Any such jurisdiction so joining shall become a member 2Gi'~ subject to the terms of this agreement. The Committee shall 27! establish such conditions for entry into the A.J,A. as will be fair 28~'' to the new member and to all other members to this agreement, The 2g', I', govern ing board of the jurisdiction that seeks to join the A.J.A. i' 30',~ shall subscribe to this agreement. 31" IN WITNESS WHEREOF, the parties hereto have caused this Agree- 32' ment to be executed and attested by the proper officers thereunto -10- 1I duly authorized, and their official seals to be hereto affixed, as 21 of the day and year first above written. 3i I THE CITY OF ACF.IANTO 4 5 Haste ).1 F. Hollis, Mayor 7 Attest: 9 ! 10 ~ ~ , - Mary nughlin ity Clark 11 12 i I HERESY APPROVE the £orm and legality of the foregoing Agreement 13 a~ i this ~ day of ~ EJ~ tiL~ ~~ 141 15I City Attorney 16~ I City of Adelanto 171 I ~ ~ , 15 BY - '-'~-~ 191 THE CITY OF BARSTOW 21 22 V B e_ 23 r E. o dsmith Mayor let Attest: 25 26 ~j --' try Betty R we~ erk ~' 28 29 I HEREBY APPROVE the form and legality of the foregoing Agreement 30 this ~. <f'~- day of __a~~~--,--~--.- / 9 7 7 31 :i2 City Attorney C iL-y of Barstow gy \~~\~~~'~. ~~ _ 1 2 3 4 5 THE CITY OP CHINO By Bob 8. McLe'o Mayor Attest: ~an Kruse, City Clerk I HEREBY APPROVE the £orm and legality of the foregoing Agreement this day o£ ___ . 1 THE CITY OF COLTON 8y~~ Abe E. tran, Mayor 2d Attest: 25 ~ ,~ 1 26 ~~Q. ~ann~/ ,Helen Ramos, City Clerk 2g I }IF.REBY APPROVE the fo /rm~ a^ndnlegality of the foregoing Agreement 2g this _~ day of _tii (~f~C..~' / s ~,__ 30 31 City Attorney C~oltprt' 32 By _Ip_ Tt1E CITY OF FO_NTAD]A 1 ~ 2 By c~~ ~ ~'-r---._ _ 3 Frank Itorzen, May rl , 4 I J/ Attest; 5 6 7 8 9 10 11 12 13 14 15 16 17 I HEREBY APPROVE the form and legality of the foregoing Agreement this day of City Attorney City of Fontana ~~ THE CITY OF LOMA LINDA 19 20 By ~,.7~~~~~~';Y/.~9daJsti% 21 Kent S9. Dickinson, Mayor Attest: 23 2n 25 ~ ~ ity Clerk 26 27 I FIEREBY APPROVE the form and legality of the foregoing Agreement 28 this day of 29 City Attorney City of Loma Linda BY. - 13 - 1 2 3 4 5 6 7 8 9 10 11 12 THE CITY OF MO.ITCLAIR ~ ~ ~ I Attest-, ~' . L Gertrude L. Hi 1, City Clerk I HEREBY APPROVE the form~/amend legality of the~Jforegoing Agreement this ~ day of /i/~~ /910 City Attorney City of Dlontc la it 15 it BY ~~/~~B/~/~J~('i 16~ 1?'I THE CITY OF NEEDLES 18' I 19~ tz e~A _ _ I By ~C1C./ - 2p. Huey M. O'Dell, Mayor 211 Attest: 221 ,I 23 V~ ~J ~4r~ 2d~ Vernon Bailey, Ci Clerk 25" ' I HEREBY APPROVE the form and legality of the foregoing Agreement 261 '~ this day of 27' 28~r City Attorney 29~ City of Needles 301 _~q_ 1, ii 21 31 4 5 6 8 9 10 11 12 15 l~ 15 16 17 18 19 20 TF1E CITY OF ONTARIO By _ R. E_ Ellingw Mayor Attest: DeLoris terburn, City Clerk I HEREBY APPROVE the form and legality of the foregoing Agreement this day of City Attorney City of Ontario By THE CITY OF RANCHO CUCAMONGA IAttest: City Clerk 24 25 26 27 26 29 I HEREBY APPROVE the form and legality of the foregoing Agreement I th is day of City Attorney City of Rancho Cucamonga By - 15 - 1 2 3 4 5 6 7 9 10 11 12 13 14 At~est~ ~p` 7 g+~' Mosele City erk TFIE CITY OF REDLANDS City Attorney City of Redlands THE CITY OF 17~i G // 20 Attest: 21 22 J eph Sampson, Ci Cler 23 La I HEREBY APPROVE the form and legality of the foregoing Agreement 2v this (~?~ day ofd 26i 27 City Attorney 26 City of Rialto ' 29I 30 B 31 32 - 16 - 1' 2 3 5 6~ 7 Attest: THE CITY OP SAN BEiL~IARDI NO 4, R. to lc ~ b, May I HEREBY APPROVE the form and legality of the foregoing Agreement this ~~"~ day of / - ~97~ i 1 19`~~ „.~~,`~ 20 Attest: 21;~ 2% 25 26 27 28 29 City Attorney ' City of San Bernardino BY ~ THE CITY OF UPLAND I ~~y~o ~' ~ ' eo -e M. Gibson, Mayor i I FIEREBY APPROVE the form and legality o£ the £oregoing Agreement this __~O~ day of 1~~-QyL'.P~y /~~f~ _ City Attorney City of Upland - 11 - TFIB CITY OF VICTORVILLE By / Humberto Lugo, May 5 Attest: 7 ~/ Jame: 8 I FIEREBY APPROVE the form and legality of the foregoing Agreement this 4th day of January 1978 12 City Attorney 13 City of Victorville 14 15 gy t 16~ U 17.I 19 21 22 23 24 25 26 27 28 29 30 31 32 COUNTY OF~SA~Nj~~BjE/~RNARBINO By ~ ert~-~~./70. ~T~ Ch Board of supervisors Attest: na Rapoport V clerk of the Board of Supervisors I }IF.REBX APPROVE the form and/legalitygof~7the foregoing Agreement this ~~17` day of ~9/~[- 1/ / ALAN K. MARKS County Counsel and ex officio Attorney for. the A.J.A. By fii.,~ ~GG1. ol~.,.+~-~-i _}g_ roma n n X n N H rt w ~• b G H H O 9 rrv rF o w m. y rt R N ~~ Cite of R~~cFio ~UC.~~~10~CA December 15, 1980 W. W. Toliver Atchison, Topeka, Santa Fe Railroad Company 5200 E. Sheila Street Los Angeles, California 90090 Dear Mr. Toliver Attached is a copy of Resolution No. BO-111 which was adopted December 3, 1980 by the City Council of the City of Rancho Cucamonga. The Resolution approves the installation of a railway spur line across 8th Street in the vicinity of Milliken Avenue. If you have any questions, please call. Sincerely, Beverly Authelet Deputy City Clerk ba attach. POtiT OFFI(IE ROX fl0i NAN('.fi0 ('.t'C:\,,\ION(:A. CALIFORNIA 91 T40 lla 9fl9•IN51 Tke Ateklaon, Topeka sad Santa Fe Rahway Company a Sanra Fc r~c~ames Co~-+mv One Santa Fe Plaza, 5200 East Sheila Street, Los Angeles, California 90040 213/267-5404 September 2, 1980 File: 231.3(2-95.7-C)-57 8th Street City Clerk City of Rancho Cucamonga P. 0. Boz 793 Rancho Cucamonga, CA 91730 Dear Sir: Attached are Original and three copies of The Atchison, Topeka and Santa Fe Railway Company's Petition to the City Council seeking a permit to construct, operate and maintain an industrial lead track across 8th Street to serve the proposed Rancho Cucamonga Industrial Center. As indicated in the Petition, this track is necessary in order to provide railroad service to the developing property under construction by O'Donnelj, Brigham A Partners. Kintl Ly present this Petition to your City Council at your early convenience for their review and appropriate action. Very truly yours, ~v ~i~ W. W. Toliver Assistant General Manager Engineering 70 TFI°_ HONORA9! E CTTV COUNCIL OF THE CTTV OF RANCHO CUCgMDNGA STgTE OF CALIFORNIA GENTLEMEN: TF~ grCHISON, TOPEKA RND SANTq FE RAILWRV COMPANY, A Delaware Coroorat ion, presents this petition and by it respectfully shows: 'chat Petitioner owns and operates a line of railroad in and through the City of Rancho Cucamonga, County of San Bernardino, State of California aM els=where. That to serve Rancho ^.ucamonga Industrial Center, Petitioner proposes to construct an industrial lead track across 8th Street at location shown by heavy line nn print of Drawing C. E. C. L. No. 505-79i 74, dated July 2 1980, attached hereto and by reference made a part hereof, rentrrlines of said industrial lead track bei nq more particularly described as fo Llnws: 9?ginning at a point in the northerly line of 8th Street (50 feet wide) distant 2912.5 feet westerly along said northerly line from its intersection with the westerly Line of Rochester Avenue (120 feet wide); thence along the arc of a curve concave southwesterly and havi nq a radius of 478.74 feet, through a oentral angle of 17040'55" a distance of 147.75 feet to the point of ending in the southerly Line of 8th Street distant 2775. f?et westerly fmm its intersentipn with said westerly line of Rochester Avenun. WHEREFORE, °etitioner respectfully requests ±hat your Hornrable hodv grant tc it a permit to construct, operate and maintain said industrial lead track aemss the ahpve-described portion of 8th Street. THE ATCHISON, TOPEKR RND SANTR FE RRII_WAV COMPANY /- / ~ Ay G(J `CJ /OZLGY/C Its Asst. General Manager-Engineering 205 Si TL ' EXHIBIT "A" FRANCHISE DRAWING THE ATCHISON, TOPEKA AND SANTA FE RAILWAY COMPANY Proposed Sour Across BIb' St In Tb. CdY o! Rnncho Cucnrnongo, Son Bernnrdlno County, Cul~4orn~o LOS ANGELES, CALIF. W. W. Toliver July 2, 1980 A.Ir. M. Enq inCer~ny SCnLE~ 1 IN. TO loo FT. DESCRIPTION 96 ~~ PROPOSED SPUR TRACK ACROSS 8~ ST. SHOWN F PR4 %•ING >a ~o, QA/S'<<6J E.S. 5«4225 c"`__°^'4~ "/QT __ ordsv ~y~y[-- ON SPURTRK. - --~ ~a vRO. ,°r su 50' E, S. 764 ~4D.6 bRF./K /N .......~.__._ - n ._ _ _ .. n JC.rL! .......~ ' I t .z toT' ----g~Li ~ is°~i -ST.--- --~ ~ °ja„'1?tc X-INCt No2~9f~7-C (~ , ....,...~ 2773.9' r......~~ W ill ~ ~ TO SPN__ g'p=,p y r ~~ ~~~ ~ ~POy' IEST6R NEXT ~ I j~ ¢~ / ~' ~p~ ytii ~ 60' { /0~ Ott, ~ ~~~ ` If V/ y./ 105 ANtiE1ES OfV1S/o1•l ~~ 6~~ SECOND DISTRICT Neor Rochester ianBerngrdino Coolly, Calitor~/q m8 ~---west Diu ...y m1 /li3 /U9 ///B ~~~7 ///6 ///f //l9 -'`~ --'+! v~GIN1Ty NO SC^ .E Rte, . ' g~ST_ .NY inq =~ i ~_. y2 '\1e-O B, i _._~- 0 - ~ ( q - - ~.....:' Wlati N.MUINO V R NF,P7' ~ I" ~ 60' { {0' v~swN ~ !CT ~v -w:sr TOP OF PAVING PROFILE Eo~r-~ nb ._. _-.. -_~_- _.. .. . mf -- __ - _ _ - -_ _____ --- - ------ - . _ ___ _-__. __ ___ 4/d 2 / z O ~ __ SCALE: VERT 11N. TO 4FT FgRl2. 11N. TO~roFT. ~--Ne~tti TOP OF RAIL PROFILE g~tF /~/9 _ _ _ _ __ _ iu6 _-_- _- _- _ -_ -_- _-_ - - //Q --- __-- c_- ~~ __ - -__-___ - ___ ___ ///6 -- _- - -- _ - _-- ///S _-... _ __. .._.. ..- ~_ _ _ ._~_ 4H _~._.__- _.__. _. .._____ .-._ / O ~ SCALE MORR. 111N TO ~aFT. Larefien efP o. ~', ~ !I VICINITY MAP NO 5~-ALE C,E.C.L. DFL4WING N0. 603-39 3 74 9<a K R A m r ~ K w w „ o ao ~~ K H 00 O 7a nm I ~ o w ~• N w m ~ a n a M A- (J The Atc6isoa, Topeka and Santa Fe Railway Company 'J ~x Sa ~Ir i. v'.a[a i]t AEas~[ne~ia 4~rae• l~. 4n g¢i Pt Ca~i'o rnia 9W.0 213/267-5221 June 23, 1981 File: BM-56145-27 City of Rancho Cucamonga P.D. Box 807 Rancho Cucamonga, CA 91730 Attn: Nr. Lauren M. Wasserman City Manager Dear Mr. Wasserman: Ptease refer tc your letteY of June 9, 1981, relating to right of way permit covering four parcels of property currently involved in a proposed sale from Santa Fe to the City of Rancho Cucamonga. Enclosed is your fully executed copy of RighC of Entry License in favor of the Ci[y of Rancho Cucamonga covering grading and roadway Construction. Again, kindly be advised that Railroad Protective Policy insurance required by the Agreement, as outlined in our letter of Mey 8, 1991, moat be furnished and approved before this installation can be authorized. Very truly yours, H. D. Fish, Gen al Manager sy M. W. Lloyd Supervisor of Contrec is cc: Mr. David Barakian, P.E. C G Engineering 2627 South Waterman Avenue, Suite E San Bernardino, CA 92408 Mr. U. G. McInnes, Supe rin[endent The AT6SF Railway Company San Bernardino, CA CL lS(63756TF Form 1617-B Standard 3'!-Sei45 fADWOtd br Geye~l a,4oW LICENSE TffiSLIC8N38, Mademof Lho.._...__._....._43rJ-,,..__._._day of._._.__..__:4_rril...._.__. _. __.., 19._.)..._., .,.. r~~n_.::.4 A"7 Sw:!TA F. R: ,I L'R.4. ^0~~, : between._..._'____._::....__~_=____....__...__._._.._. .__._.__._. _. a....._ .....................:......................................__...................__.._..._..........._. _. k:l ~:•~ar? .. ..wrpomtion (hereinafter called "Licensor"). md--...........>.'......_.... ~~. _~:a.~::.....i..a,._3_!?ii?i. ~tP..a _. for ora}ior, F.._.__._..__._._ .............___........................__-_ ereurafter, whether one party or more, called "Licensee"). WITLi83381'H, That the parties hereto for the coneiderntions hereinafter expressed covenmt and agree m follows: 1. Licemor hereby lirvnsee Licensee to use, subject to the rights and easements hereinafter excepted and re served and upon the terms and cenditiom hereinafter set forth, the Ind (hereinafter called "Premises") situated at or near-._S_r,~ _:i_i._-.._____. Canty Of- _San Sernardinn State oL..........: ~.'.`.!_..._____.____., on the print hereto attached, No..DSllc31Ji:Z3__., marked "1'S:hibit A" and made n part hereof, for a term beginning on....._.__._ Mav 1 .., 191_, and ®diog whm this Gcenx shall be terminated m hereinafter provided. 2. Licensor hereby excepts and reserves Lhe right, to be exercised by Licemor and by my others who have ob trained or may obtew permiesim or authority from Licensor so to do, (a) to operate, maintain, renew and relomte my and eU existing pipe, power, and commmication linen and appurtmmces and other facilitam of like ebaraoter upon. over or under the surfeee of the Premises; and (b) from time to Lime to contract, opemte, maintain, renew and relocate such additional facilities of the came character m will not unreasonably interfere with Lhe use of the Promixe by Licence for the purpose specified in pamgmph 8 hereof. S. Licensee shall pay to Licensor m compenation for the use of the Prernises the mm ot__.._........_ ._-- :. r. ,'~,:c ~re~i Fifty an; n/lU0 _____--__--Dollars (#.1aD.flU._,..._.._) psr- . -.-., Payable in advmce. lion-ehsil ~4n subject to revieioo-st-five-(g)-year intervals. 4. Licensee coveomte and warrmW that Licensee either owns, or hm obtained from the owner or ownere thereof the right to use my improvemeota now on the Premises shown or described on said 8xhibit A m "Liceneee'e F.xieting Improvements." Such improvemmte, if my, together with my other improvements hereafter plmed upon the Premises by or for accomt of Licensee are hereinafter called "Improvemmte." tevma upon, or a~~eaeca agmnt, ar be equitably chsrgeablatoora8feneed in respect any each tac, rate, charge, or n.aeeamenc'mAy be embraced in the general amount sea separately or 1n comeetios with other property of Licensor and Licensor ehdl e shall promptly repay or refund to Licensor Lhe amount or part of Lhe tax, charge, 8. Licence shall um the Premises exclusively m s site far_aCdL'SL4.Ilfu1..Cnadma,yLf-nnstri:~jpq the object of Lioeosor being to facilitate the convenient operation of the railroad, telegraph and telephone finre of Licensor, and the Lrmsntion of business thereon. In case Licenace shall use the Premises for any other purpose what- ever then above mentioned, then Licensor may declare 6his license at an cod and prevent Licensee from using or re• mnining upon the Premises, with or without process of law. Licence shall not have the ezelusive pomeaeion of the Premises m agaimt Licensor. 7. Licensee shall kcep and maintain the Premisq and Improvements in such safe, snnimry and sightly condition m ahdl bo mtisiactory to Licenor,sad;af~regnieedby~Lieeneawehnll Pa4rd Lhs~Imprevemeate wi6h~paiate-ofaealer approved-by-Liwaoer; and if Licensee foils or refuses within lifters (15) days after receipt of soy request by Licensor eo to do, Licensor may, at its option, perform such wort:. and in such event Licenser, shail within thirty (301 days after the rendition of bill therefor rcimbume Licensor for the cost so incurred. 3. In using the Premises, sod in constructing, maintaining, operating and using the Imprnvemen4s thereon, Licrnsce shall romply with nuy and all requiremen4s iutposrd by tMeral or state stntntes, or by ordinances, orders, or rrgulationa of :m}' governmental body h:n~ing juri diction thrrem'er. In the event the Premises or Improve- ments sL•all be a ed Gtt the loading, unloading, storiuK, or ot6ernisr handling of any petroleum producf_r, Licensee shall romply_ o-itir all regn!atinas and recommendations from time to time promuigaed by the Ihvrau of h;xplosiccs of the:\ssnc+atimt of .lnurir:m Railroads, or env =acressor agency.:\II artificial lighting in pump hm+ses, wnmhouses, o.^ other eurlosurns upon the Premises, where oil or other inEla:nmablc fluid supplies are handled or stomd by licensee, except in unbroken original rontainrrs, shall be clectri~~ity, and such electoral installation earl env n±her electrical installation npon the I're;niee= shall nt all times ennfomt to and be mainhrine[I in acconlmtre with the provisions of the turn cnrtrnt rditioe e( the Sational eeectrical Code with respect to Class i haanrdons locations. Licensee shall prompt iy ;;np and discharge any and all liens arising out of nm• constn+ction. altendion or repair work done, or suBrred ar ry,~rmittrd to ho dune, by Licensce on the Yremisrs, and I.irensur is hereby suthoriud to post any notices or take nnc other action upon rr with respect to the Premises that is or may he permitted by )an• to prevent the at4schment of nny snr6 urns to Lhe Premis,w; prrn•ided, hn~a'evrr, that tailurn of T.irra or to take any such action shay not rnlim-e I,irensre of unc obli., tHon or liability under this or nny other psrncraph hereof. 0. hirensrr shall at all times keep a spare of six (Of fret from the nearest cad of any rmlroad track entirely rlexr of structures. msrrrisl and obstntrtions of every- sort and shah ob=rive an ovrrhrad clearance of not trss than twenty- fice !25+ fort nbovr the top oC roil; but, nevertheless. Licrnsce map erect loadinu platforms which shall not bo more than }hreo Iil (rnt and Six Ol) inches higher than the top of the roil=, mul trhiclt nt no point shall ho nr¢mr than four f{) fact to the nrnrest side of the hrnd of the nearest rail of sur4 track; provided, howeceq if by statute or order of wmprtent public nuthnrih~ diRerent cleamnres shall be required, then Licensor shall strictly comply with mrh statute or order. I0. Licensee agmrs to indemnify and says harmluws licensor ngainst all loss, damage or expenx which licensor cony sustain, incur or become liablo for, including loss of or damnge to property or injury to or death of persons and fines or penaltirv imposed upon or ac rxve[1 ngainst hiccnsnr, arising in anS manner out of (a) the use of the Premises or Imprrn•rnrrats by Licrrsre. fbl any tirrach by l.irensre of the terms, eovennn4s or cnn[litions in this instntment contained, or :: r? the sole or contributing acGS or omissions of Licrnsce or the employcx, agents. patrons ar invitees of Liceusre in, on or abmrt the 1'rnmisas or Imprmmments, eacept that if licensor shall participate in sn7 sash contributing acts nr omixsiona, than the lose, damage or expense arising therefrom shall be borne by the parties hereto ognnlly. 11. \either T,irrnser. nor the heir, legal rrpresrnt¢tives, succrs ors ar aavigns of Licensee, nor any subeegnent assignee, =hall trnnsfrr nr Irave the :remises or tlm Imprm•emen4v. or any port thercoL nor assign or tmnsfer this Grease or any interest hrrria, without the written consent and npprovxl in each instance of Licensor. l2. In ease of the eviction of Ticensee by nny one owning or claiming title to or any interest in the Promises, Licensor shall ooE br liai9e to Licensee for nny damage of wy natum whn4sorvoq or to refund any comnenxntion paid hereundeq except the proportionate part of nny compensation paid in advance. 13. if nny compensation hemunder shall be due and unpaid, or if default shall be mode in nny of the aovenante or agrcementa n(Licensnr hemiu wuteined, or in rase of nny nv ignmrnt or transfer of this license by operation of law, Licensor may, nt its option, terminate this license by serving five (5) days' notice iu tariting upon licrnvee; but any wnivrr by Licensor of any dr(nalt or defaults shall not constitute a waiver of the right to termioate this license fnr any subeequrnt default rr detaulta. 1M1. This limner rosy hr trrminnfr<I nt any lima by either party npon thirty (RO) dayd nnticr in writing to be o t e time eprcified in such notice this license and all rights of Licrnsce hereunder shall absolutely cease end de- termine; but upon any such termination Licroser ehnG be rntit;erl to have rmfunded by Licensor n proportionate part of any compensation paid in advance. 15. Aay notice to be Riven by Licensor to Licenar hereunder shall be deemed to bP properlq served i( the mroe be delivered to Licensee, or if left with any of the ageote, sen•anta or employee of Licwnece or if posted on the Prcmiaee, or J dePositetl in the Poet Of&ce, postpaid, addreasrd to Licensee nt._._.........._.-._.._._..-.__...___ ............._......_...... ....:iLi:...__:.a..._dyr l,Ly[~zamnyiC? -9L77sL------ _ 10. Upon the termioation of thin license in any manner herein provided, Licensee shall forthwith aurreoder to Licensor the poarsaion of the Premises end shall remove the Imprnvementa and restore the Premi<ee to eubAantially Ole elate in which Lhey were prior to the coaetrurtion of the Improvements, and in case hicensre shall fn0 within thirty (30) days after the date of ruck termination to make ouch removal or restoration, Shen Licensor may, at its elertian to be exercised within thirty (q0) days thereafter, either remove the Improvements and restore the Prernieee for the account of Licensee, and in euc6 event Licensee shall within thirty (30) days after the rendition of bill therefor refmbume Licensor fnr the coat en incurred, or may take and hold Lhe Improvernente ee its sole property. 17. If Limnaee fags to surrender to 16ceneor the Premiam, upoq anY termination o[ this license, all the liabiutim and obligations of Licensee hereunder shall continue in effect until the Prem'vsm are surrendered; and no termination hereof shall releare Licensee From any liahmty or obligation hereunder, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to Lhe date of termfgation or the date, if later, when the Improvo- meats are removed rend the Premises rmtoted or Licemor elects to take end hold Lhe Improvements m its sole property ae hereinahove in paragraph 16 provided. 1S. In the event that Licensor consists of two or mare parties, all the wveaanta and agteemwta of Licensee herein wataiaed shall be the joint and several covemnts end agreements of such parties. 19. All the coveasnts rend agrr:emwte of Licensee herein contained shall fie binding upon Lhe heirs, )egal rrpze- sentntivm, sucxssors rend essgne of I.fcensm, and shall inure to the benefit of the succeesots and assigns of Licensor. faar,'•:.^..; hereto and :jade a part hereof is f!ider "A" iieniified 6y the signet:ro ,a °. ;on~hez. Ai WiTN835 WHESS01, This licenx 6m hew duly executed in duplicate 6y the partim hereto a o[ the day and year fiat above written. T~.iC. Ai C;iISp`7t TGaFKA AND SA4TA FF RgILW11Y C;N1PA`IY _(L~ceneor), Approved m to description: 6Y......__._.....__~.crL.r.u.~~ .. .._...._........_. Su-.a'drr of Cnntrard [4__...!_.._......_.___.___.___........._........_. Engineer. CITY OF RANCHO C~C0.j"1•I ;f ~: ~~ Phi111p D. Schlosser _V Its Mayor ..__ _(L'amte) (Attach ptigt here.) Ri 0': "\" RIDER .o lie ~~Se agreement dates Aprit 23, 1981 ^__ `vc tw¢en THE ATCH ISON, TC'rE%A .4N0 SR1PA FE M.I i.KA t' ..^.0"RdY. )' and _,____ CITY OF RANCHO CUf.AMONGA .-___J____.~_ _. :7. Any contractor oY subcon ti4otor performing work e.. or in conmacL en aradin r a r,Qnstruction work s +ala fur t.e pu. peso o [h1s agreement, and part icu arty for the ?': rposes Seri:"^ he r¢o [, be co r.a lusively deemed to be the servant and age..^.t of 'ice ns c~+ nervy oo G~~:.,.:.` and within the scope of such contractor's or subco nt raeto is em?:ov-.act Eor 4:cense.~. 21. Luensrze shall indemnify and hold harmless Liu•n scr against n11 r.iarms, demarJs, damn cos or costs which Licensor nay sustain, incur or tern me 1:ab L: far, rn- clu'rna loss o: damaga to p: openq• or injury to or death of perscns a fire •s nr oe oa i:.~ impaled upon or asscs.ed against Licensor, arising in any man:•.Pr out o° Lh¢ use of cr pre ;cote ou oY atom, the Premises or imP='ovcmm+ts Gy i.i censeo, +ts onployeo s, ag eras •.. contvaccors: rc ovided, tar th er, 'hat Licansee shall fully indemc:Ey and hole harm:es :: censor against all such claims, decor nds, damages or costs arisrnc in a ra nner Fror. -.. i r.stalla iron, ma.nte nor nc n, ass, eta to cf repair or preseno¢ cE any obseru ^. t..ons placed ~.. aln~.g, across, over, under or nJjacent [o ar.y railroad track runnrcg on, along, across', over, under ar a9j scent to the Premises notwithstanding th¢ joint or ooncu n'i ng nngl r, c::. ~~ of Licensor. i2, Any MOCk ParfO rT16(1 On C11^ I'i2 miF25 by LicenSCE OZ L1C2n5P0's Len[ractor shah be done en a ea'i s[aetnry worY.manl iM ~- manner and in accordance with p:.ans a^.d s pea Lvatiens npprovad by Licensor, inel'.:d ing plans covering a:.v falsewn: k, bracing, ^ criia ing chat nay be nacessazy to use over, under cr adja cant [e License..-'s rrat Y., and r. wort. shall be permitted until said plans and specificatin ns Save boon app roved by Licenv~.. 2]. It s expected Chat the Licensor will caope ra to with Lr.: Ltcc•nsee cz Ltco r. co nc toner to t o and that the wu rk may be handled in an eEf is ie nt manor r, hoc the LrLC:: or Licensee's co nt rat cot shail have nn claim for damage ur extra enmpensacion to the om~'.' his week in hd d up by tF.e Llcen snr. 24. L: ten see or Licensee's coot-actor shall notify Licensor fcve wo rF.inq Jv; :: be fora performing any work on or adjacent eo the property er tea ct nF Liae:PU r. :5. L: consaa or i.icens se's no nt rector shall not pile or stn re any mater u,is :. its or park Lis n.{ui pmant closer than 10'-0^ hnrizonta lly from crater l:.no of thg rrarv.%"- rarlroaJ crack. ..6. L!r:onsne or Licensee's contractor shall perform his wort. ir, such mannrt ., at such tires is shall not endanger or i.ntr r[c re with the safe npe ration o[ ehe tract. n.~. Pm petty of Liuensor and the traffic moving en such track, as w~~Ll as wires, siyna a ar. r. other property of Lic en sot, its toenail et Licensees, at or in the v+rim ty n. the war e. :7. _ see shall, upon tempt scion of !hc work my=rod by th rs agreem oat . nor `.o rmed by Lic ^.ie ee or Lic an sae's cuncraccnr upon the Pramrsrs of 'a cooler, prompt :p! rely ve from the i•remi:;es of Licensor all of i,i censuaas or Lice:usec's rent actor's feel ;, imi.h:ronnts and other nor ter is ls, whc then brought upon sa ld Premi zes by said L:censce, Lt rensaa's' cons actor, or any t. is cosec's rubeontravtor, empleym~ o: agent of Licensea'• cn ntractor o: of ar., sutroncra r. ro r, aid cause said Premises to bu Icfc in a clean and {.ra. ~~nto hla condo in n. 2q, In conneccron with wotk performed over, under, across, or ad''wvnt m sa:: Prom+sas, Li.c m.sor's rep re se native s, ccnduc tors, [lagmen, or wa!e hmen will he provide: Licensor to pro face i'-s facllit ies, property and movement of its era ins or engine s, who c~~ In ch "- opin ton o: In can sac's re pre se nt.a':Lve, lama is necessary due to the Licensee's a L +rensae's conczac Cn is one ra [ions while worY.rng on or adjacent to se td Prem flea. 29. Licerc;ee a9 xe ea !o futoist. and keep in force qr ar:ante co have tutu s`:c '. and keec in force insurance o! all klnda end emounta specified Lel ow during the pa n eu c' operation on Licenagr's P: emtaee. fat 6ic enaee shall, with reapeOt to the operations which it pox^grrs upon. be:wath oz elj acnnt to Licen sq is eight nt way and/oz crack, furnish or an ange to baw• Eurnashed li` regu lei COntracto ra' Public Liability Insurance '•'ah lim:cs of net less' ',. F i•:e Hundred :n0usard Dollars (5500,000) for all liability arising oat of :vd::y in pa:: ~. to or 3cath of one pnrso n, and, subject tq the limit for each per^on, Or.e !Iallion Coil nr. l51,OGO,OC O) `_or all liability arising out of bodily injuues to or dca :F. o two ar mq:. persons in ova aocadent or Occurenc¢ and (iiy regular Contra:.tors' Pre ^e r'y Darzayc Lia bilicy in s'a ranee with limits of nqt leas than one kill ior. Ogliars (54. ^,iC,000f far r:: occurr coca for all lzabi.l ]ty aris'_nv cat of dams qe to or ]oss or destruc uen of prni'~ez C:'. L ac en see and all its ccntraccoxs and rabcontzacWrs shall be named in sv red:: eitFmr v+ a sin.¢e policy of arsuznnce comply ang with the requirements c; this s b-s'ec`.ion la1 0: sspazaty pot ivies mac rte fined doting such per iods as such toot: actors as nd/ur subtgnt r.a-;~: shall perform any a0ak hereunder. Tne policy' oz policies inauzing La:~evsm• shall arsar~~ Licensee's cenCravtual liability in favor o'. Licensor contained an Section 21 hergot. (b1 Licensee she li, with respect tv [ne opera r.ions zt Or ar.y of as con trace q: svhconerac to zs pex[oxm vpo n, beneath or adjacent to Lice nsor's rfaht of way and `ee track, furnish uz ar.:ange to have Evrn isbed in favor of Licensor, (al policy or po li-u• Of insura:ce sat fist acCOxy to Licensoe wl+:.ch s::a 11 pro Gect Licensor against liabil sty for in'uries to or death of person or persons, INC LGDINO LI CEHSO R'S EMp LOyI:S, occasao::cd by cr resulting, in whole or in pert, Lmm th¢ operation of the Licenso0 or any cE ves subeenteaetoes, or. o: contiguous Co Liveusor'x property IexcepF liability doe so laly c., L i':enso is na.¢tgehc?), with llmita of not less cAan One Millicn Dollars 161,000,0001 E:~: all damagra a;ining ouC of bodily injuries io ^: death of one person and snL;ecc to s. .. tan action, One Pillion Dollars (51,OOJ,000) £ox all damages ar. sing out o:: bodil y an 7u:' co or dca cF, of two or more pe. rsons in any one accident oz occurrence; and ;iii poiivy nz pot uies of insurancn satisf actary to Licensor vhlch w111 protect Licensor against la- bility for damm7e to or ]oss or d¢strvction of Property, fine lud irg property En Laoensor' care, custody o: control, geces toned by Or to soh ing, in whole or In part, !ram the Op=rations of Licensee, its centrac mra oe s'abcontractors lexcept liability due s:'cly ; L.e enso['s ne9l igenca with limiCs of not less than One Millio r. Dollars (5:.,000,00:1 (:~: each occurren<e. ]0. 4icensee agrees to furnish or arrenge to have fu r.nished to ricers ar :: - uficnt¢s ref letting the insurance tovsra ge oz reztitac9 copy o£ an au r,nce poli-y, re goes Ced by Lir, en sot, as zaqu iced by soh-section (a7 of SecCinn '.° ne ro OE and a E'. r. c: ar arrange V> ha ye £u rn vshed, an oraginal Railroad Protective (q rr,. pc7 :.)' w:cmi 1.' ~+ , e,:civn (bl of Section I9 spec if tad in favor qE T1:¢ Atchison, Tapvka a Santa Fc i~,ncl'.. Company, One Santa Fe Pla xa, 5200 East Sheila Street, tns Anyclw, Cara En r:•. is 900<9. ~. m'tiE ZCatas reflecting the coverage requited by suA-secti~~s (a) and lbl :`hall u:+~;;:a ::~ rug Dire 30 du yn' writton notice to Lacensox of cancellation or modif aca:i o.: of v+a r.s:.'. re terred to in such certi£ic ate s. J1. Licen See shall not be pe zuit[ed to exert ,se the licenso a:.d per :.a u:o^. gran t¢d he re an&:r until notified by the licensor th of insurance 4urr.: shed pvrsuan' :. :tetticn 29 hs: coE is sat isf aetory. 3:. Licen :ee will assume all vests o£ installation an:. other re:.a tea costs :. connection Wien the rdd jog dn~ Oadway construction work D~:r ing the ce rm of c`us agreement, any real or of cr property of t,:censoe, tts t_r. a:r~ or licensees is dana q¢d at ox Ln the vic'nity of the work, Liaeosne will p:ry foe nil cu: :' in :erred ny reason Chaxcof. ,i f/ ~ . 2 _ . . ~r AI - TH' ~-~ ~-To Lo3 .Q NC~L°1~5 R LJpL...AND N~cc) ~ .SAN SE•RNARaiNo G-~tc4r-JoNGA A/EXT ~ )CiN4 @ C-.5 9271 87. z ~ M ~ 98 f a8 r4, z8 T7E9GRIPTJON ,q 3-PARCEL R1GNT of ~n1TRY 3NO wN SHAac-a. EXHIBIT "A" ATTACHED TO CONTRACT BETWEEN THE ATCHISON, TOPEKA AND SANTA FE RAILWAY CGt~ANY p AND ~ CITY OF RANCHO CU CAMONGA LOS ANGELES, CALIF. A[.%.LU.ToL~vEi2 APR~~ 20 /~I8! ~.au.-err+rcnsw ~ SCALES 1 IN. TO BOO FT. nesax~prwu Apprteveo qT~ ~l` ~ ~ - SG--~ ~'~~ 7~rST. ~° z.,n. ~,.~ U ,' as L-J--_ s~ 2 Diu' ~ -~--- (~) ~ ~ J ~ `~ i „~~; µ o -~ ~ ' ~ ..1a.,1 2 i ~ O Rx'.~y~. ..ei ~ a7.M'~~ ~5.~3' r ~\ N NEAR CuCAMON4A~ SAN SERNARaiNo COUNTY CA/-+'~oRN/A C.E.C.L. DRAWING NO. 801-40274 RESOLUTION N0. 81-80 A RESOLUTION OF THE CITY COUNCIL OF TH F. CITY OF RANCHO CUCAMONCA, CALIFORNIA, APPROVING RIGNT OF ENTRY LICENSE ON VINEYARD AVENUE AT THE SA.YTA FE RAILROAD. IJHEREAS, the City Council has approved processing of plans and specifications for the construction of Vineyard Avenue by Federal Funds; and, WHEREAS, said processing requires a license for right of entry into Santa Fe Railway rights-of-way; and, WHEREAS, the Santa Fe Railway Company has provided the City with a license to be used as an agreement With [he City Co grant said entry within said company's rights-of-way. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rancho Cucamonga, California, that said license is accepted and the Mayor Ss authorized to sign said license between the City and San [a Fe Railway Company, on behalf of the City. Further the Finance Department is authorized [o issue a check in the amount of $150.00 payable [o the Atchison, Topeka S Santa Fe Railway Company. PASSED, APPROVED, and ADOPTED [h15 3rd day of Sune, 1981. AYES: Frost, Mikels, Palombo, Bridge, Schlosser NOES: None ABSENT: None ~i iii • U~~{~~ Phill D. Schlosser, Mayor ATTEST: .~'' Lauren M. Wasserman, City Clerk The Toregoing instrument Is a cor• rest copy of the original on file in this office. ATTEST: ro Igo( LAURE A•i. y,'ASSERMAYJ L City Qlerl~, Rancho Cucamonga, CA BY: ij \ l..x~.Ga4 4~e~ca6~._ ~~~caAlo~ 7 Y ~~~ A F. Q Z J'I - 1> 197] CITY OF RANCHO CUCAMONGA rtn.Phillip D. Schlosser a...aw. Arlhnr H. BritlBe Jon b. MitNe Jaen C. Froth Michael A. Pelombo June 9, 1981 Atchison, Topeka and Santa Fe Railway Company 5200 F.asf Sheila Street Los Angeles, California 90040 Attention: Ms. K. M. Sanchez Re: Right-of-Entry License (BM-56145-27) Dear Ms. Sanchez: Enclosed please find two copies of the Right-of-Entry License which were submitted [o us by our consultant, David Barakian of C G Engineering. As discussed with you by our engineering staff, we have also enclosed a copy of the city's insurance certificaCe. We will require the city con- GYactor to contact your office to meet "additional insurance" requirements prior co work in the subject area. IE you have any questions or comments, please contact John MarC1n of out engineering staff. Sincerely, M, Wasserman City Manager LMW:baa enclosures POST OFFICE RO%BOT ~ RANCHO CUCAMONCA,CALIFORNIA 917]0 ~ (TN~9BFIBBI ...-r O t U U O z ~ s s ~ O O ~~ ¢ N ~ ~ O t.. '~ ~ O ~. I; W O y [`` ¢ O < ~ r i z ~. ° 3 ~ f N e` ~f ¢ O ( N c O ~ N N '{ ~ - m f 0 Z Z N ~ ~F Q W ~ U 3 ~ vo 0 fi fi x _ * qm '~ i Y On O 6 ~ •M I ' m \ L ~ f ` ° $ w ° N ~ ? u o w 1 i o W ~ ~ O '1 C ~ U N N M VJ I b • - N N W YI `' « v ~ ~ a ~ o N a'0 ~ F Z n C b~ N N ~ Ngi00 ~ C ~ ~ ~.. ?ic ~ fi O U U H M O bD V v ~ ~ I, " H ~ ~ _ o ~ ~ ~3 = v L ~ ~ ' ~ y mw v W ~ a 4 << z LL w n / ~ ~ ~ o w U _ a N O V N 'y F'• R b A m x rr 1* p9 O O [' H NO A b N N yx w m m• w Sn m a N n M R N "I~ "G'"°'~ CITY OF RANCHO CUCAMONGA LL~~ Y z~n r.c.. Phillip D. Schlouee C A. 7 s it ~~ ~! ~-G p AMu H. Rrid6e. Jao D. Mikeh F, ti ~Z Juuc C. Fret Michel A. P~lombo 19n 1'laY 26, 1981 Mr. J. H. Schwartz Atchison, Topeka 8 Santa Fe Railroad 5200 East Sheila Street Los Angeles, California 90040 RE: Pipeline License Oear Mr. Schwartz: Enclosed please find the original and one copy of the subject license which has been executed and certified per your request. Also enclosed is a check for $150 by Rancho Haven Associates to cover the city's cost for the license. Please note that the word, "construct", has been stricken from both documents as you requested. Thank you for your assistance in the preparation of these documents. Sincerely, La~~sse~ma~n -_ City Manager LMW:JLM: ba cc: The Caldwell Company J. Martin attach: check license POST OFFICE BO%907 • RASCHO CL'CAMOtiL'A.CALIFORtilA 917J0 ~ (7109P9-1851 Rnscuo HAC>s AssoctATEs ]ISI UO\'F. ST.. SA. 255 S };p'POItT EEACI[. CALIF. 92flfl0 \r Tll rill. SANTA FE RAILROAD oxur:e nF.._ _..._ . ._ _ -_ 1112 16-3232 .___SAAY... 1~~.. ..Ifl_81 t2`zo ...._._--_.,.__.. __-___ __-__..___S 150_00...__ ONE EIUNDRED FIFTY AND NO 100------------------------------- M6nl ~.n PoIr MrMMwrvr- ~ / ~ // ~ TORONTO TjOMINION BANK /1q^ s ^, ~ /~ .~~2Q~C Q uvenwr. OF aCALIFOflNIA -~ i~•OO11i2~~• -a:L22O323451: 522"'31~~O8O68~i'- RESOLUTION N0. 81-71 A RESOLUTION OF THE CITY COUNCIL OF TtiE CITY OF RANCHO CUCANONGA, CALIFORNIA, APPROVING A PIPE LINE LICENSE AT UTICA STREET CROSS INC UNDER THE SANTA FE RAILROAD. WHEREAS, tfie Ci[y Council approved For filing a Parcel Map No. fill, which was conditioned such to install drainage facilities to the sat(nCac[ion of the Ci[y Engineer; and, WHEREAS, the developer of said Parcel Map, Rancho Haven .\vs oc lx[es signed an agreement and bond for such installation; and, WHEREAS, said installation requires a pipe line and appurtenances to be ins [ailed within Santa Fe Railway rights-of-way from Licenses fo: ins collation and maintenance from said railway company; and, WHEREAS, said installation by developer is subject to acceptance by the City for maintenance, and, WHEREAS, the Santa Fe Railway Company has provided [he City wf th a pipe line license to be used as an agreement by the City to Insure maintenance of said pipe line within said company's rights-of- wav. NOW, THEREFORE, BE IT RESOLVED by the CSty Council of the City of Rancho Cucamonga, California, [hat maintenance of said pipe line will ho accepted upon completion to the satisfac cion of [he City Engineer and tliu .`layor is authorized to sign said pipe line license on behalf of [he City between Che Ci [y and the Santa Fe Railway Company. PASSED, APPROVED, and ADOPTED this 20th day of May, 1981. AYES: Frost, Mikels, Palombo, Bridge, Schlosser NOES: None ABSENT: None Phlll D. Schlosser, Mayor ntrr.sr: ~~~~ ~~1~ i '~~it'cn :1. Wasserman, City Clerk The foreg of~thesorimn~lt oD file e- rect copy G in this oiiicc ~j~ ATTEST; 1- 1~".` C itY rk~ P ~.~.. ._.. on _ _ BY: , ha,~CA_ ~~ o~~t?`, G e`,z a~~oQF G~\.~~° ~r~P'~ May 12, 1981 Mr. John L. Martin Assistant Civil Engineer City of Rancho Cucamonga P. O. Box 807 Rancho Cucamonga, California 91730 RE: Parcel Map 6194 - Pipe Line License Dear John: Enclosed is our check for 5150,00 made payable to the Santa Fe Railroad to cover the cost of the license being granted by Santa Fe to the City. We are assuming that with the receipt of this check you will put this matter on the Council agenda as soon as possible and, after execution of the license, you will forward the check directly with the license to Santa Fe, I would appre- ciate your copying my office on the correspondence trans- mitting the document to the Railroad. Sincerely yours, RA~~NCgqHO HAVEN ASSOCIATES Charles B. Caldwell CBC:wk Enclosure cc: Dave Simpson Williamson and Schmid 1151 DOVE STREf.T I SUITE 275 I NEWPORT BEACH, CALIFORNIA 926601 (714) 833-0300 ® The Atekiaon,'1lopekaand Saata Fe Railway Company A sanPo Fe mauswes ComOa-, One Santa Fe Plaza, 5200 East Sheila Street, Los Angeles, California 90040 213/267-5228 June 16, 1981 File: 8N-70123-22 ~Mr. Lauren M. Wasserman City Manager City of Rancho Cucamonga P. O. nnx 807 Rancho Cucamonga, CA 91730 Mr. Charles H. Caldwell 1151 Dove Street, Suite 275 Newport Beach, CA 92660 Gentlemen: Please refer to your letters of May 26 and June 5, 1981, respectively. E ne losed [o the Ci[y is fully executed copy of License Agreement covering a 63-inch R.C.P. storm drain near Cucamonga. This will also acknowledge receipt of [he $150 payment of license fee for this Pipeline License. Enclosed to Rancho Heven Associates is fully executed copy cf Right of Entry License Agreement covering [he construction of [he storm drain facility. This will acknowledge receipt of the x150 payment of license fee for this Ri gh[ of Entry License. The insurance, as furnished by Con [rac [or Stanley F. Yel ich, Inc. of Sierra Madre, is satisfactory, and by copy of this letter we are advising [he Contractor to contact Office Engineer R. C. Schultz, San Bernardino, California, Telephone No. (714) 884-2L11, Extension 258, referring [o his File AB-70014, aC leas[ 48 hours in advance of proposed construe tion date in order Go arrange Eor correlation with Railway Company fo rcea for a proper and safe meta Nation. Very Cru ly yours, H. D. Fish ,~Gzne~n'e r-a l/Manager BY~~ ' ~7G/ M. W. Lloyd Supervisor of Cont rat is Mr. Lauren M. Wasserman File 8N-70123-22 June 16, 1981 Page Two cc: Stanley F. Yelich, Inc. P.O. 8oX 246 Sierra Madre, CA 91024 Mr. David Simpson Williamson d Schmid 17782 Sky Park Blvd. Irvine, CA 92714 Mr. D. G. McInnes, Superintendent The AT68F Railway Company San Bernardino, CA io,w ISSa SbnEa,d VwPr~ aY Gmrol Solidror) PIPE LINE LICENSE BN-70123 1'IfIS LICENSE, bfade this. IOth--.. ....._day of..... MaMCh .. ,., 19 81 , between 7HE ATCHISON. IOP.EKA.At1R.39NTA.FERAI6kIAY._GOMPANY_-_.._.._..__, a ~.jaWaPe corporation (hereinafter called "Licensor"), party of the first part, and CITY OF.1tANC110 1.11CAMONGA, a. aunlcipaliiy, to the State of Glifwalia ~~~~~ ~ ~.~ ~- (hereinafter, whether one or more, called "licensee"), party of the second part. wITNESSETH, 'T'hat the patties hereto for the considerations hereinafter expressed covenant and agree as follows: 1. Subject to the terms and cmtditions hereinaf~.er set forth, Licensor licenses Licensee to.MSwle~eti .rM~-m8intnl^ T .. Cn0_---~_~_-_-~~---------------~___----~--- ( 1) Pipe line. ...Sixty-three._____..._ .._..__.._ . .. ...... ,.. _ _ ._ ... .(.63).... inches in diameter (hereinafter, whether one or mare pipe lines, called the "PIPE LINE"), across or along the tight of way of Licensor at or near the station of CUGaannga._..._... Sdn. Bernardim. COUniy, .Lallfornit .the exact location of the PIPE LINE being more particularly shown by red coloring upon the print hereto attached, No. ....601=40076.----.., dated.. .. ... Fehruary.26, 19111 ---_ -.__, marked "Exhibit A" and made a part hereof. 2. Licensee shall use the PIPE LINE solely for carrying --- Stalla.tLfkOff waLer'. ......._.. and shall not use it to carry any other commodity or for nny other purpose whatsoever 3. Licensee shall PaY Licensor as compenaation for this license the sum of_. ,. _. One_ Hundred Ft ~.g,(B(-No/SW Uollar.$ (g150.OQ1. ---Qtle time_See.. _ _......._..__... 4. Licensee shall, at its own cost end subject to the supervision and control of Licenser's chief enginrer, iaeeeepabwid. maintain the PIPE LINE in such a manner and of such material that it will not nt any time be n, source of danger to .:r interference with the present or future tracks, roadbed and property of Licensor, or the safe operation of its railroad. In cases whets the Licensee is Permitted under paragraph 2 hereof to use the PIPF, LINE for oil, gas, petroleum products, or other Hammable or highly volatile substances and ~r pressure, the P1I'E LINE shall be constructed, insGJled :uul thereafter maintainer in conformity wit the pans and specifications shown on print hereto attached in such cases, marked Exhibit B and made a part hereof. If at nny time Licensee shall, in the judgment of Licensor, fail to perform properly its obligations under this Paragraph, Li- censor may, at its option. itself Perform such work as it deems necessary for the safe operation of its railroad, and in such event hicensee agrees to pay, within fifteen (16) days after hill shall hove been rendered therefor, the coat so incurred by Licensor, but failure nn tF.e part of Licensor to per- form Lhe obligations of Licensee shall not release Licensee from liabilitc hereunder for loss or damage &. Licensee shall reimhurae Licensor for any expense incurred by hicensor for false work to eupport Licenser's tracks and for Hagman to protect its traffic during installrtion of the PIPE LINE and for any and all other expense incurred by Licensor nn account of the PIPE LINE. 6. Licensee shall at all times indemnify and save harmless hicensor against and pay in full all loss, damage or expense that hicensor may sustain, incur or heroine liable for, resulting in any man- ner fmm the went maintenance, ttse, state or repaiq or nrcaence of the PIPE LINE. including any such loss, damage or expense arising out of (a) loss of or damage to property, (b) injury to or death of persons, (c) mechanics' or other liens of any character, or (d) taxes or assessments of any kind. 7. If at any time Licensee shall fail or refuse to comply with or carry out any of the covenants herein contained Licensor may at its election forthwith revoke this license. b. ~ I ~' 8. THIS LICENSE is given by Licensor and accepted by Licensee upon the express condition that the same may be terminated at aqv time by either party upon ten (10) days' notice in writing to be served upon the other party, stating therein the date that such termination shall take place, and that upon the termination of this license in this or any other manner herein provided, Licensee, upon de- mand of Licensor, shall abandon the use of the PIPE LINF. and remove the same and restore the right of way and tracks of Licensor to the same condition in which they were prior to the placing of the PIPE LINE thereunder. In case Licensee shall fail to restore Licenaor'e premises ae aforesaid within ten (30) days after the effective date of termination, Licensor may proceed with such work at the expense of Licensee. No termination hereof shall release Licensee from any liability or obligation here- under, whether of indemnity or otherwise, reaulNng from any acts, omissions or events happening prior to the date the PIPE LINE is removed and the right of way and track of Licensor restored as above provided. 9. In the case of the eviction of Licensee by anyone owning or obtaining title to the premises on which the PIPE LINE is located, or the sale or abandonment by Licensor of said premises, Licensor shall not be liable to Licensee for any damage of any nature whatsoever or to refund any payment made by Licensee to Licensor hereunder, except the proportionate part of any recurring rental charge which may have been paid hereunder in advance. 10. Any notice hereunder to be given by Licensor to Licensee shall 6e deemed to be properly served if it be deposited in the United States Mail, postage Prepaid, addressed to Licensee at .. .. . -432~$~~~itrre tte-"{~-.._.p...p.- ~p}~--~irr{y~.~,~.,~--{a-.~t~~t1..._.._...---....... Any notice-tbbe g~~en hereunder by 1;ic€ 13L1n98T-dh111 DE CEO'fflllr toms properCv served if the same be deposited in the United States Mail, postage prepaid, addressed to Licensor's .. ..... -__ ............._.Gneral. Manager--..----..et 5Y90 ~ 3tw11rStnlt-- - ------ 11. In the event that two or more parties execute this instrument ae Licensee, all the covenants and agreements of Licensee in this licence shall be the joint and several covenants and agreements of such parties. 12. All the covenants and provisions of this instrument shall be binding upon and inure to the benefit of the successors, legal representatives end assigns of the parties to the same extent and effect as the acme are binding upon and inure to the benefit of the parties hereto, but m assignment hereof by Licensee, its successors, legal representatives or assigns, or any subsequent assignee, shall be bind- ing upon Licensor without the written consent of Licensor in each instance. Attached hereto and Wade a part hereof 1s R1der "A" idmtlfied by the signature of J. H. Schwartz. IN WITNESS WHEREOF, The parties hsve executed this agreement in duplicate the day and year first above written. RI>-i-Alt.`}SSpgr~BPEKA~lt19-SMITA-fE-IWHiIW-EOMWURt' --- - (Licensor) Approved as to Description: Lror of Coatreew Chief Engineer. .CITY Df ~Maycr ./_>.....--- -- A ~~~ / (~~~! __ //~__f'~~.fi~~-ems-~ (Liceeeee) RIDER to license aq reement dated MSPCh 10. 1981 bee ween THE ATCHTSON, TOPEIUI NID SANTA PE AAILNAY COMPANY and CITY OF RANCHO CUCANONGA I1. In cases where Licensee in permitted under Section i hereof :o ate the Pil`I:L tNF. P+r non-flammable substanms, the PIPELINF. shall be --- - - - - - - '- M.-M4tet mn ntained to conformity with plans and specifications sec•fortn in theJAmeucaa Rnrlway Ehg ireering Association, Specification foY Pipeline Crossings Vnder na ilrey Track r~r von-Fl arvnabla So bstances, Iiwised 1944, or Speelficat ion for the Placem'nt of Concrete Culvert Pipe, P.ev ised 1966, whichever may apply. 14. Any work perfoxmed on acensot'e right of way by Licensee o[ LicaNN'a ~ueractor si+all t» done in a satisfactory wrkmanl ike manner and in accozdanet with plans and sped Eicntions approved by Licensor, Sncludiml plane covering any talsew[k, bracing or cr rbbiny that may be neces sexy to me over, under Or adjacent to Licensor'• [Tack, and no work shall Ee permit red until saSd plane and apecltlcatione have been approved by Liven 9o[. 15. Licensee or Licensee's contractor eM 11 not be permitted to roMaN wrk on said Liven so is eight of way without having [Stet received write¢n not iE teat ion Eros L i•:en aor'a D.vision Superintendent of permia sign ie proceed. ib. Any contractor or subcontractor per forming wrk on or in connection Nlth chr PiPEL1NE shall for the purpose Ot this agreealent, end pertlcularly for tM parpaaea of .cc to un 5 0( this a0 reemen t, be conelm lve ly deeeed to be the servant and agent of Lleenaee maing on behalf and within the scope of ouch eontraetor'a or subcont reetor'• srployalent fi`r I,i censec. 17. Licun see ag rnes t0 Fu rn tan and keep in force or arrange to have furnished hid keep in °nrce insurance of all kinds and amunta spec Stied below during tM In trial r.^rm of cons trm~t ion of the PIP ELCNE and dur inq any subsequent term or term; doting Mh ich . unh~•nancc is performed un the PIPELINE. Ot' L:ren s¢o nhnll, with respect to the opera [inns which St per t>rma upon, ~., th or adjarv nt to Lira nsnr's right OE ray and/or track, hrrn ish or arrange to have r.hnd Irl ri•gvlnr Cant rat trors' Public Liahillty In eu ranro with limits o[ not less th nn P\vn tlundred 'P L•nusand Dollars 15'+00,000) Eot ell liability arising out OE bodily injuries ar des Ch of one person and, suL jnet to that limit far each pe non, One Million Oollara SIC 1, 000,0001 fnr nil liability arising out of bodily injuries to or death o[ tw or afire vms in one accident or occurrence; end iii) regular Contractors' Property Oaspt ~:bilicy Tnsu ranee with limits o[ not Ines Goan (me Ml llion Oollata f51,000,00tl) [Or lath occurronre for all liability arising eat of dassge to or lose oz destruetioc o[ property. Li^ensee and all its contractors and subcontractors shall be named insureds •ithtr in a sang :c policy cf in suranne complying with the requirements of this subsect inn la) o[ in -.~~p.rrnm pnl .c ios maintarood during such periods as such contractors and/ot subcontractocs she 11 pe r[orm any work ho rounder. The policy or policies insuring Liven see shall innate . c~nsee's coot racc~al liability in [a vo[ of [,tremor con reined in Section f of tM pn nted provisions cE this license. 1R. Luenseo agrees to Curnian or arrange to Aave furnished to Licensor coo- trfiratea ref i¢ctin9 the insurance coverage or certi Eled Copy of insurance policy, if n•q uc sled by Liven scrr as rcyuircrl by aubsec Lion la) of Eertion 1) he[eot. CerC lfiGteq rrf L•cting the covers gc required by subenetian bat shall 'anquall[tedly requ l[t )0 days' ~.n'~•u.^n nn[I r•` to Licensor of cnnrn llattnn or mndiEication of the insurance rehend eo in ,~i~ h ecrtifvads. 10. Li r:n see shall not hr ppmltted to exere tee the license and epanlasion .:r sited hn rv`nnd:•r not it nntif icd by Licensor that insurance furnished pursuant to Sect lOn 17 va onf rs sat is Fnc tr.r y. Identi tied by ~ 4/1'- c.4. _[ ~ EXHIBIT "A' ATTACHED TO CONTNACT BETWEEN THE ATCHISON, TOPEKA AND SANTA FE RAtiNAY COMPANY AND CITY OF RANCHO CUCAMONGA LOS ANGELES, CALIF. W GU.~LIVER l98 / a c4. -[acrrcclsw )=E~BRUARY 2ln~ DescRiPr~w APPtza~cn SCALE: I IN. TO /j0 FT. arz- 9~.5 R~[v .. To SAN BERNARDINO -~- ROC1-IESTER NG XT 50' ,~, !I S it SO ` ~~ CrydLRSTfl .~ ~T ~ 1o LOS ANG L+LS~ CLJCAMONGA NG-X'!~ 5~~l~,rD DIST RiP RAP L L. L. FC>rE _ _.. CG. U ~ N /I/~~~RCE L ~ 24 i "K.~~'T ~ 113x11 DESCR IPTrON ¢ ~ E.S. 8/2f T5 M. P. 96 •~z8/z,o8 A 5'TbRM DRA/N P/PE AND =N LET .3TT~I.ICTURE ON RACa/aT OA WAY SNOCJN SHL~nED. N~,4R CLJCAMONGA 5AN d6RNARD~NO CONNTY GAL~FOa~IN/A- C.E.C,L, DRAWING NO. 601-40076 =~ S,dM/ 1~ (Attach print here) 0 N O roro9 wn m ? W [^ W N O a a N + ry I+. O n a m m a F m w ~~ ro m~ ® Tke Atekiwn,Topeka and Santa Fe Railway Compaq A $d nid IC In tlu ifn CS CUm pdny Ou Smr, fe Plazl S}W Eu15np.11 $IreH lm Anpelea, Cll.lorn i. ATIO 213/267-5228 September 24, 1980 File: E1-70527- ~' ~ ~ ~ id~~ ~~1' 0~ i'f.6.~~.! ~ C!;CAidONGA CGM1'IPr~L'~~~ ~ : i (4L fiFP.; Ff.T DEPT. City of Rancho Cucamonga ~ ~.,, '„d! P. 0. Ebx 807 - Rancho Cucamonga, CR 91730 AM PN 7~8~9i10~1';'~ii i2i3i4i5i6 Rttn: John L. Martin, Assistant Civil Engineer Gentlemen: Please refer to your penciled note on our letter of September 15, 1980, concerning "Santa Fe Original" copy of license. Enclosed is your fully-executed copy of License Rgreement covering the existing 30-inch storm drain in Hellman Rvenue. Thank you For your cooperation. Yours very truly, H. D. Fish, General Manager e,, ~- , W. M. W. L oyd Supervisor o Contracts cc: Mr. R. H, Reiter, R. H. Reiter Development Company P. 0. ~x 7250 Newport teach, CR 92663 Mr. D. G. McInnes, Superintendent The RTbSF Railway Company San Bernardino, CR (7-17019) BL-70527 Perm 165! SMndord ppproed Ey Gm.ml Seliei,or) PIPE LINE LICENSE THIS LICENSE, Made thie._.. ...lat.........day of ._._...... ,. February __ . ... ... -, 19Z@-.., between.,., ?HB ATCHISON,_,TOPEIUt_A`7D__ SAt7TA- FE RAILWAY, COM1¢Ai7Y , .... ...... ...............-, a Balauaze .._._....,.,..._. corporation (hereinafter called "Licensor"), Party of the first part, and CITY' Ofi RANCFIO .000AHONGA, a municipality ,._in the Stale of California _,_..,_,- (hereinafter, whether one or more, called "licensee"}, party of the second part. wITNESSETH, That the parties hereto for the considerations hereinafter expressed covenant and agree as follows: 1. Subject to the terms and conditions hereinafter set forth, Licensor licenses Licensee to eenetsueL- FMt/' -a++d maintain one -r----r------ - ...._ _ ...._ - .. .. . ( 1) Pipe line.....- , ., thiztY . _____, _ _________?=c_.__.______._______-_________............._ _.._ (30l -.._., ....inches in diameter (hereinafter, whether one or more pipe Linea, called the "PIPE LINE"), across or along the right of way of Licensor at or near the station of CUCamonga, San. -. neznardino pomiy~ _California- ____,the exact location of the PIPE LINE being more Particularly shown by red coloring upon the print hereto attached, No..- 601-3%364 ,dated .. .. .....:... -Januazy, 16,. _1979 ,,,.,.__........-_..........__-_....._.._._._., marked "Exhibit A" and made a Part hereof. 2. Licensee shall use the PIPE LINE solely for carrying -.aLSm..zun-nff..vater - _. _.. and shall not use it to carry any other commodity or for any other purpose whatsoever. 3. Licenses shall Day Licensor ae compemation for this license the sum of....,...._ .. .-. .......One.liundzed..£SftY-.and.no/.1510..Onllaze._[5.154,0.0)..._ _ .. .... -_.......__.._......... ___.._ 4. Licensee shall, at iota own cost and subject to the supervision and control of Licensor's chief engineer, locate, aawiraek and maintain the PIPE LINE in such a manner and of each material that it will not at any time be a source of danger to or interference with the present or future tracks, roadbed and property of Licensor, or the safe operation of its railroad. In cases where the Licensee ie permitted under paragraph 2 hereof to use the PIPE LINE for o^I gsa* petroleum products, or r, . ~ _A_, >,........a.n...Pw shall, in the judgment of Licensor, fail to censor may, at its option, itself perform ; its railroad, and in such evont Lmensee e. been rendered therefor, the coat ao incur[ form the obligations of Licensee shall not occasioned thereby. a its as release Licensee from bona shown on print at any time Licensee ~r this paragraph, Li- the sate operation of a after bill shall have rt of Licensor to per- ler far loss or damage 6. Licensee shall reimburse Licensor far any expense incurred by Licensor for false work to support Liceneor's tracks and for flagman to protect its traffm during installation of the PIPE LINE and for any and all other nee incurred by Licensor on account of the PIPE LINE. 6. Licensee shall ell times indemnify and save harmless Licensor against and pay in full all lose, damage or expense that Licensor may sustain, Incur or become liable for, resulting in any maa- ner from the oaaataertioa, maintenance, use, state cr repair, or presence of the PIPE LINE, including anq such loss, damage or expense axis(ng out of (s) loss of or damage to property, (b) iniury to or death of persona, (c) mechenirs' or other (lens of any uharaet}eyr, or (d) taxes or aeseaemente off aqv kind. herein contained Licensor emsy atbits el tecl tiooo forthwith rewkethfe Itmtw out any of the covenan4 8. THIS LICENSE is given by Licensor and accepted by Licensee upon the express wndition that the same may be terminated at any time by either party upon ten (1(1) days' notice in writing to be served upon the other party, stating therein the date that such termination shall take place, and that upon the termination of this license in this or any other manner herein provided, Licensee, upon de- mand of Licensor, shall abandon the use of the PIPE LINE and remove the same and restore the right of way and tracks of Licensor to the same condition in which they were prior to the placing of the PIPE LINE thereunder. In case Licensee shall fail to restore Licensor's premises as aforesaid withvt ten (10) days after the effective date of termination, Licensor may proceed with such work at the expense of Licensee.\"o tetmrination hereof shall release Licensee from any liability or obligation here- under, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date the PIPE LINE is re,:caved and the right of way and track of Licensor restorsd as above provided. 9. In the case of the eviction of Licensee by anyone owning or obtaining title to the premises on which the PIPE LINE is located, or the sale or abandonment by Licensor of said premises, Licensor shalt not be liable to Licensee for any damage of any nature whatsoever or to refund any payment made by Licensee to Licensor hereunder, except the proportionate part of any recurring rental charge which may have been paid hereunder in advance. 70. Any notice hereunder to be given by Licensor to Licensee shall be deemed to be properly served if it be deposited in the United States Mail, postage prepaid, addressed to Licensee at 9320 Baseline, Suite "C", P. C. Aox 793 Aencho Cucamonga, CA 41730 Any notice to be given hereunder by Licensee to Licensor shall be deemed to be properly served it the same be deposited in the United States Meil, postage prepaid, addressed to Licensor's M!+'t--r , ... General Manager _ .. , at._..._ ......................~ __.. __- .. 520Q. E,. Shtlila Si. '-_ '--'__ ^^ """'" ros Angeles, Calif, ?Cn40 11. In the event that two or more parties execute this instrument as Licensee, all the covenants and agreements of Licensee in this license shall be the joint and several covenants and agreements of such parties. 12, All the covenants and provisions of this instrument shall be binding upon and inure to the benefit of the successors, legal representatives and assigns of the parties to the same extent and effect as the same are binding upon and inure to the benefit of the parties hereto, but no assignment hereof by Licensee, its successors, legal representatives or assigns, or any subsequent assignee, shall be bind- inA upon Licensor without the written consent oY Licensor in each instance. Attached hereto and made a Fart hereof Ss Rider "A" identified by the sianeture of J. H. Schwartz. IN WITNESS WHEREOF, The parties have executed this agreement in duplicate the day and year first above written. ________'1'FiC ATCftISOti,__1CIPEICA AttD FANTA FE ItAILNAY COt~ANY (Llcensot) I (..ItV - APproved as to Deacrtp~io&rtrnkoe at Co a ~ ~~~ Its(, C,/ry_ Evl cl ~t'lftY ... .m,_... Chief Engineer. / ~/ CITY OF ItAtiCHO CUCAMONGA ~9/ ,~~.~ .: , Its 7Livrr (Licensee) 1 ~ , R I DER"A" RIDER TD LICENSE AGREEMENC MTED PEbluary 1 , 19 79 RLI4EEN tHE ATCHISON, iOPENA AND SANfA FE MILNAY Cg1PANT end RANCHO CUCAMONGA iJ. in cases where Llc enaee is pecmtt[ed und~~er pa regre ph 2 hereof to use the PIPE LINE Eor non-f lamrab le subs cartes, the P1 PE LINE shell be caea<race<4, installed antl thereafter mainceined in conformity with pLa na and spec if lceclona see forth In she pmertcan Railway Engineering Assoc tattoo, Spec if ication Eor PS pe L1 ne Croesinga under Re llusy Track for non-ELamneb le subacences, Revised i9f-0, or Spec tf ication Eor the placement of Concrete Cu lve rc Pipe, Reviaea 1966, whichever may apply. 14. My work pe rfotmed on Llc¢ns or's right of usy by Licensee or Licensee's contractor sha1L be done to a saelsfeetory workmanlike manner and Sn accords nce with plans and spectE icattons approved by LL censor, including plena covering any Ea laewark, bracing o cribbing that may be necessary to use over, under or edj scan[ co Clc ensor's track, and no work aha L1 be permict ed until sold pions and spec if icattons have been approved by Licenao[. 1S. Lic enaee ar Li caneea'a cone roc cor aha it not be permitted co commence work on Licen- eor's right of say without having f1[at received written notification from Licenaor's Division Supers ncendent of perms as ion [o proceed. lfi. My con[rectar er subc onr[ector performing work on or in conneccton with the PIPE L1NE sba 11 far the purposes of ibis agreement, end pertt<u le riy for the purpoaee of Sec clan 6 of this agreement, be coot lua ively deemed to be the ae went and agent of Cic enaee acting on be ha lE and within the ac ope of such contreccors' or sub<ont recto n' amp loymenc Eor Llcena ee. 17. Ltcenaee agrees co furnish end keep In farce or errnnge to have furnished and keep to Eo rc• fnaura nce sE eIL kinds and amounu spec !fled below during the snit iel term of construction of the Pt PE LINE end during any eubaaquent term or terms during wh 3<h malnte na nce la performed on [he PIPE LINE. (a) The Licensee aha ll, with respect co the apenttana which is performs upon, beneath ar adjacent co Llc enaor b [Sght of way and/or track, furnlah ar arrange co have furnished (i) raga Lar Coot ra ccora' public Liability Inaun nce with limits of not less then Five Hundred Thnuse nd Wile rs (5500,000) for all Llehliity aria log out of bodily Lnjurlea to or death of one person, and, subject to chat lLmit for each person, One Million Dn Vera (51,000,000) for aLi liability arisin8 out of bod Lly lnj arias Co or death of cwe or more persona Ln one accident o occurrence and (ti) regular Contrec COra' Property Damage Lf ability Insurance with limin of not lean then One Million Dollar (SL, 000,000) Eoc each occurrence Eor all llebiLlty arts ing out of damage to or lose or dessructlon of property. Licensee and eLl Sta cantuceere and subc on eraetera one ll to named insureds either In a sing Le policy of Snsurence complying vetch ch< requlremenca eE this subpa raga ph (e) or in separate policies melnca load during ouch per lode a such concrac corn end/or subc oncreccora shall perform any work hereunder, The po ltcy or pnlLc tea ins ucina Lt<enaee shalt insure Licensee's con c: actual l.:Ei:- ley In favor of Llceneor coots toed in peregre ph fi aE the printed prow is lone of this Llc area. 18. Lic enaee agrees to furnlah or arrange to have furnished to Licensor certif states ref letting the ins are nce coverage or certified copy of tnauunce po Licy, if requested by Licensor, u roquLred by subpa regraph (e) of paragraph 17 hereof. CertiE (cotes ref Lec tang the coverage required by subperagra ph (e) aha 11 unq ue ttf tad ly require JO days writ ten notice co Llceneor aE <e nce( lector ar madfElc a[SOn of the insure rca referred to Ln such cart if tcatee. 19. LLC arses shall not ba permfceed co exemfae the lie eras end permf aafon granted hereunder until notif led by cha Llc aneor Uut tnauunce furnished pure uant eo paragraph L7 hereof is aattafac mry. / // ~ tOEMIFIEO gY 7 ~/ ~' /L tC 7~"Z~' .~ I EXHIBIT "A' ATTACHED TO CONTRACT BETWEEN THE ATCHISON, TOPEKA AND SANTA FE RAILWAY COMPANY AND CITY OF RANCHO CUCAMONGA a b ~~ ~; ~- N II , T YW~ l X70" L/ba e,.,~ J 2_' - I ____~ LOS ANGELES, CALIF. /U Cu TEL/~/L'/L ../ANUAR.Y /G~ /9TJ a~M.-[NUK[MJ6 SGALE~ 1 IN.704o FT. tc-sczvrier~Avvao~cn ~~ ,5- . ~. ~; i~ z~ ii I i U ~ 4 yji To SqN BERNARD/Npay ET/4JANDA NC-XT 1 -- - - -- --- --_ _- J_-r i -- ~~~~~~ 1 ~ ~n~ ~' ~I ~~ Z~- ',Sp" 1Z.c.P 37oA1~1 D2giN CNT132j .~W ppp ~. z, gG70rt 55:8= MP 7~• /OCZ.88 LJC-SCJZ/PTiON . A 3o'2, c,P .57b/Ln D2diN oN ~GFlT OP NJdy 3.406uN SNADL~D. 1~ i AT CUCAMONGA/ SAN BERNARD/NO f" ~ rNT y ~A ' /PORN/A ~ ~ ~^ ' DRAWI~ "~ ~ ~ ~ ~1-37~' 4 0 N O ro ~ N n 0 a m a N w rt W O 7 9 w n rv O~ ~~ Tease take act2on date to note and Ji4 ' note m:d return return uvth more details ' plense answer send me a copy! for your approval '. prePore far my sigmture phase reply ymmpfly take apprayriate acfitm per your request Jot your sgnature Jor your inJorntatian -. inveatiyate and report . i see me shout tAie comments: ~~ .,, _~i,., ~ :, ,, '.,~ a. jl~ ~~ ~~ "~ ~~ ,~ ,,. signed....., .i .::........................ ~~y STATE .1., ..... 1. ..,....., x11Rw1 o.1~M. IRa+.lr~r• ' ,111• •'.Ir .•OMf ,M ,.'1.+1, f`Q` FUND .,;:".,.1,;."~,.,,, `,;;~~",,,,.,f,w,.,.h.,l,aa, ......... . +11,1 ,..h"41w ,.rla1 •Yn ,p xR'+,rIC ~•." !1 . „w,l'. '11~.Y f ,fliwfMl 'a M`'MII•Il"~•, Yl.r •I.n ~ 11a1 'rl,.`~: IM-OR/AM rrxt n nor A uu ~ ~rsss!-e2 .1 Y' 4., aYMI. uM.l to .•ol•u•,a1Mr,•a° RArIMi PERIOD !2-.M-8i ^,t ,:-.G-A3 ~ItrR RAyKx[10 tV[M1R+liA 'hlli PRErllr t1,,6p9'„k; o. BoR E07 nlNi~ PRfrl~r f0.'.'V' R.niro «t~cr~a, cult o!~lo mEMUn w,n's r[ti, a~ut•ta., sa wf ~+ ;facftR- [irr a a4.c1., c~xwtx+,. A rl.&IC AGEr+tl 171`f Y`. P11IN(IP4 ~(NR IM AA1E,S lllf, IhF ,'-Jr-FI M ~'. (IERp:4 ';r r!(E PPI DrfFS--N.^.C. 0.;C 4. OntR "W:(;PN (N i0.b'+ rMY Jr!: ':." NrfL P`A (N ~ llr!r f"r~.i ~ft~ ,V(I C4 r~Rx',P~ Alolwf ~'LMl A$i7J~1.~' STATE ,.1 . , ..,... ,... , ., ~ '•. ROUTING'•' ~ ~. ~ ~~H~ ~ COMGE NkATION ~ ,~R 2DOC ^UN P.41D FUND 3 APSR ' 4 SAFETY APPLICATION FOR WORKERS' COMPENSATION INSURANCE EMPLOYER: PLEASE COMPLETE ALL APPLICABLE ITEMS WITHIN BLUE LINES r ~1 vaO Ve v U.i.~ .f rn ,L•~E •. 140 .~.. 500 60•+ o, J~~~Ii; B~.YI... 90E: o. me Ivama S~n>e ' I Care of Name (If an'y\) Mall Address (~ v. K7'J~+~'.'.1` q(~3+'r ~E? /, Qty, State. Lp Code 1\~~~~~,WI `~~A"E,n1V~`~/ ~~ ~ I / J v fP10f XFM[ e.wto sI 12`~n`~ n•SEES o ~^ may- <+~°v~~in'IOx L,~~AL'~.~ C'I C05E iiYl ILIOY.IL UISI PI[T5 I REMIUM DEPOSIT ~~~ .~„ . . \~J~ ~r[5 tr ~nll~Sf Fr•'. •'VUh~lxrv.5 ~r.a~InO iirES fiVIEiV V~1VNF VVSC~V\'VhVEU 9EmrarS INSURANCE IN FORCE UNrII CANCELLED YOUR INSUFANCE WILL RE EFFECTIVE WHE iHEAPPLICAFIONANOYOUR CNECN FOR THE INITIAL PREMIUM DEPOSIT ARE RECENED 4N0 ACCEPTED BV THE lUND UNLf55A LATER DATE IS INDICATED B[GiVV~FAO~~I n'.. r;,,nl~Jll/ ~'E `I` ^PM F\UIV~OAIf I/\_~~~1~( nCC I I%P ~N% CL.155 COO ~l/Il/ ~ v ..ni [` n xn9. c I in ~Vn ` • ^~ix .orkfa xx{Pf ulv FV:.r4ll: I P.fr ~ c .a I ~-~--~ ~riCn~~t< <sliu•~fO VxV,:~, [•ropii - F- v~~ q-~~~- r ~~ ~~s, ~islL~is~ I ~ ~~ ~ ,54~,T-r~1U ~Q_I ~I 1 1~ ~• i I i ~ ~1 -!---- --~' ~. ~- ............ -i - --L-- L p i5 E5uu.-I n, o~my.n p.F~I ~„r I ^V ,F,n 1, ib~.NUY,.YI C. ~i,iV~ Iv.v.a oms rx ,r ~. ~ r. =w BUT WHEN ACCCPTED INSURANCE WILL AF MAOF EFFECT rvE TNF GATE ANO HOUR THE APPLICATION 5 RECFIVEO AT THE FUND UNLESS A l.1TER DATE IS Ff0UE5TED Av TMF FMFI OVER I NFj(1~~)..CE RTJF Yv)Ngi THE ANjWE H50N THIS APFI IUTION ARE MY OWN ANO iHAt i0 THE BEST OF MV KNOWLEDGE THEY APE COMPLETE AND CORRECT SCIF FORM 5091REV. J/151 wm C.l "`/i/ ~ / 1~/ X161 L<~.L. SHADED AREAS FOR IN7ERNAl USE ONLY XgYLS OS Ornc[XS Ox rurY[XS CORPORATION ONLY a " sfcon[ o5FNn6[ n COVFX.L[ ~ inFD ' amum«,. s, tE rtsr~s xortr '[s x0 CpVEHAGE IS ' , i I I Al1iOMgiIULLY 'PROVIDED IF i LE*TER SIGNED ' BvE%EC UTIVE ICR WORKING j ', j I li iPANi NER 15 I I I ~ ;FOi INCLUDED FOR FAgM AND OR DOVE4IC COVERAGE ONLY IF EMPLOYER b AX INp: VIp'J A'. OR NUS BAND A40 W6E LIST BELOW THE NFMES OE *HOSE PELAiIVEi'n'NO wORx FOR nRE PAIp ev AND WHO LIVE IN THE HODSENOLD OF THE EMPLOYER UM1'LESE L14F0 RELATI'JES LIVING IN THE HOLSE HOlO WRL NOi RE COLE RED Vn4E .,1 t.tt 0. [MO XO [nDOXS[aENI END NO [MiI1Y MOOIfICnTiOH LNDOX S[M(Hi . r M~~ :' • {8 T T ~~ ' ~ .i 1 ~ Ytf:': ~sia;w!e:dti ,rr.:c: Ee1~9 j i'. ; r", 1, , ~ . .. ~ . ~, ~, ~ M MOTS 1- F~~~~ 1' t OI VIOENO NOTES INV<le option/1 OI VIDEND PLAN STD. ]Y'R. 3VR. ' I ' ~ ~ LO55 ~ 1.00 1.05 1.10 LIS 1.]D CONVERSION FHCTOR OTHER: LOSS LIMIT NONE 50,000 15,000 100,000 USE RATES Ci~' I.K. }{unfer I~~ ~ :lo~~' , Jn-lE~~~,c.,+1 e~~ I11a,ia~~,f- t ghLZ ~iy- qe(,- 3551 gr ' \ '~ 4 1J~'J A / ~ ~~ OF THE STATE OF CALIFORNIA (HEREIN CALLED STATE FUND) In consideration of the total initial premium staled in nc~ Declarations of thix policy and of the full premium to he adjusted later upon the total remuneration of employees (luring each policy perio+dMas herein provided. 1f Ve~ HerebyAgree \eith the employer n:uned in the Declarations .+f this policy. herein called the insural, with respect to personal injuries sustlined M' employ- ees of nc~ inwreJ chile this policy is in effect, including death resulting Irom ouch inlurics. 1.Workers' Compensation I'o pa} pn:mplh xnJ Jnccl h' to um pcnun . cn1i11eJ tmJer the \1'orlar~ C'olnpcnretinn I ox's nl the tilnn• n! ('n6~ fonv;I, anJ as pros lJeJ Iherem, any wlns Jot Ior dnahdin' mdrntmry Ior ilpurlc., and for the reaxonahlc o~H rf nndical. wrcioJ ;md hmpdnl Iraalntcnt. includinu nuninc, mcJmmcs, nn•Ju'ul xnJ s;u~ICnl suppllcs. cndchcs, appxrahn ;mJ arllli~ viol Inembere to he Jucclly xnJ primarily liable to emldoyecs ease«J hy' Ibis poims, or in the gavot al lhnr datlh. rt+ Ihcir dependenh. to pal the contpemabnn, if ram, for xhich the imurnl is ILlhle. e\cepl the increase in unT nwanl mtpo.eJ unJCr the I shot (nJe ticcliom Ior s inns :mJ wll it ul mis~ canJucl of the inwreJ or ter Inpln to empla7 ecs tinder the minimum sec +pccilieJ in Ulc I ~thnr (`ndc-unJ illcu;Ilh cntpla)cJ :n Iimc of Injun: ;mJ. as between the empla7 ecv :md Slate hunt. the notice la or AnnxicJge of the uuvrrcnce of :m injury on the pan of the inwmd shall he deemed notice to or knowledge nl the inlun' on the port of yl:uc 14nu1'. nnJ Irni•Jlchon o! the inuvnl shall. far the purpose of the Inx', hI: lurinhclion al .tiLI]c Fun): :mJ tilulc Punt shall in all Ihiugs he boon) hT and suhµcl to thu anlcn. IinJings. Jcci- xinnv ur awards rendered againH the inwreA under Rrc pn+- anlona nl the WnrAcrl ('nmpensalinn I aws rl the Male rl (lJi gsrnix, 2. Employer's Liability To indcntnil}' the imurcd xcainsl Ins M mason of liability (mn asalmcd unJcr am xri0cn. oral ur implicJ conlr:mt or agrccmcnrl fur Jamaccc imryncd upon the ineucd a an employer under the hors of the titnte of ('nlJOrnix on xcca;ml of MoJily inplric..ustxincJ hy' cmplos tta coscreJ he Ihls ry+hcc, incluJing dc:nh rewllinc Irom such miuria, us a resnh of wits filed aeaimt the inaueJ`hy I•uch employ ces. or JepenJ~ with of ranch empla7 eca. arising out of anJ in the course of (heir employ meal bs' the imund, pan ldcJ thw the lixhilih rat titalc F11nJ is hlnnttl h+ CSpIIa.OMI fur uIl Jnlnuccs Irom ono or more claim. rewltine Irom each acciJem or rkcur- rcncc, or ecrics of accidents rr swnurcncra, arning rut r( any' one event. 3. To Serve the Inwred h7 the ingacUOn of work places cmcrcJ hl 1hls policy xhcn unJ .IS dccmnl Jnimhic by Axrt• IhmJ ;mJ In wgeca to the mwred am' chxnecr or impnnemenFS which. In the IuJpnrcnt a hale Fund, m;p' operate to mducc the nunb her or XsCril) of injuncs h+cmplaycus while xorking far the inwrcd, hm neither the nght to nwAc inspecoona nor the maAinc of myncliam uor any report sh;Ill cnml~~le a unJcrtnkmg nn behalf of or Ior the hnu•lil of the inwreJ or rlhcn In deR•rntine or warrant Ihal am wv+rA places. nperu~ ham, machnur} nr eyuipmenl arc safe. 4. To Defend n tlu• n.une .mJ on behalf ul the insure) claims or auih .ty:unsl the imureJ Ior comptns.Ilion or Jamxecs hccauu at in lllncs msur.J uunnr.I ImJor thi+ pnhcg uuJ o+ pm' all casts nl this Jclcnsc. but tinne Fund may wale am, chum or .oil ;w rt Jccnls cyn•Jicnl, unJ, upon the rtyuesl at the ImurcJ. tilutn 1 unJ Inns Je(enJ the inwreJ aeainV claims ar auih mwhmu allege) serious ,uul xilllul miwnnduct nn the purl al the inaunl. S11bjeCt t0 the lollowin C~ lt10~18. State L laded Premium '1 hr premium for This policy' i+ hs hr haw') upon the emue remuerralion earnrA During each policy pcrirrJ by all oliiends auJ employce+ of the insure) cmcrcJ by (tits police. the inured shall maimain complete and nwur:uc nconh of Ihr renumrmtion earnvJ h) all omci:Js nnsl enq+luycrs dassrlieJ ueeorJing ns the Ain) cl work pcrtnnnrJ. Sueh rccorJs :ve to he returned M nc~ rmuml Inv es:uurnwiurt M am rrp¢. sentativr of Slate Fund. Faihuc nn ths• parr of the insu r'cd to h.ne rtcnrJs nl r<numcr.rtinn of ollicr.Js .mJ cngslocres da.- srllrJ ncaedmg la the , erA perhrrnn'J shell avrtlc hLno Fund In apply the hrehcst pra•nnum r.nr apph..J,h~ I„ the sorA pcrAnmad by ;un urlin;J or' osprey rc lu Ihr rntvr ;mrlxssilieJ rrmuncration. 2.Norhtaag Parh~ms, Elrecutive Otlicers fhe rnlin• renumrranon. hur not Icn Ihnn the nuninnrm anusunt nor nusrc than the mayinAmt amount spccrlicd in the Cahlnrnm )Lmuul of Rules, Cl.rssilicatinm enJ Rasic H.nes (or \\'uderi ('amprnsation Inerrance elicclise for c;mh ryd- ic) ps•rioJ. enrn<d by each working partner who rccen rs vtecs urcspcaice of pnyih (rum the partner+hip :mJ xhu r. mm~eJ a trraJ by Ihk pelrey. a each esecuri+c rrJicer u. prat iJeJ inslhr by lxxs or charter rf the cognnarion, cot- artJ he thn palter. shall he suhjed Io prcmrum chnrced .n the rant apphcahle. 3. Payrdl Reports :11 the reyursl of Smlc fiord. at nor time, the utsunrl shall famish to tihnr Punt a sl:ncnunl oLrll rcmunrnmm~ r'1 crew kind ul all ebtplas cos cm crcd by this pahs'y (nr am pcrioJ Junng which this policy rs diectit c. .cod .hall prornpu> pa) ro lilac Ford the pemium compared upon Iha( remunrr:pion. 4. Rate Changes Snne Fund uenes lu allow any reduction in Iha rates nl prcutium x'hich m;p hr promulentcJ under :un' rating plan approt td M the Inwuancr ('ommiseonrr of California, and the nave) .ryrres LU amepl am increase in the rata of pre. minor which cods he pmmulcalcJ unJrr any rxtinc plan appnss eJ by the Imurance ('ommis+ionro The tricolor date of an) each a•Juchnn or mrrcxse shall he the elicctisa J:m• liccsl rn acnrrJancc ssith the pen+isions of the appnn cJ r:emg pram. II is lurtlter undrnAxsJ and agrceJ than Ihr tales of prcmirrm are suhjuct to increase Junn¢ the tens n( this pohq J ;m inert•:ne rn tutee applicnhlc to policies in force is ,ysprwcJ h} the Insurunm Cnmmissinncr. 'fhe cRccurc Jam of ouch an mcrene shall he the Jnlc lisrd by the Inuvxnrc Commnsruner. ShoulJ Ihs•rr he a sienilioml change in my n( the cunJrv lion upon which tictlc FunJ originally hascJ its ulirr of iusu:mce .mJ Ihr xettin¢ of the terms of this policy. Stale Fund rn;n at xnc ^me Jurin¢ xm prriskl of cot eraee of Ihrs police. with thirh' l7fh Jays aJs ance xri14•n notice to the inwrcJ, uaahlish anal ntxkc parr of Ihis policy a gsscial hnsis L+r incrc:nine the premium chargeahlc for Ihr remainme tmeynreJ Icon of the polity pcrioJ, :cod Ihr insured will accept one such incrcaa• in Ihr Premmm. S. ~Orh PhTCe V1fpaC1ip11 :\n) xuihnriteA rcprewnhrtitc of til:nc F'unJ or its rxlin¢ hurcarr +hall hntc the rich(:md opponumts' art all n•;honahle times Dunne the policy penod ks inspect the xorA places, nrachmrn' ;cod apph:usras al Ihr inwunl. & Payroll Aultlit, Premium Adjudment :1n) x;uhorinvl rrprcx•ntaliw of Sluts FunJ short hale the nphl ;nil npparlunily Junng the policy pcrioJ ;cod at rr;non stile limas thcrc:n h•r to csnminr anJ audit the inmrrd's hooks :mJ mnsrJs induJing het nor limited fn journals. prnerxl Icdeers, check rcerucrs. Jxlu pnmewmg output. lime cxrJS, :cod :un mhcr linenrial Valcmcnts ur I:u rcpnrh w Inr as Ihrs a'Iatc k+ rcrnuncr.rtion carne) M' employ acs. If it shall he :ecerluineJ hs Sane Fund nficr the e%piraion ur vlher Icrminahun of this policy or upon conclusion of a poiq prrioJ that the total premium pail by the insmeJ n Its m xmnnnl th.m rs properly chargnshr kr the imurrJ. tmJrr the krms nl Ihrs pohc}'. the ingrrttl short promptly pay Io SIn4• Fun) al in orrice in Sxn I'ranci+co the dilierenee helx ern the tnhrl In cmirnn pail ;nil Ihr awcrlaincJ prt•Imm~t. Ir the • un.J Irtenuum p:uJ by Ihr rnarreJ rs in trees of the acorn hlincJ prcmurnt. tiLrtr Punt a,rtll prrrmpup pay mr armrtrm of the escea In Ihr insural, ewepf Ihal SLUG PrmJ whorl he cnlrllcd In rrLrrn not rss Ihnn the \limnwm Prrnnum Inr Ihis polrcy the initial prcnuum shall h¢ hdJ hy' $1:11r Punt until the expiration ar olhrr Icrnnnalion o! Ihis pnliq' when it shall he appllcJ in xJj uslmrnl of premium as harm pnniJeJ .\'rr rrnvn prrnrinm tlrall M pen stilt nrrril nc~ nuunl rnrur nrrerurrr rnr'rud he all rmplnerrt n! rfrr unur'rd Jurigv fhe pain' ps'rinrl rhnll lrarr Frs'n lurnirArd !n wed nnditrd hr .5'rrm~ rpm~td~., `~Y~/N/r~aiM 'Ihr rntployers covered hy' Ihis policy shill h:ne x lint lien upon any :unonnl which sh:dl hecnme owing M .Aum hunt Ie the msurttl on aceuunt of Ihis polirY'. In case of legal incx~ pacil)' or inability of the inmreJ to receive etch an umvum Utosc hcnelih. Stuh• gnat shall hr suhmcatcJ LL+all rights of the imunvl acarnel a c person, punncrship. maociarion, art- poretmn. /Dint u•nhuc or mhcr buninces emi1Y' or omani'ratian to the arsons of wch paynn'nl or liahilir}'. i2.Canlxliatien I tits puhc~ rn:p he runccllcJ M Ilse inure) dfectrtr ;n ut the Irntc the pohc+ i++urrenJcraJ ks Slane Fund. 'f his puhey nr.n hr omcallcd by Sl.nc Fund al .rm' Irmo by placing in the nt.ul to the msurcJ w Iha :uhlrrss shown in thin policy' wrincn ounce valrng th.rl not Irw than Pon Aays rhrmal Rr Ih:n enm rcll:nron shall ha vlfirotn'e. the divcriu• Jute of cancrilalion a.ucsl rn Ihr notice shall hccanm nc~ cnJ of the policy pcrioJ. II c:mcdlcJ h} the imund. .Strut /Rend droll hr esril/ad nr dm nu'shtl Pnvniurn oulrulun'rl ua du' hmi.t nl nc~ .that( ftmr ('nra,Ifen,m luhlr incorrysr:usd in Ihn policy anJ compukd upon the cmirt• n•muneralion of all cot arc) cmplo)'cc+ for the lull pohq you in which Iha canerllation ocean. In env rtes( til:nc Punt shall he rntilleJ to retain the entire \lininsnm I'remiunt. It Ihr inure) has rt•Irn•J Insm the work cutcrttl h)' thn polrcy' nr it the inure) in any cent will no Ivn_rr h:nc crnplny ces. (tits pour} may he rmtt•IIrJ by Ihr inam•J. L.bJer wch c. cclbuiun Stntr Fun) short be entitlrJ to the carne) premrvm c:dculntcJ upon [tic rrmuncratinn of all co+'emd enrpluy<a Jurinc the policy period in which Ihr c;ua'rllatirn nears, atk<n up m the dTecntr Jatr of cancellation. hur the premium shall not he Icu thin the \linimnm Premium. II c cork) M Stxtc F1rnJ Luc to Ihr inwrv.i\ ixilure to oomph tcuh the provision Uf Iha policy' as to pa}ndl rcpnrh, p;nnsll recorJs or premium payment, ranccllution short he on Iha .hrrtl talc hasis. In any turn( 5tarc FsmJ sh:nl hr rnlnlyd ns retain the retire Slinimum Prcmiunt. i3. POIICy IQot Assignable Ar sinrummr n(inhvrst under chit pnlin rhull nor AinJ.Autr /'unJ until m mmanr it indionrrd hs' rrtdunrnn'rn. Hox ever. in the e+rnl of Ihr drulh of Ihr inavrd. the inlrrrst in this polio) shall wcveeJ to Ihr innureJ's personal represcntntivc i (vridrn rrnrlsr nl Jrndr is s~i ton .Rntr Fund wirArn rhinr' !?n r dart nirrr nc~ dn4' nl Jnrdr: pnnidcJ, hnxc+cr, Ihut notice of cuurdlation aAdrcsa•A to the inu(re) name) in the Dedarx- tion vl this polrcy :mJ smiled as q:ncd shot c. :d Ra wch danth. shall hr wliicirnr mtics' to cliccr cancdlution of Ihrs pnhc). 14.rilang! in Pdiry Nn couJition or prnsrnion of this poky shall he wane) or xlkreJ escrpt by rnJorsmrnt signed h)' Ihr President or Fsccuthr Vicr Pesident of Smle F1md anJ mm~lcraicncd by a duly xuthorinJ rcpresrntati+c of Slate Fund. Soticc u+;wry represemalivc of Slme WmJ or knowleJge possesscJ he ally rcprcwntatiw nr M' any other person shall nut cliccr a wailer or chun¢c in mry Part of this policy. lCr. Utllel insurance Slab I4rnJ shall not he liahlc for a larger pmrysrbon of any claim cm ercJ by this pnhcy than this inurnnec hears In the whnk mm~unt n( +aliJ anJ eollecliMe insurance carrieJ M' nc~ insure). ' iG Participating Providrou-Dividends Cpon (he Irrntinalion of exch policy year nnJ after :Wjos4 stem of premrvm. the insured shall he entitled h+a Jicidcnd which shall n•prcscnl Iha( proportion of any dirisihk surplus rsl }tare Punt which nary' he press iJrJ in the authoriorJ Ji+i- JcnJ pros In died nnJ applicnhlc In Ihrs policy, pan isle). that rrr~ dirk/rnJ droll nrrrnr nr M1emrur /mrnhlr under /hirt pulicr /r nrn pmt m drr i'rrmiunr lur drR pnlirv rnrusinr unpuul ulsrr rrnurrz Jrunrnd lnr pnrnu'nr het lrrrn mndr. ur Or one rraV n'rnnirn unpniJ Inrvr prrlnJ ni ninth' r401 does lallnm. nrr !hr Jutr nl rnnllrny.Nnlr Fund'r Vnrrmnu n/ prrrnfum rn nc~ inovrd er rlv nrldrrn rhnnn in this pnhgr. m lr rh. Penr,Jl rn,ndr m dro In orrrA err ro-n mndr nrnilnhlr Icn audit ..r nrr n, ~I m nrndilinn rhnr rlrr nrlnul prrnrinm run Gr uvrrtninrd Fr pu r,dl oudlr, nr /r vur n /nnru'hs In' .lour /'nnA by nrr mrnunlige nr r.r errlurrr rullrrwrn nl all nr urn' pen! nl flrr prrmiurrL anJ prat ukd Ihnl, In na mrnl +h:Jl Ihm pun of any JIr IJrnJ accrue or hecnnty px}'nhk which weal) aprrntr io reduce Ihv host nrr premrvm rdnmeJ by .Stah• FunJ for any policy perioJ to an runnunl I¢ss Ikm the \linimnm Premium. l )rdrr'('nLfurniu Lmr it is rrnlnn'Irrl Jnr nrr irsuurr ru prnm- Ihr Innrrr purnrrrrl al diridnkls nrrrlrr nn unraprnvl r, ~rA err' r,vnprn vtlinn pnlirc nr lu rnivrry'rrt'nI !hr mndl- mnn rim daidrnJ pm rotor. %liridem/s nrr pgrnhlr nnle pur- uvuv In rnndnrrrus dmn'rnlnrd he Ihr llnnrd of Dirrrlnu ur mhrn~ e.n r'rrdrrX InvvJ al drr C'urrrpans lnlluwinp pdip' espi- nrtinn. 17. Automatic Estendon II, xhtle Ihis policy is in clTec6 the inwreJ shall employ xny person nr person to whom the inaored would Ec liable fund :n il. office ~in San 1'rnncilro the ditl'erenee heel«n the Int.ll prcmmm pniJ xnll the :nm^mncd prcmwnt, II the L,L:I prennum p.uJ hl Ihr mwrcJ :. in c~cv.. rt thr av:m LnnrJ prrnuunt. \I,aa I and .hall pn'm pliy pal the ,uno~.l nt ,.; t'ae c\vr.• to IbA In.tlrcd, e:n~pl Thal Slate I un.l shall hr olotllhi m wt.un n : :l •. Iha9 the AImnnum ^rcmwm for Ihl. I'• ' .. I ho mal.:l plenw:m dell i•, hrld h} SLUe fund nntll P'.e c:f'I,enm ,,:.ehc: tens mahnn of Ihl. p.dlvl altrn n .hall .q`I`hu! m .:.. Inlntanl .•t p!annum v. hcr<In p: al lJcJ \,. ., :: ~ie~" /e :;1,': . tie un~,n r nur~ r r, .... ~ r, Nr. r,.,'P~. P r. e~:nr lr Jr ~rtl:.r,.~rJ r.c V n l.uni Z Employees Lien I Ix unpLecc., cJ is Ihn pl'Im} lltdl h,nr n lu.l hen u L,,n .: „nun xhmh .hall hce:,ote ullmc hl A6ec I rod In'Pd nnlual ., nnu :n Ihn p,dm), In c.nc al le c.;l n.. I,~n nr utahlilll ,~I !iu mwred ton • .u:h : n .Irn„!nu :r. L• p.n n ~ .rr L, dn- rnlpn•. x. or Ihrrz riepan2.:nn. Yl,;le I and n~,.n n:l . LIII :'.:6e p.l. mast In the entp'.„~. re• .v then ans. 'i~.al ci~l dl., h,o umu r hee VCnt nl tl:r `avnrcm ,:n„m ~ I the nl.mal L, Iho a:n plrl cc• ~ r I'~,cv !arendvn:. S. Notice of Injury, Claim or Suit VAI !Il:"e4a vtlh: .pl.l to ,lass ugwl to .: ~n,ldel o. u h:,'h Ir.lr Irvdl I cLum :odor Ihr. p.Jla I Int h: Ln n ; I I .. aJ I e,hamh lu lLee Pln:d M the Imurr.l ntlh Ins assn .l ..•tr idr!c mbnmah„e ,:daha. lrr rhr :,: cr : r. Iv vrr rr y,n I. rn r rr ,. d~~eq n~~t b. ,....n Jrnll hr cn:n ,:!rlrn :.J Innrr, n. ~1L I n .~r i P, '. plrr L , n.. .~, .~, :G~ : ~...r ~4:n, 1,: ehr ,, ,,ll . aD,luu :, nl.;~ly o ua :~ ,nl.•r p~: r:Lnp Im nll lase e lec:p. nn~la Ihl, p.~ha \. PI, :chl l!br c .. ol, Ihr mwrcJ :hall mmmJl.nuh : I t,: t; :IC'I and ltcn snl,:nd. nonce..mm~um, :I „Ihr. I•I ~:~. r., vaned hl the m.nrcd 9. Assistance and Cooperation of the Insured I its I nu~,.d .,..:h ,~..Lt ,nml InIP . vpc .hr sash tio:t. I unJ n Irr. a•IIr!,nny . ,w me.lnd cll:ng rl ulan:c m d~.e awtd url .~I i•l,u n.l .vt. Pl anrnJn>,u Im., ., pl e.~ollnu. .InJ I,.I. .i.el ~.n .,'•vunln. dtlan Jane l'nl ,l„n. a 10. Medical Treatment v,lh I and .Il.d'I mh be II,J+IC L•r ,Im .c~l.mm~t• nladc .. oy'a mal n : J hl Ihr mluKd. fwepi Iltdl the mwred htav pl~~l We..h the elpa'.e al b,ea I nnJ. rtawnalJ: nrcJl.al. vuac:l : .'. Il~:.latal nc.IVnont rcynlr.d hl Lw has Inw:al ~.np, : h\ t:l. p:•'Il.\, lllhlt'.I In 11`e II,III .~I \I.:le I nml h~ <:~nllnl~ ra. lassoes ,Ind nlnddl Ih,ll ne:unent II V,nc I I n.l :h~l. ems the ImurrJ aI the n.Inm..:nJ IJ,hrlcl .a phl.IV:,ut• wraa~m rr Ih,.prl,ll. Icyw red hl tih:lr I rnJ I„ Fe I: eJ, the mvu wd .hall nnl :non rlpcn c lo: r.n n:: nt h, nlhrl. Holt.. the 1`h:.la,: m. l it. al :nee h~•.phn. nanll':I bl \Ltlu i I:nJ ltd nnl Pe al ale he m vhllh e.l : uh mnno:Laia n eJlad ,:. aural sums n I. na l..,m owl Pa ploll,kJ cl.e,l hole 1L Suhrogalion In eam ~,I .: l p,lt nrnnt Las ll,n Aerd v,mglera,lmm bcnrllt. Inulcr Ihn pehu In til.tlc 1 unJ. nr a..unlpll: vt at hablll l: Inr hr nvrrruinrJ la M!"nll uuAir, nr h gnu n h::.u:; hr bt .N:ur Fun:f r : aounonu : r r„ m ~ u. .r nrv purr nil rrlr'~Ivurunrn. and ~: lldc.l lhat~r : ~In nr l rm .h.lli Ih.a pall nt am lhl idcnd : v.::nw p.n.hde ll lneh l null rpcr.nc n. :eduac Iha Irtn nJl annum rrl.n ncJ h, St.nc Punt h'r um p~:hvl p sass Io .In .:nlrunl ?... rh~:n the \I mnnum 1'rrm mass. I me ~!'n .,rme has. Jnmr':n~':d..: un m:rrrvrr~ :~ rd. nrrv, n ur Ju uhn:!: undrr :m y:v,:i F„l:, r~lr rl~ r.::. e't ' ' h~n : rv Ras Lr, ]. r . J. rh par. ,nr h.: ,,,i.n: J.. :,l Pr de 11.,:1::1 :,' 14, rr n,:. ,~r • mrn .ah~'.~ .taut, i~,:rd~~Nl: [,on/~r;n ,,,,: n. ,,,r n yy. r.., 1T. Automatic Extension 11. 1. h:la Ihn pnLcl ,. m vllcv 1. the Im ed .h.al onph:l .I m. pcn•I: nl per.,.:. t:, uhrm the :nwmd unuld he Ilehle ~: ~ .anq•c ..Illnn n of m',n n..atJ the u,:r6 l+ah~lmal of . Ills ., , cd m the Un ...n lnm :Ihn pas ~ihl. p,~l~ia .~h.Ill vr: 1lvlit,Il llarA In lhl. vrnncemv'Ihr lnarrr.l .hall m.nnl.nn .ol a.. Lllo nYOld nl ttn Io LJ Icnnmcrulloo enll'Ir.. c:. ro u,r _cd a ,ICh ial: nl w:h aor I'rcnn w:l ', - I,h ..:.I„I»,u,l' ..~mna.:n .a , al ._ .n.lu he ; pineadl I:e I,er: :lu. vhl.h l nud~hr ~~lhhll,,a,a h,nl the ll rtA hero Ja.cn PcJ m the Ileddtdhrnl nl Ihl. polul 18. Risks Not Covered \m Ilai'Ihu '.I hIJ: .In cntph'l cr n.ln cJ ,n In.mrJ In Ihl. pnhe nl.:: h,r.c .:.. r ~ sort. I other .•r av.na.nr ~~1 am p.u tnchhlp..: oelel u'n, earporaliun, lollll :cntnlf rr rlhe: Pna no.• ¢ninl rl ,: J.:n Vallon na1 nanlcJ a. .:n mltnal m Ihr Ihvl.lone m...q cn J,•ncmenl made p,ut al Ihn prha. I. was unelcd b: Ihl. pasha 19. Employments Legally Excluded Ihn pu IN dla n.•I upcl.tle .I: do dallnn ~ n the I`.nl rl Ihr m.tueJ L: a'n:c nndn Iltc pn~llvrn. nl the \1 a:Arr: t n:npcn..:oon I .:1.. :•I the .al,ec of c all l:•rnl.l e,r cl, indc,l emplol ca.,, .Ihv cnq'h lmm~l: cnS~ICCJm aI yrrctlle,dh de. nbcJ I t Ihr Ued,lr,nmm .a Ihl. pally „IVU lual bl r nd,:Lrmanl b: Ihl. pnhv: 20. The Contract Ih:. paha. mdnd:n;: Ihr ue, Lll.nl:",. ,tnd .dl rltd„t.a col. alldl h:d L~ tl. annbhno. Ilse enllle a'nlLml nl ut.:u \o snJ men. pl, von. agl control, of nnda nldndmp mt .t.hcd m the le' c. ~nuacl .h,lll .dl ccl .Im Iclrn. Jutml I pall .,l :: lnnnrel.nn lr ash Ihn pnhe, .nnlraal 21. Policy Year II Ihn p:dlat I. vrnvn Ln a penal el nmrc than rase lc,n. uh .onwv mlla n'Rle fl2~ nt:nvh pcrunl. hcmnn:nu ouh the m.apuon dole n1 tl:n p:ylel. .6,111 Ir :nm Wale) a Lnila ve.ll e:vrl`I Ih,ll undrl .I umllp pnhq the p:dlll pernhl rl .:n :dd:L,,mh rn.:ned .hlpn:lal .Il,al he pr:lv'Ined nl the r„hel .`cord rl the ~, nIp pnlla .111 pl nllvnm al Ihn pnlla .rm anal h.l!I Ipph e. r.llh vnmccutne pnc~l lea unless Ihr nn n`::I apple,I Plbll nl m cm L'ncmenl I. alhr Ally' ymalhcJ Ihn pas Ilv .hall v:,nlnnu to ..Il nJC. and :eynialn'n..q`pivnc P• pnhnc. uwaJ hrt nor scar nl Icll n rcyun cd M Ilx Imm~ .Inx (1:mnroaaner In Ni!neel \1 hemnl. \ 111 P r (1\II'I \1 \ I Im I\1t'RA\I P I l `iU he. c,:n.ed Ih:. I'nha L. bo _A.. acncA b1 II. P:cvdrnl m I \u.ulnr l Le 19 ca,!. nl ___'_'Li~ /-\ hw the ..nnc .hall nnl he h:ndlnn npun A:..w I un:l ~%r~}ICC/~`G-Ju IuJC.• vaumcraenrd M : duh aulhm veil mis<: ~~, / ) r P repmlenl.:Inc nl Clnlr I Ilnd (~ o ( ounlenlened .Il San i nl nl nl:, h::Ur~rv.tl firarxontat'w ~ 19l.IJen FONM l1~F V. AP11 +~~•, ± l ~'"' f n r ~ mm er rd~a d OM Ramum ] ... .... h': ~. n .... ..., A9 Y- III ..... II I$ .. .. 109 r ~ Il~ IJ ... Il : .., I` i I!. IM1 . ... IYr 14- ?0 .. .. .. IY: ?I. P . . IM1`: ip- All mnl .... IVr1 it. IM1 :II': n. Jn `I^1 J1. Jl iJ J) .. .. 'i^: JM. 9 V^; port Rate Can !P 1fi^i h} R .. `N ri M1M1. M14 ...... .. :4 ]J. iM1 ., .. ll^i ]]. P11 ..,, .. l`? NI- Nl ..... .. it ^: NJ N] tJ^; Mfl. 91 Il mm,l y?. vJ .. .. . g^; 441 u] cN^% Ill l.llt 14"i IIM~lu9 . iM. IIILII? JI'1 II3~1 Ih J?^1 I?Lla IJ nmc 1 4J I?c.l'] ic.l I?N~I!I JN) I l•. N! .. J]ri ^M1.11N JN^1 Ic4-I J? J9^i IJ i.I Jfi !0': cellatioit Tabl IJ>. HY .. . ... !14 I<n I!3 I! nlos.l .. !]^. I J.ICfi ...... ... <VJ IpdM1O ... .... . ..... !30 IM1 LIM1J .. .. . , .. !! r IM1C IM1] ., ..,. .. Sfi4 IM1%~I]1 . . .. <y; I]M1.I iM ....... . . ... !4^i IPL IM? IM1 nlnvl ., . Pol? IM1 IN] ... .. M1I4 IFX.I YI .. M1'4 IV?.14M1 M1Vi 14^.v xl .. M134 ?ulanl ., n!a `JM-'_114.. ... M1M1ri !111.]11 1] ue1s1 .. ... R]^. 9 °.:N .. ... .. .. ... M1X r: :'i.^N .. lb? •_11.• F `JI ]t r: _Jl _111 .. )iri STATE I N S U R A N C H COMPENSATION ~0~~~~, FUND e cM1.?Ml .... .. ... ]Hr _M1 h`M1i .. ....... .... 1PrA ?hc.?M1V ..... ... ... ..... ]9^. ?xi ?N) .... .. PAr. ]V]dlll .. .. . . .. P6^. 111?.lll! IW moz.l P)^i UIM}In ., ., .. PP4 !I l~lli .,,,,, X4G il!.1I4 . .. .. W :?Ilea .. ... .... 9191 1?i.l:M .. .. .. 4?'i :I4.:^ .. .,, .. 4lgi is :.n) III mml . YJ^i iiW ii] ~. ... 9v; :S 1JiR .. ... 4hri :cry.1R0 ... 99^i jM1 L :R< I I? moll .. .. II x14 ~~ 0 N O row N Y a w rt~ w w F+`C b b Y a ~ ro O n ~~ AGREEMENT This Agreement for professional services, dated and effective '3 ~`s~ ~~ is a contract between the City of Rancho Cucamonga, a municipal corporation of the State of California, hexeinaf ter referred to as "City", and John Blayney Associates, a California corporation, hereinafter referred to as "Urban Planner." ' RECITALS A. The City, having incorporated November 30, 1977, desires to retain technical and professional services for the completion of an initial General Plan. B. San Bernardino County, hereinafter referred to as "County", has agreed to provide professional planning services amounting to one-half person year of effort to assist in preparation of the General Plan. C. City has selected Urban Planner to work with County and to assume respors ibility for completing the General Plan in accord with the terms and conditions set forth herein. THEREFORE, CITY AND URBAN PLANNER AGREE AS FOLLOWS: A. SCOPE OF WORK Urban Planner shall prepare, perform and complete the follow- iny professional services: YCwHrl,,, Cuu,ntn~u. -1- 1. Prepare detailed work program for review with City Planning Commission and negotiate With County re planner to be assigned; determine division of work. Product: Detailed Work Program Timing: End of second week 2. Review all available data and determine gaps. 3. Identify and map constraints on development in each portion of the City by time period. This will determine which areas need detailed guidance now, and which can have more general treatment in the initial General Plan. 4. Prepare Issues and Options paper far City Planning Commission and City Council review. The impacts (fiscal, economic, social, and environmental) of specific planning options such as mix of uses, densities, amount of open space, location and size of shopping centers, differences in design character or standards for the three communities, early acquisition of a civic center site, etc., will be evaluated. Product: Working Paper - Issues and Options. Timing: End of sixth week. 5. Prepare Alternative Sketch Plans. Two to four plans that illustrate all viable options believed to have support will be prepared (in addition to the Base Plan prepared by the County) and reviewed with the City Planning Commission and _Z_ City Council. All plans will 6e to a scale of one (1) inch equals 1,000 feet. The consequences or implications of adopting each alternative will be clearly described. Product: Alternative Sketch Plans (not reproducible). Working Paper: Alternative Sketch Plans (description) Timin End of tenth week. 6. Selection of Proposed General Plan for public hearings, The plan proposed by the City Planning Commission is likely to combine proposals from several of the Sketch Plans. Timin Not later than two weeks following submission of Alternative Sketch Plans. 7. Completion and publication of the Proposed General Plan in form for public hearings; preparation of draft Environ- mental Impact Report. The General Plan shall include the followiny items: Complete Land Use Element: Uses and densities; projected development by planning areas during the first five years, the second five years, and at saturation. Complete Circulation Element: Trafficways by classification, with number of lanes. Schools: Number, grades, and general location, based on the policies of the school districts. -3- Fire Stations: Rased on studies completed by Public Technology, Inc. Civic Center: General location, listing of functions to be housed or. a proposal for accommodating these functions in an alternative configuration. Parks and Open Space: Number of sites, size, functions, and general location. The proposed General Plan will be based on available data and its preparation will not involve new surveys of public opinion or existing physical conditions except as Urban Planner determines these are needed to complete the work. The General Plan will be prepared with due regard for the community's fiscal balance, but will not include a detailed fiscal analysis, nor will it include cost estimates of specific public projects or proposed means of financing. A Draft Environmental Impact Report on the General Plan will 6e prepared, but the maximum fee does not include preparation of responses to comments on the draft that may be submitted by public agencies or private individuals. Urban Planner will prepare comments, on request, i£ this can he done within the maximum hudget. Otherwise, EIR work following completion of the draft will be charged at hourly rates plus direct costs. -4- In addition to the plan drawing and other maps necessary to explain the proposal, the report would contain: Summary of Data (Background) Issues Facing Rancho Cucamonga Alternatives Studied General Plan Proposals City and Community Image Relationship to Other Required General Plan Elements A draft Environmental Impact Report (EIR) on the General Plan will be published separately. Product: Proposed General Plan Draft EIR Timing: June 28, 1978 B. MEETINGS Urban Planner will attend up to ten (10) public meetings, including City Planning Commission or City Council meetings or public hearings and community meetings, provided that if the maximum fee shall have been reached, attendance at meetings after September 30, 1978 or meetings in excess of 10 shall 6e charged at hourly rates plus direct costs. C. SUOCONTRACTGR Urban Planner may, within the maximum fee, retain traffic engineer- ing services to be provided by a firm acceptable to City if Urban -5- Planner deems these services necessary for completion of the work. D. CITY PARTICIPATION City shall designate an individual who shall be responsible for administering this Agreement. Authorizations by City as referred to in this Agreement shall be by this individual or his designated deputy. City shall have the following responsibilities: (1) Obtaining the services to be provided by County as described in this Agreement. (2) Scheduling all public meetings. (3) Reviewing Urban Planner's work and responding to requests for comments. E. COUNTY PARTICIPATION County shall provide the full time equivalent services of one experienced professional planner starting on the date Urban Planner is authorized to proceed and extending through June 28, 1978. Additional services up to one-half full time equivalent shall be available between June 28 and September 30, 1978. An individual acceptable to City and Urban Planner shall be designated by County, and County services shall be provided primarily by this individual. Except for incidental work in which members of County's staff may have particular capahility, services related to the General Plan shall be provided by this individual who shall have no other major assignments during the period prior to June 28. -6- F. TIME SCHEDULE If Urban Planner is authorized to proceed not later than March 16, 1976, the General Plan shall be published and ready for hearings by June 28, 1978, provided Urban Planner receives direction for preparation of the proposed General Plan within two weeks after submission of the Alternative Sketch Plans. The time schedule may be altered by mutual agreement of City and Urban Planner. G. PAYMENT Urban Planner shall bill the City monthly for work done and direct costs incurred during the preceding month, and City shall pay within 30 days of receipt of billing. Personnel and direct costs shall be billed in accord with the following schedule: John Blayney, Partner $50 per hour Robert W. Glover, Partner $40 Michael V. Dyett, Partner $40 Associate $35 Research Analyst, Planning $15 - $20 Delineator, Asst. Planner Direct charges incurred by Consultants in the performance of services specified by this Agreement shall include purchase of maps and photoyraphs, printing and reproduction costs, travel and subsistence, long distance telephone, delivery costs, and any fees (including traffic engineering fees), insurance, permits, and licenses applicable to this Agreement only. -T Time spent traveliny is not charged when a full day is worked on this project. Secretarial services are included in professional hourly rates. Urban Planner will provide 20 copies of working papers and camera- ready art suitable for further reproduction, or will provide ad- ditional copies at cost if requested by City. A budget of $1,000 for publication of the General Plan, including typesetting and printing, but not art preparation or graphic design, is included within the maximum fee. If City desires more costly publication and the maximum fee (less a reserve for meeting attendance) has been reached at the time publication commitments must be made, City shall pay additional dirr,ct costs incurred by Urban Planner. - The maximum fee to be paid by City for services by Urban Planner shall not exceed $37,500, except as provided under Section A relating to responses to comments on the draft Environmental Impact Report, Section B relating to meeting attendance, and Section E relating to General Plan publication costing more than $1,000. F. TEFtMINATTON The City may terminate this Agreement by giving written notice thereof to Urban Planner, provided that the City shall be obligated -8- to pay Urban Planner for all work performed and for all direct costs incurred prior to receipt of notice of termination by the Urban Planner. G. EQUAL EMPLOYMENT OPPORTUNITY The Urban Planner is an Equal Opportunity and Affirmative Action employer and agrees to comply with applicable requirements governing equal employment opportunity. H. INSPECTION The City, in refe rence to any request for payment submitted by Urban Planner for services under this Agreement, shall have the right to examine and audit the records of the Urban Planner to verify such payment. I. AUTHORITY Each of the parties to this Agreement represents that the person signing on behalf of such party has the authority to do so. J. RELATIONSHIP OF PARTIES It is understood that the contractual relationship of the Urban Planner to the City is that of an independent contractor, and all persons working for or under the direc[ion of the Consultants are their agents, servants, and employees, and not agents, servants, or employees of the City. -9- IN WITNESS WHEREOF, the City and the Urban Planner have executed this Agreement as of the date set forth herein. CITY OF RANCHO CUCAMONGA yor ATTEST,:/ ~~~e~~~ URBAN PLANNER /' n ,. Zvi , l~ ~ ~~'~urru~L / ~/'lJrdr.v/-, Jc b,9 /!!.~ n~ A>.~~r'ro /mss Date : .3 - /S - 7 $ APPROVED AS TO FORM AND CONTENT: /~ / ~_. City A for y -10- P O N O b N bJ O F' 7 w w m 0 H P a w m o n n rv C v AGREEMENT- ZONING ORDINANCE AGREEMENT This Agreement for professional services, dated and effective, October 4, 197,8 is a contract between the City of Raneho Cucamonga, a municipal corporation of the State of California, hereinafter referred to as "City", and John Blayney Associates, a California corporation, hereinafter referred to as "Urban Planner". RECITALS A. City desires to retain technical and professional services Por the prepare- lion of a zoning ordinance. B. City has selected Urban Planner to work with the City staff end to assume responsibility for completing the Zoning Ordinance draft text and map in accord with the terms and conditions set forth herein. THEREFORE, CITY AND URHAN PLANNER AGREE AS FOLLO {VS: A. SCOPE OF {VORK Urban Planner shall prepare, perform and complete the following professional services: 1. Prepare work program and schedule. Product: {York Program Timing: End of third week -1- ~ -2- 2. Review current ordinance and prepare memoranda on proposed changes in standards, procedures and organization. 3. Prepare draft of interim regulations, if deemed necessary Dy City staff end Urban Planner, to be considered for adoption prior to completion of new zoning ordinance. 4. Prepare proposed outline of new ordinance for review by City staff. Out- line will indicate proposed organization and procedures and will contain a list of proposed districts and standards. Product: Proposed Zoning Ordinance Outline Timing: End of second month 5. Prepare draft of proposed zoning ordinance in form for public hearings and adoption. Product: Proposed 7.oning Ordinance Timing: End of fourth month 6. Prepare proposed toning map in form for public hearings and adoption. Produch Reproducible zoning map Timing: End of sixth month 7. Incorporate changes in proposed text as requested by Planning Commission and/or City Council (one revision). Produch Proposed 'loninP, Ordinance (revised) Timing: One month after receiving instructions on changes to he made, but not later than four months following suhmission of draft. -3- 8. MEETINGS Urban Planner will attend up to ten (101 public meetings, including City Planning Commission or City Council meetings or public hearings and rnmmunity meetings, provided that if the maximum fee shall have been reached, attendance at meetings held more than tour months following submission of draft text or meetings in excess of 10 shall be charged at hourly rates plus direct costs. O. CI'CY PARTICIPATION City shell designate an individual who shall be responsible for administering this Agreement. Authorizations by City, as referred to in this Agreement, shall be by this individual or his designated deputy City shell have the following responsibilities: 1. Scheduling all public meetings. 2. Reviewing Urban Planner's work and responding to requests for comments in accord with the work program and schedule agreed upon. 3. Provide reproducible zoning base map at 1" = 500' or smaller scale selected by City not later Shan end of the fourth month, 4. Provide current existing lend use map et 1" = 500' showing the use of each parcel. The map shall be available for Urban Planner's use not later then the end of the second month. D. TIR1 F. SCHEDULF. Urban Flanner will adhere to the time schedule under "Scope" provided decisions allowing work to proceed are reached et the times specified in the schedule to he ngreed upon. The time schedule may be altered by mutual agreement oP City and Urban Planner. -4- E. PAXMENT Urban Planner shall bill City monthly Yor work done and direct costs incurred during the preceding month, and City shall pay within 30 days o[ receipt of billing. Personnel and direct costs shall be billed in accord with the following schedule, which is subject to revision, July 1, 1979: John Dlayney, Partner $55 per hour Robert 1V. Glover, Partner $45 per hour Michael V. T)yett, Partner $45 per hour Other Professional Staff Hourly payroll cost times 2.75 T)ireet charges incurred by Consultants in the performance of services specified by lhis Agreement shall include purchase of maps and photographs, printing and reproduction costs, travel and subsistence, long distance telephone, delivery costs, and any fees, insurance, permits, end 1[censes applicable to this Agreement only. Time spent travelling is not charged when n full day is worked on this project. Secretarial services ere included in professional hourly rates. Urban Planner will provide camera-ready art suitable for reproduction, or will provide copies at cost if requested by City. The maximum fee to he paid by City [or services by Urban Planner shall not exceed $30,000, except ns provided under Section A relating to meeting atten- dance and for requested reproduction of text or maps, in addition to copies needed for staff review, -5- F. TERMINATION City may terminate this Agreement by giving written notice thereof to Urban Planner, provided that City shall be obligated to pay Urban Planner for ell work performed end for all direct costs incurred prior to receipt of notice of termina- tion by Urban Planner. G. EQUAL EMPLOYMENT OPPORTUNITY Urban Planner is an Equal Opportunity and Affirmative Action employer end agrees to comply with applicable requirements governing equal employment opportunity. H. INSPECTION City, in reference to any request for payment submitted by Urban Planner Por services under this Agreement, shall have the right to examine and audit the records of Urban Penner to verify such payment. I. AUTHORITY Each of the parties to this Agreement represents that the person signing on behalf of such party has the authority to do so. J. RELATIONSHIP OF PARTIES It is understood that the contractual relationship of Urban Planner to City is that of an independent contractor, and all persons for or under the direction o[ the Consultants are their agents, servants, end employees, and not agents, servants, or employees of City. -6- IN WITNESS WHEREOF, the City and the Urban Planner have execnted this Agreement as of the date set forth herein. CITY OP RANCHO CUCAMONGA -~.~~ `/' ATTEST: Clerk U RUAN PLANNER .'~ , resident, John Blayney Associ tes ~l ~~ Date: September 26, 1978. ___ APPROV F.D AS TO FORM AND CONTENT: COVINGTON 6 CROWE '~~~ A torney ,- city of RANC~~O ~UCAMONGA December 3, 1978 John Slayney b Associates 177 Post Streeq Suite 750 San Francisco, California 94108 Dear John: Attached please find two copies of the Zoning Ordinance Agreement which has been approved and signed. Please send us a copy of the Agreement once you have also signed it. Thank you. Sinc ely, B verly Au[he let A ministratlve Secretary ba POST OFF 793. ~• ~ ~ ~ ~c 91730 (7 "" M E t4 0 RAN D U M T0: Jack Lam, Director of. Community Development FROM: Robert E. Dougherty, Assistant City Attorney DATE: September 26, 1978 RE: Zoning Ordinance Agreement Between City of Rancho Cucamonga and John Blayney Associates. Please find enclosed herewith original Zoning Ordinance Agreement, having been initialled by me as to approval of the form and content of the same. RED:sgg Enclce ure .:~~. LgutAtdUlyT l't LC ~LCC~dCYTtDEP? SF'' 2 G 19?g PN AM ll~utli~^3~4~5~6 4t8t9i'Oi ~ 0 N O b(] W 0 0 ao MF M N b w ~r n r M M O W p S H O n 0 ~~ This contract covers complete editorial work of codification and the publication of fifty (50) copies of the coda in BPC H-1/2" x 11" MDLTILITR FORMAT. Sesipls page showing the style o! printing is attachsfl in this contract fallowing the signa- ture page. sidesof the eheeti [t]a oChoice iseuaually based onjtherprobab a sisa of the code to result in a single volume of convenient sisa. CHARGE FOR EDITORIAL AND PRIR'LIN6 SHRVICSS Par Printed Page .S 15.00 No chnrga for blank pages BIRDERS ( j Mechanical Loose-leaf Binders - Sach. .S 9.00 MAP, DIAGRAH OR TABCLAR PAGES Extra Charge par Pa9e• .S 10.00 This charge applies to the basic code and future supplements. TABBED DIVIDER PAGES Book Publishing Company will supply tabbed divider pages for the main sections of the code at no charge. (Additional title tabbed divider pages are avnilable). FREIGHT CHARGES F.O.H. - Seattle. SALES TAX If a state tax is appliceDle to Chia work, the amount of ouch tax will ba added to the costa quoted in this Quotation and Agreement. PAYMENT SCHEDULE On signing of the contract, one thousand ($1,000.00) dollars is due for payment. An additional one thousand ($1,000.00) dollars is due when the Ordinance Analysis and Report is submitted to the municipal attorney. The. balance of the total cost of the code is due on delivery of the code books to the municipality. By written agreement signed by the company and the municipality, the payment schedule may be extended over a longer period. balances due later than sixty (60) days after delivery of the code books are subject to a late charge. A late charge of 1~ per month may be imposed on all past due amounts. WORKING COPIES OF ORDINANCES The Municipality will supply to the Company two legible working copies of each ordinance which is printed on one side of the Paper or three legible working copies of each ordinance which is printed on both sides of the paper. If working copies are not available, the Municipality will make the ordinance books available for dupli- cating. The Company will make duplicates of the ordinances neces- sary to the code and will charge the Municipality the Company's cost of having the ordinances duplicated. TIME FOR COMPLETION 'l'ime is of the essence. It is the intention of the Company with the cooperation of the Municipality to deliver the completed code volumes to the Municipality within one year of the receipt of codification material from the Municipality. Should delivery be delayed because of the Municipality's delay in performing its duties according to this contract, the Company shall have the right to in- crease the final cost of the code to compensate for any increase in labor, materials or overhead costs. PRODUCTION SCHEDULE FOR CODE THE COMPANY WILL, UNDER THE SUPERVISION OF THF, MUNICIPAL ATTORNEY: Prepare an Ordinance Analysis and Report upon receipt from the Municipality of the material to be included in the codification. In preparing this report, the Company will: 1. The Company will compile and edit the charter by inserting into their proper places all amendments. The ordinances will 6e checked against the charter and any apparent conflicts or inconsis- tencies will be called to the attention of the municipal attorney. 2 2. Examine all existing ordinances of a general and public nature or imposing a fine, penalty oY forefeiture. The Company will separate and arrange such ordinances logically according to sub}ect in numbered titles (first division) and chapters (second division). Each division will contain provisions similarly related and complete within themselves. 3. Examine the municipal provisions for apparent improprieties and conflicts. Sucii examination shall 6e performed with the approval of, and in cooperation with, the municipal attorney. 4. Formulate, draft and recommend a title and chapter outline 01 a proposed code structure and furnish to the municipal represen- tative a copy of the outlined proposed code structure and classifi- cation o£ existing ordinances (Ordinance Analysis and Report). Such proposed structure and classification of ordinances will not be adopted until it has been approved by the municipal representative. +SUnic ipal Action: Upon receipt of the ordinance Analysis and Report, the municipal attorney will review the Report and recommend appropriate action to the municipal council on all items contained within the Ordinance Analysis and Report. The municipal attorney shall review the Ordinance Analysis and Report and shall make all legal decisions. Editorial Conference. immediately after receipt of the Ordi- nance Analysis and Report, an editorial conference will be scheduled with the municipal attorney or authorized municipal representative and the Company representative, The conference will be held at a time mutually satisfactory to both the Company and the Municipality after the municipal attorney has had an opportunity to review the Ordinance Analysis and Report. Uuring this conference, the Company representative and the Municipality will review the code structure analysis prepared by the Company in order to determine necessary changes in the Municipality's laws. Upon completion of the editorial conference, the municipal attorney will draft and enact all amendments, repeals and new ordi- nances. Code Editing: It will be the responsibility of the Company to prepare the code manuscript for typesetting and printing by: 1. Dividing each ordinance to be included in the code into short sections, so that each section will contain only one provision of !aw pertaining to only one subject, to the extent reasonably possible. 2. Technical codes which have been adopted by reference -- e.u., building, plumbing, electrical, and similar technical codes -- will be excluded from the municipal code unless the municipal repre- senCaCivo directs- the Company to include such technical codes. Ordrn.:::ces adopting such technical codes b}' refere r.ce shall be in- cluded and classified in appropriate sections of the municipal code. 3. A table showing the disposition of each municipal ordinance v;i11 ire prepared and included in the code volume. 4. Catchlines for each individual secticn of the code will be inserted at the beginning of each section. 5. A table of contents for each chapter will be prepared con- sisting of numerical listings of the catchlines of the individual sections in each particular chapter. A table of contents for each title will be prepared consisting of numerical listings of the chap- ters in each particular title. 6. An Historical citation showing its legislative history and derivation will be prepared for each section of the code. 7. Cross references to related parts o£ the code will be prepared with proper and appropriate references in footnotes under the appropriate sectio r.s of the code. 8. Only the substantive provisions of each ordinance will be codified; provisions such as the title, ordaining clause and attestation clause of each ordinance being omitted to the extent permitted by law. 9. Where necessary, the language of existing ordinances will be edited, b}' revising into concise, modern and proper language to delete apparent conflicts, ambiguities and repetitious provisions. All substantive changes will be submitted to the municipal attorney for approval. 10. A complete and comprehensive index covering each section of the code will be prepared and included in the code volume. 11. Only experienced and qualified personnel will be employed in all editorial and codification work. The supervising editor will consult the Municipality, when necessary, and will keep the Municipality informed of the progress of all codification work. 12. The Municipality has the exclusive right to sell copies of the completed code and the loose-leaf supplement material. 4 WARRANTY AND DISCLAIMER Where conflicts, inconsistencies or amhiguities are apparent to the Company, they will be brought to the attention of the munic- ipal attorney for his consideration. The Company warrants only that tf~e code will contain all of the currently effective ordinances provided to the Company by the Municipality as revised and amended according to instructions from the municipal attorney. MECHANICAL SPECIFICATIONS 1. Upon completion of the editorial and codification work, tl~e code will be reproduced according to the samples submitted and the style selected by the Municipality. 2. Binders shall be a loose-leaf style selected by the Municipality -- either the binder submitted as a sample, or a binder ordered at an additional cost, as specified by the Municipality. An appropriate title approved by the Municipality shall be imprinted on each binder. 3. All labor and materials for the completed code will be furnished by the Company. 5 SUPPLEMENT SERVICE 8-1/2" X 11" Maltilith style page PNNUAL EDI'lORIAI, FEE. .$100.00 (II6`f PER PRINPID PAL£ .$ 13.00 1. Supplements will be published as often as requested by the Municipality. Supplement intervals may be changed at any time at the request of the Municipality. 2. Ordinances adopted by the Municipality are to be forwarded as they are enacted. The Company will edit such ordinances, append- ing appropriate headnote s, catchlines, cross references and explana- tory notes, and reprint the page or pages of the code amended, re- moving the provisions superseded by the amendment and inserting the new provisions. The pages in the comprehensive index which are affected by the amendment will also be revised to take account of changes and new provisions, and will be reprinted. 3. Copies of the supplement pages for each code book together with insertion guides containing full instructions for insertion of all supplemental material and revised index pages, will be supplied to the Municipality. 4. Supplements will be in the style and format of the original codification. 5. Payment for the supplement service will be at the rate established in this agreement. Payment for supplement material is due on delivery to the Municipality of the supplement material. 6. The supplement service may be terminated by written notice of cancellation received not less than sixty (60) days prior to the editorial cutoff date for any one supplement. 6 ASSIGNATION, INTEGRATION AND MODIFICATION When executed by both the Company and the Municipality, this agreement constitutes the entire agreement between the parties. There are no other agreements or representations not set forth in this agreement. This agreement incorporates all prior negotiations, agreements and representations. This agreement shall be binding upon and inure to the benefit of the parties and their respective successors and assigns. This agreement may not be modified except in writing, signed by the Company and the Municipality. LAW OF WASHINGTON TO GOVERN This agreement shall be governed by and construed in accordance with the laws of the State of Washington. WAIVER The waiver by any party of a breach of any provision of this agreement or the failure by any party to claim a breach of any provi- sion of this agreement shall not constitute a waiver of any subsequent breach, or change the effect of or make that provision thereafter un- enforceable in any way. Time is of the essence of this agreement. a.za.ola--e.z4.o3o Chapter 8.29 HOSPITALS AND INSTIT[;TIONAL HOMES Eections- 8.29.010 Permits required. 8.24.020 Definitions. 8.24.030 Hospital types classified. 8.24.040 Instituional homes classified. 8.24.050 Definitions generally. 8.24.060 Changes in classification. 8.24.010 Permits required. It is unlawful for any person to establish, maintain or conduct in the city any hospital or institutional home as hereinbefore defined, without first having obtained a permit in •.vriting therefor, from the food and sanitary division of the bureau of health. Such permit shall be granted only upon compliance with the provisions of this code applicable thereto. (Ord. 123 §l, 1969). 8.24.020 Definitions. A. For the purposes of this chapter, the terms "hospital" and "institutional homes" arc hereby defined as follows: 1. "Hospital" means any institution devoted pri- marily to the rendering of healing, curing and nursi nq care, or healing, curing or nursing care, which maintains and operates facilities for the diagnosis, treatment and care of two or more nonrela ted individuals suffering from illness, injury or deformity, or where obstetrical or other healing, cttri nq or nursing care is rendered over a period exceeding twenty-four. hours; 2. "Institutional homes" means any insti b~tion within the definitions of "maternity home," "nursing home," "hone for the aged," "day nursery," "kindezgarten," "child caring institution," and "yroup care home for physically handicapped or mentally handicapped children" as stated in this code. B. The plural shall include the singular and the sing u].ar shall include the plural. (Ord. 123 §2, 1969). 8_24. OJO Hospital des classified. A. For the purposes of administration, all hospitals shall. be classi- fied by the bureau of health in accordance with the follow- ing descriptive titles. F.ach title shall be selected and applied wi Ch due regard to the nature and purpose of the hospital and the definition applicable thereto. No hospital shall opc rate in any capacity beyond that indicated by the definition of its title: 2g5 Paqe sample No. 1 THIS CONTRACT IS A VALID PROPOSAL FOR A PERIOD OF NINETY DAYS FROM THE DATE OF ITS SUBMISSION TO THE MUNICIPALITY. Bid submitted Octnher 17~ 1979 BOOK PUBLISHING COMPANY A corporation By (/~~ / President and [ 7LIt,l G6K/, Secretary Accepted - Date )~- /Q- 7~ MUNICIPALITY OF R]CAFf14(~~ CAISl~II71 i~ By '" ~w R ~y~ ~/T City Clerk 0 N O tl OJ CO M H y q Z M w N ~ n n 0 M N ~~ SPECIAL COUNSEL AGREEMENT THIS AGREEMENT is made and entered into this ~{l~ day of ~~ , by and between the CITY OF RANCHO CUCAMONGA, CAL IFOkN~A, a pub is c rporation (hereinafter referred to as "Agency"), and F. NAC KENZ IE BROWN [BROWN & NAZAREK, Attorneys at Law], (hereinafter referred to as"Counsel"). NOW, THEREFORE, [T IS HEREBY AGREED by and between the parties hereto as follows: SECTION 1. That Counsel shall perform legal services in connection with the proposed arse ss~nent proceedings and bond issuance in the matter of a proposed special assessment district known and designated as ASSESSMENT DISTRICT N0. 79-1 (hereinafter referred to as the "A sse ssrnent District") under pro- ceedings conducted pursuant to the provisions of the "Municipal Improvement Act of 1913", being Division 12 of the Streets and Highways Code of the State of California. Said services shall include: - A. Review of the dedication and acquisition of the streets and easements or other property in which proposed work is to be located; B. Examination of the plans and specifications for the pro- posed work, the boundary map and assessment diagram of the Assessment District, the assessment roll and diagram, bonds, and the giving of instructions and advice in con- nection with the foregoing; C. Recommendations as to procedure, schedules and actions that should be conducted and taken D. Preparation of all resolutions, notices, contracts, bond forms, and other papers and documents required in the proceedings; c". Examination of the proceedings, step by step, as taken; F. Appear at all hearings under the proceedings, and attend any meeting where attendance is requestea; G. Issuance of an unqualified legal opinion attesting to the validity of the proceedings and the issuance of the bonds. Such legal services shall not include any services in connection with the acquisition, by easement or condemnation, of any ease- ments nr other interest in real property necessary for the pro- posed improvements. These services can br. provided by Counsel, by separate agreement, if desired by Age nry. ors Si~45 SECTION 2. That tl~e Agency shall pe rforin as follows: A. Furnish to Counsel such maps, records, title searches, and other doc unents and proceedings, or certified copies thereof, as may be reasonably required by Counsel in the performance of the services hereunder; B. Pay to Counsel a fee computed as follows: ONE PERCENT (1%) of the fir sT 52,000,000.00 of the actual cost of construction, and ONE-HALF PERCENT (0.5%) of the balance thereof, exclusive of all incidental costs and expenses; C. Payment of the above-referenced fee shall be as follows: All due and payable upon receipt of money from the sale of bonds, immediately upon delivery of said hoods to successful underwriter. SEf,T10N 3. In the event the proceedings are terminated or abandoned or this Agreement is terminated before carp let ion thereof, Counsel shall be paid a reasonable fee for. services rendered to date based on an hourly rate of 890.00 per hour, not to exceed 520,000.00 SECTION 4. That the above legal fees are legally chargeable as an inci- dental expense to the proceedings and are not a direct obliga- tion of the Agency. SECTION 5. That this Agreement inay be terminated by either party hereto by mailing written notice thereof to the other party. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the day and year first here inabove written. "AGENCY" CI RANCHO CUCAMO GA B ~ ,~.~.,..t'~ OR CITY OF ANCHO CUCAMONGA STATE OF CALIFORNIA ATTEST: ~~-~/ I Y L RK CITY OF RANCHO CUCAMONGA STATE OF CALIFORNIA /~~ "COIINSELY ~ BROWN ~ ~IAZ~K ,. By: ~~/' %/ ~~ MACKENZIE'BROWt -2- 0 N 0 * H A h e w c~ '~ M 1 y M 1 W 4w~ ] ~. Y l Ci 7 W N 0 N ~ '1 'G K aw q n w w 9 n h E I` AGREEMENT FOR ENGINEERING SERVICES This agreement is made and entered into this rd day of necem6er 1980, between the CITY OF RANCHO CUCAMONGA, a Municipal Corporation, hereinafter referred to as "CITY", and C G ENGINEERING, duly licensed engineers of 2627 South Waterman Avenue, Suite E, San Bernardino, CA 92408, hereinafter referred to as "ENGINEER". WITNESSETH: WHEREAS, the CITY has need for engineering services, consisting of the preparation of improvement plans, specifications, estin-fates and other professional services for VINEYARD AVENUE WIDENING AND APPURTENANT CONSTRUCTION BETWEEN 8TH STREET AND ARROW ROUTE AND A TRAFFIC SIGNAL AT VINEYARD AVENUE AND ARROW ROUTE, herein referred to as "PROJECT". W tiEREAS, the ClT7' has invited the ENGINEER to provide required engineering services for the CITY; WHEREAS, the ENGINEER has specialized knowledge, training and experience in street design, signal design, and construction; AND, WHEREAS, the ENGINEER indicates willingness to perform engineering services for the CITY under contract. NOW, ThiEREFORE, the CITY and ENGINEER, for the considerations hereinafter named, agree as follows: ARTICLE I the ENGINEER agrees to furnish and perform the various professional services, pertinent to preparation of said Plans and Specifications and Cost Estimates as follows: A. Preliminary and Final Desi¢n 1. Perform all necessary field surveys to establish curb profile grades, railroad crossing data and traffic signal design within the project Ilmlt s. 2. Complete right of way negotiations with ATdcSF Railway and assist City to allow CALTRANS approval for certification of PROJECT right of way. 3. Prepare plans, contract documents, specifications and quantity estimates to Federal Aid Urban Standards. 4. Submit design plans to CITY and CALTRANS for plan check and review. 5. Make necessary plan and specification revisions to meet AGENCY approval. 6. Upon receipt of bids, ENGINEER shall analyze bids and make recommendation on award of contract. B. Conc_tructioa t. At the option of the CITY the ENGINEER shall provide all required construction staking when authorized by the City Engineer. 2, ENGINEER shall be available for consultations during construction on any needed plan revisions. 3. Make recommendation on contract change orders. C. l~proyct'o~n Orginal tracings shall become property of the CITY upon completion of this contract. Costs for reproduction of plans and specifications will be borne by the CITY. D. Fxtra Wo[k At the option of the CITY, ENGINEER shall prepare plans, contrail documents, specifications and quantity estimates to Federal Aid Urban Standards for a traffic signal at Vineyard Avenue and Ninth Street to be included the PROTECT. ARTICLE II The CITY agrees to pay the ENGINEER, as compensation for She above named professional services: A. For all items listed in Section A of Article I, the CITY will compensate the ENGINEER at the hourly rates attached as Exhibit "A". The total of these hourly charges shall not exceed $37,000. 6. Compensation for Section A-2 of Article I includes anticipated services of ENGINEER to provide sufficient coordination to complete right-of-way negotiations. The CITY will compensate the ENGINEER for additional services at hourly rates in accordance with said Exhibit "A", provided the CITY elects to authorize such work. C. For all items listed in Section 6, of Article I, the CITY will compensate the ENGINEER at hourly rates in accordance with said Exhibit "A", provided the CITY elects to authorize such work. D. For Section C, of Article 1 and for any other prints or documents the CITY will compensate the ENGINEER in accordance with Exhibit "A". E. For Section D, of Article I, the CITY will compensate the ENGINEER at hourly rates in accordance with said Exhibit "A", provided the CITY elects to authorize such work. F. The hourly rates attached as Exhibit "A" are effective through May 31, 1981. G. The ENGINEER will submit with his billing, a monthly summary of the hours worked by each classification, the hourly rate, and the total charges for each classification. ARTICLE ill If the work is suspended indefinitely or abandoned prior to completion of the Engineering Services set forth in this agreement, the CITY agrees to pay the ENGINEER, at the rates set forth in Article II above, to the time of said suspension or abandonment, which payment is to be the full and final settlement for all the work performed by the ENGINEER to said time, and such work shall become the property of the CITY upon said payment. ARTICLE IV All terms, conditions and provisions hereof shall inure to and shall bind the parties herein, their successors and assigns. IN WITNESS WHEREOF, the parties hereto have executed this agreement the day and year first above written. CITY OF RANCHO CUCAMONGA ~ ~ i, r Br„ Mayor City Clerk C G ENGINEERING President APPROYED AS TO F jRM ~l~j i `~ oec z iseo City ttorney, a~nc - ucamonga C O ENOINEERINCi Consn[tanta to Government PREVAILING HOURLY RATES Tune 1, 1980 -Tune 1, 1981 OFFICE Principal Engineer (Professional) $49.00/Hr. Project Manager (Professional] 47.00/Hr. Associate Engineer 44.00/Hr. Principal Planner 40.00/Hr. Landscape Architect (Professional} 40.00/Hr. Senior Designer 36.00/Hr. planner 34.00/Hr. Designer-Draftsman 34.00/Hr. Draftsman 29.00/Hr. Engineer Aide 25.00/Hr. Computer Operator 25.00/Hr. Clerical 15.00/Hr. FIF~n Resident Engineer (Professional) 47.00/Hr. Inspector (Licensed) 42.00/Hr. Inspector (Unlicensed) 33.00/Hr. Field Survey Supervisor (Licensed) 44.00/Hr. 2 Man Survey Party 84.00/Hr. 3 Man Survey Party 108.00/Hr. Electronic Measuring Device c AN O Ic 6E VI S-AN11 XP NS S 60.00/Day yl Mileage 0.185/Mi. Prints, Copying, Reproduction and Miscellaneous Materials Cost . 10% Outside Consultant Services Cost . 10% Equipment Rental Per Caltrans Publications CGFY81(10) PE27 90, WATERMAN AVENUE, SUITE E ~ 8AN BERNARDINO, CALIPORNIA 9210E ~ (711) 8242120 P O N O bzn o n n n• x m Ha O 00 p N R K 7 ,c_ ADDENDUM NUMBER ONE 70 AGREEMENT BETWEEN THE CITY OF RANCHO CUCAMONGA AND C G ENGINEERING DATED OCTOBER 17, 1979, PROVIDING FOR ENGINEERING SERVICES REGARDING STREET IMPROVEMENTS NORTH TOWN AREA The following amendments are hereby made: Under "1. Employment of Engineer" include the following streets for final plans specifications and estimates. This work to include an analysis of incorporating an alternate bid method for the contract, and, in the event the city does approve the alternate bid procedure, engineer will complete the plans, specifications, and estimate on that basis. FERON STREET - Cucb and sidewalk along South side between Archibald Avenue and Ramona Avenue. MAIN STREET -Curb and sidewalk and match-up paving along North side between Archibald Avenue and Ramona Avenue. Curb and sidewalk and match-up paving along South side between Reid Avenue and Ramona Avenue. REfD AVENUE - Curb and sidewalk along both sides and match-up paving between Main Street and Feron Street. PAGF. THRFF. Under "A. Preliminary Design, Item 3. Perform field surveys as follows:", engineer to complete all necessary field survey work to enable final design services to be completed for Feron, and Main Streets, and Reid Avenue. PAGE SIX; Under 2. Compensation: Item 2) - indicates a "not to exceed amount of $20,800." Revise this amount to be "not to exceed $30,700.00." Item 3 is estimated to be $11,000. Revise this amount to he $14,000.00. 2 •"a.". Under "4. Time of Completion, Item 2) Final Design" indicates 9 weeks after reciept of the Notice to Proceed from City. Revise this to read '2) Final Design - to be completed by March 14, 1980:' IN WITNESS WHEREOF the City of Rancho Cucamonga and C G Engineering have executed this Addendum Number One this day of , 1980. CITY OF RANCHO CUCAMONGA A Municipal Corporation y. er~ May r C G ENGINEERING A California Corporation // L J President ATTEST: ~1~ `~I~~--_____-- _ City Clerk JASaj 7937AGR[ t, AGREEMENT THIS AGREEMENT made and entered into this 77th day of October , 1979, by and between the CITY OF RANCHO CUCAMONGA, hereinafter referred to as "CITY" and C G ENGINEERING, a California corporation, 2621 South Waterman Avenue, San Bernardino, California, hereinafter referred to as "ENGINEER." W I T N E S S E T H: WHEREAS, The City desires to obtain the services of the Engineer for the preparation of plans, specifications and cost estimates for the construction of curb and gutter, sidewalk and asphalt concrete paving in the "North Town" area; and WHEREAS, The Engineer is willing and able to render such services; NOW, THEREFOP.E, in consideration of the covenants, agreements and undertakings herein set forth and the faithful performance of them and each of them by the respective parties, the parties anree and undertake as follows: 1. Employment of Engineer: City does hereby employ Eno ineer as an Independent Contractor to perform field and office work and provide engineering services in preparing and providing preliminary and final plans, specifications and estimates, applications and necessary reports, engineering data and information for curbs, sidewalks, and match-up paving in the "North Town" area for the following streets: -1- 26TH STREET - Curb and sidewalk along south side and match-up paving between Turner Avenue and Marine Avenue 25TH STREET -Curb and sidewalk along both sides and match-up paving between Turner Avenue and Marine Avenue 24TH STREET - Curb and sidewalk both sides and match-up paving between Turner Avenue and Marine Avenue HUMBOLT AVENUE - Curb and sidewalk north side and match-up paving between Turner Avenue and Marine Rvenue CE!1TER AVENUE - Curb and sidewalk along both sides and match-up paving between Humbolt Avenue and 26th Street MARINE AVENUE - Curb and sidewalk along west side and match-up paving between Humbolt Avenue and 26th Street Reconnaissance, planning and preliminary cost estimates shall also be provided for the following streets: -2- FERON STREET - Curb and sidewalk along south side between Archibald Avenue and Ramona Avenue MAIN STREET - Curb and sidewalk along north side and match-up paving between Archibald Avenue and Ramona Avenue REID AVENUE - Cu r6 and sidewalks along both sides and match-up Da ving between Main Street and Feron Street The engineering services to be performed on either the streets to be improved or streets having only preliminary work shall consist of the appropriate following items: A. Preliminary Oesign 1. Meet with Citizen's Advisory Group to review project approach, schedule, and identify specific problems (four meetings are anticipated). 2. Meet with City Staff to coordinate design concepts and project schedule. 3. Perform field surveys as follows: a) Obtain topography of existing streets within right of way for streets to receive improve- ments both sides, and for 1/2 width where improvements are to be provided for one side only -3- b) Topo to include location and identification of trees, existing pavement limits, drainage facilities, utilities, and other pertinent facilities to enable a comprehensive design to be completed 4. Research and plot all utilities on topo 5. Prepare preliminary design on base topo and review with Gity 6. Prepare estimates of cost for work to be completed in accordance with the preliminary plan 7. Prepare letter report and with recommendations for completing the project. Include discussion relative to street lights with recommendation 8. Attend meetings with City> utility companies, and other agent ies as may be deemed necessary B. Final Design 1. Prepare detailed construction drawings for proposed improvements in accordance with City Standards and recommendations approved in preliminary design phase 2. Prepare specifications and bidding documents util izinq City's contract requirements and format 3. Prepare quantities and cost estimates 4. Submit plans to utility companies and complete arrangements as may be required -4- 5. Submit plans, specifications and estimates to City for review and approval. Provide plans and data as may be necessary to other agencies such as the San Bernardino County Flood Control District for review, and permits as may be required 6. Complete review and coordination with San Bernardino County Office of Community Development to insure conformance with applicable Federal Standards 7. Provide City with 25 sets of plans and bid documents upon receipt of approval and establishing bidding schedule 8. Assist City in obtaining bids and evaluation thereof 9. Attend meetings as necessary to provide coordination of plan preparation. Provide periodic reports of progress when meetings are not required 10. Provide City with all field survey data, reDOrts, cross sections, design backup data, and other pertinent materials and documents received or prepared during the project C. Construction Surveying 1. Provide one set of rough grade stakes, also used for clearing limits, curb and gutter, and blue tops at centerline where applicable 2. Provide City with three copies of checked cut sheets for distribution to the inspector and contractor -5- 3. Prepare all survey tie_data and calculations as necessary to complete staking 2. Compensation: In consideration of performance of this agreement in connection with the Project in the manner herein prescribed, the City agrees to pay Engineer for his services as follows: Ij Item A, Preliminary Design shall be hilted at the prevailing hourly rates, a copy of which is attached hereto and shall not exceed $10,7 D0. 2j Item B, Final Desinn shall be billed at the prevailing hourly rates, a copy of which is attached Hereto, and shall not exceed ;20,800. 3j Item C, Construction Surveying shalt be billed at the prevailing hourly rates and is estimated at $11,000. 4j Engineer shall 6e reimbursed at the attached prevailing rates for printing, copying and reproduction required in connection with this contract. 3. Method of Payment to the Engineer: City agrees to pay Engineer monthly for services rendered under this anreement after performance has been completed and Engineer has submitted a billing therefore to City. -B- 4. Time of Completion: Time is of the essence in this agreement, and Engineer shall complete the work in this agreement within the following time frame: 1) Preliminary Design - 6 weeks after receipt of the Notice to Proceed from City 2) Final Design - 9 weeks after receipt of the Notice to Proceed from City 3) Construction Surveying - Within 24 hours of receipt of notice that staking is required 5. Termination: The right is reserved by the City to terminate the agreement at any time upon written notice to Engineer in the event the Project or any portion thereof is to be abandoned or indefinitely postponed, or in the case the Engineer's services, in the judgment of the City, are unsatisfactory or because of the Engineer's failure to prosecute the work with diligence or within the time limits specified; or because of Engineer's inability to perform. In any such case, the Engineer shall be paid the value of the services rendered up to the time of termination by prora tins the lump sum fee for elapsed time under this agreement. If the services of the Engineer are terminated for fault nn his part, the City may procure the completion of the services or work in such manner as it deems best and shall charge to the Engineer any excess cost over that provided for in the agreement or any damaoes the City may sustain by reason of the default. 7- 6. Insurance: The Engineer agrees to maintain in full force during the terra of this agreement the following insurance: A. Comprehensive public liability insurance in the amount of five hundred thousand dollars (8500,000) for any occurrence resulting in bodily injury to or the death of any one person, and in the amount of five hundred thousand dollars (§500,000) for any occurrence resulting in bodily injury to or death of more than one person. B. Automobile property damage liability in the amount of one hundred thousand dollars (§100,000). C. Property damage liability for other than automobile in the amount of five hundred thousand dollars (§500,000) each accident. D, Workmen's Compensation insurance under the applicable provisions of the California Labor Code. 7. Ownership of Documents: All drawings, tracings, and master copies of documents, survey notes and studies made by Engineer in performing services hereunder shall be the pro Perty of the City and shall be delivered by Engineer to City after completion of its services hereunder. _g_ 8. Assionme nt: This contract shall not be assignable by Engineer as to any rioht or duties hereunder without the prior written consent of the City and any assignment attempted in violation of this provision, or any involuntary assignment, shall give the City cause to terminate and cancel this agreement the same as for a breach thereof. 9. Hold Harmless: Ennineer's relationship to City is that of independent contractor. Between the parties hereto, Engineer is solely 1ia61e to its employees, agents and independent contractors and third parties for all loss, costs, damages or injury (including wrongful death) caused by any act or omission of Engineer, its employees, agents, or independent contractors relating to the services performed or due to be Derformed by Engineer hereunder, and Enn ineer shall hold and save City harmless in connection therewith. 10. Non Discrimination: The Engineer will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Engineer will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: Emplownent, upgrading, demotion, or transfer; recruit- ment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including -g- apprenticeship. The Engineer agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. IN WITNESS I111EREOF the parties hereto have executed this agreement the day and year first hereinbefore written. APPROVED AS TO FORM City A torney ATTEST CITY OF RANCHO CHCAMONGA 17 o I ~~C G ENGINEERING A California Corporation 1~~1.4'.41J City C rk /-/yG~ n ^Ey~ Pre ent -10- Conanltanta to Gooernment PREVAILING HOURLY RATES JUNE 1979 - JULY 1980 OFFICE Principal Engineer (Professional) b44.00/Hr. Project Manager (Professional) 42.00/Hr. Associate Engineer 39.00/Hr. Designer-Draftsman 30.00/Hr. Draftsman 25.00/Hr. Engineering Aide 20.00/Hr. Clerical 11.00/Hr. FIELD Resident Engineer (Professional) 42.00/Hr. Inspector (Licensed) 39.00/Hr. Inspector (Unlicensed) 30.00/Hr. Field Survey Supervisor (Licensed) 39.00/Hr. 2 Man Survey Party 76.00/Hr. 3 Man Survey Party 98.00/Hr. Electronic Measuring Device 60.00/Day MISCELLANEOUS SERVICES AND E%PENSES Mileage 0.15/Mf. Prints, Copying, Reproduction and Miscellaneous Materiais Lost + 10% Outside Consultant Services Cost 1aR7 SO. WATERMAN AVENUE, BVITE E ~ eAN BERNARDINO, CALIFORNIA B21aB ~ (71/~ B2M21R0 a 0 a+1n w w a .~ H N M C „or~ M P Y H e w w- q N n n o w ~o n n m n n o ~ rn J (\ - y w.. _u SuP^^d Die •-••: In.huebw m~ ~ Ctlumeen ~~ 5?ATE OF CALIFORNIA ~~ 1_°.0, A,.A DEPARTMENT OF EDUCATION ( r'f"?? o' ' ,~o STATE EDUCATION BUILDING. @I CA CITO:. MALL SACflAMENTO 9581, (916) 445-4943 ~~ o State Agency for Surplus Property ~ Pi~i Cl ~ X950 Ranch. C: .z: ago / ,,, - - November 10, 1980 Finalxe Dept ~ Ci tf of Ra nrho Cucamonga P .O. Box 807 Rancho Cucamonga, Ca 91730 Your application for determination of eligibility to participate in [he Surplus Properly Program has been approved. We ate placing your institution on our mailing list and of terings made by [he Agency will be automatically mailed [o you. In order for your institution Co become better acquainted with our program, it is sugge sled that you visit our warehouses a[ [he following addresses: Mr. P. E. Muller, Depu [y Chief Surplus Property Officer 2J 25 Moore Ave. Fullerton CA 92633 Tale: 714-992-0900 Mr. 0. W. Wilson, De poly Chief Surplus Property Officer 140 Camnerce Circle Sacramento CA 95815 Tale: 916-445-9351 We encourage you to visit the warehouse nearest [o your institution and contact the Deputy in Charge. I em sure [he[ he will be of g[eat assist- ance [o you. If there is any further information you need, please do not hesitate [o write. Sin,, c~~erely yours, , ~~ i I Richard W. Evans Chief Surplus Property Officer RWE:ms - as Ghlnrma Stae Ucpanmcnt of E4YCation Su¢ Apen:y Io, Surplus Property 7_'1 ['aFnol hall, Sacn~nenso, CA 95gN STATE OF CALIFORNIA SASP Perm xo. ]o1 (Ian) APPLICATION FOR ELIGI6WTV FEDERAL SURPLUS PERSONAL PROPERTY PROGRAM Before preparing this application, please read carefully the definitions given under Pan R. Fill out all applicable xctions. Part A. (714) L<gal name of organization City of Rancho Cucamonga Telephone989-1851 Address R.O. Box 807 City Rancho Cucamonga County San Bernardino Zlp 91730 1. Application is being made as a (pleae check one) (a) Public agency ~7 or (b) Private, nonpmfil and lax<xempl educational or public I:ealth urgamzalion G. Please provide <r:dence that the organization is a public agency or enclose a copy o(the letter or certificate from the UnneJ States Inmrinl Revenue Service evWencing lazczemption under Section 501 of the Internal Revenue Code of 1954. 2. Check type of aeency or organization and attach a supplement to this appliwuon describine the program operations and activities. For private, nonprofit organizauons, the following additional information is regmred: lal For educational institutions, include a d<xripUOn of the curriculum, the number of days in the school yeaq and the number and qualifications of the faculty or staff. (b) If a public health mslnuuon or orcanizauon, include a description o(the health scmces offered, qualifications of staff and, i( applicable, the number of beds, number o(resident physiaans, and numbm of registered nurses on the staff. PUBLIC AGENCIES: Check either stele O or local ^ Conxrcation G Economso development ^ Cducation ' Grade level (Yrm<hool. uniRniry) Enrollment Nn. of school sites- ^ Parks and recreation ^ Public health Ly~ Public safety ^ Twe or more of above ^ Other (soeciRd_ NONPROFIT INSTITUTION OR ORGANIZATION: ^ Education Grade level (Y«uM1tiol. umnnity) NO. O(Sc(IOOI SILLS ^ School Pot the mentally or physically handicapped ^ Educational radio or television station ^ Museum O Library ^ Medical institution ^ Hospital ^ health center ^ Clinic ^ Ollser (specify) 3. Check d the applicant program is approved G ; aceredned O ; or lianxd G. Enclose evidence of such appioval. accreditation, or licensing. If the applicant lacks evWence of formal approval, accredita4on, or hcenang, check here G anJ refer to the encloxd instructions. 4. A« the applicant's xmces available to the public at large? yes . If only a specified group of people is xrved, pleax indicate who campnxs this group. 5. Checklist of alladtmenls submitted with This application: ^ Cvidence Thal applinnl's program is a public agency or ezempt fmm paying taxes under Section 501 of the IRS Code of 1954 ® Ues<npnon of program operations andoctivities ^ Evidence of approval, aceredilalion, or licensing or information subudited in lieu thereof ~ S,\SI' Form Nn. 203, "Rewlulion:' properly signed, designating representatives authorized to bind the applicant to the Terms and conJUmns governing the transfer offederal surplus personal property Q 5.\SP Form Su. '_03. nondiscnmmation compliance assurance ~ Sl clement concerning appl«ant's needs, «sourcex. and ablhty to utilize the properly ^ (11 Set stalemnns nr Jucmnenlal tun «ywreJ, as specn Ted m the msUUV'UOns, fur cerl Lin CateeO+ies o(applicants. c[ober 15. 1980 `.~.. City Manager Date', Signed: ~ Title: Appliulwn approved Comments or aJdmonal information: Application dtwppruveJ F'OR STATE AGENCY USE Date: I ;3. i~. ,C~ (~ Signed: !~ t ~ ~ L ~7`u -{..,1/ yi~• q Uircuur /'i' [ ~~ .. Part tl, pEPItiIT10ti5 , A«rrdued.' ,\ppmval by a rzcupnnN accrtJn me boaitl o abort on a n m1. stare, or naunnel level, such n,lair board or rtluobnn nr ~nailn; lne nmenem Ilo,pnei Aam'upon: . . , Hal u~rcJrbne sexuu.,n l::r nnrr«arucs. <nllcan. or ac oaJm a,cFnnh. ur anuihe r«urnvrd a<crNllmc msocurmn. 'I rprored: Nrcnrndnn and appmeal Fy InP Sr,le U<ryrimenl of f dccauon, Sr,:c Urparrmrnl of ilea l:h, or olncr aPpropruu auJunly. Nun rcsprn ro an eJueuanal insmwlon, appruvat mull rehm ro academ¢ or Ins«uaranel mmderAS. An educarroml inswmuan maY be consrdercJ x appn,veJ If ns creJns are snpmd by a<cr:decd a Omc+prnn'<J Insu%u unm or i! a mrcu nc~ +udcmrc m msrr~cbond stend+Nv prc,urbcd for public schools m rhr uam, Cb1d 'err rmn!' A publrc or nnnprubl faality where day care s Nuuunnal, sna+!, hallh, end mm~rronil unrcn arc muaACA n, ehddl<n lhmuch ape I4 and x'mrn n approveA or LcaaarJ by In<9ale or other arrroprule mlhuntY i trine :\n +C D:nvrJ pubhr or nonProfir fanlCy orfanucd and op:uled for the PnmarY purpose of prnvlJlne outnaurnt pubnc hranh u ndumnF rustomsn' mined service such as iabma~ IOrlri and lrcv`lmrnl (OOmi. Collar: Ar +pprnvcd n c«dned puhlm ar nanpraft imhtu~ ^,Idar !um:n: a forme :,rpanveJ sluJY courses anJ emJlb IraJ'n ~ l0 a Fsmlawcam or mFh<r drKrcc. (nvrnnnnn: A Prreurn or Procrums cartuA nut or Promoted DY a ru!dlc a ncY Inv public pnrryn^e rmulvme,drreclly n Induecrl!I rhr ormttunn, marmcmnce, tl<velopmenr, and rerunlron of the mru:al rcuu«n of a frccn poLt6el a r 'These reour<n mdude bin a nm ImumJ m tlm vq IanJ. lorcgs, wareq overt atmalns. I+A<, xnd punts, mrneul., and nnrmaly, Lsh, and other u Ildbie. l.rnnom¢ devrloymrn+: n proc;am nr pmerams sinned om o pmmmrd Dv a ru Lbe a ncY far PuFI¢ purposes xhuh involv5 Idly or mJnrd)',rl fotlr ro nnpravc lire opporlumhm of a Rivcb pobnnl a a Im the v esvlul evraFhvhmcnr ar rarynaon of md::a n4. c col. m afnrnlrural Plano or (aclbuec and uhrch alhc;x nc nusnn ilia oulwn or nmf iron rmplaymeni nPPunurr u¢s In rhr nca m pnmarll)' brnelrl Ibe unemplnyrJ nr IhOU x'lth lox N¢mmnel maruunnn: hn athaxne eLcrblc pnbhc or bonprnfrt rrsllraa..n, uon«. rrury'. or n; canvauon crnJUV'une eJUmnonal p•r~ r", rr u:ms arch ~, ~. ny muh pore ams, such asachnd .ell cen'~o. n; n•~ol, usllcvr, a ,crvly, r; hoot fm nc~ m^nraliv m phl'nell) Lendl,:nirr J. cduuunnel tetra w Wernsmn tutron. nr m;r.l n mli n,mr,n.cl rcmn ,r_rrnnr: n ranrn alen,m licences F> Inr 1 r:.:ul (umn'..In:.:nanr Camnl''nnnn ant nrttamJ caclusnrlp (or cl,l Nucaw,n+l p•.upo.n and wmW n public or tin pRYll and lea r Hoer under Sraron 5111 of rhr Inmrml Neanti: Cndc of 1951 Cdu«uonol vlrrumn aronnm A lelnlxun aennn bccnud Gv the I mein (:ommun:.;noo. Commnmm aW nprramA eadaevely for nmrtnuunocril cJaum,mrl purl ^ec. .rnJ wheal Is public or Dill a lea c mpl under Secuun 5111 0l rhr Uuernai N cvema ('rJr ul 195iar Ilmlrh «nrrr 1n arrun'rJ Pnbll. or m,nmoGl LeJIIY unllard by a hranh um: Im ::.c Ivo.loun of Pnbh: hmltn cenaces. mdlldmp m1noJ OaIII'acv soon n dracnom, avtl I:ILOrarnrv fadlluua and diners. llnryrtd. ,1n +PI'rua eJ ur ecuedu:N pubb. ar Onprnbl vrslbu. bon punrNac. ru Mr, hrrlih son lrr• Pnnrnn) In mpnhonl mcdrul rn fm v ant m nU. Indudmr rdab•J Lnllbas euerv as Ia Pnwona, nulrnrenl Joparirnenrs, unnmF uahues, suJ ul! nl lien a l.rhrarr, A ten^Ir: a mrnnv LcAnv pnrvlJlnp hhurv servr<ea ra Ir.e rn aI «•Wrnl. vl a y, JnruuL stele, nr ru•IOn slydrml amnumnn; An rnhr'rxn ~j."1~~WYY 1(Ip,. ~/ Ils~rjr~l1lonproln ~'l.anrn Ir hl rnu'v. rr r0~11 T"Ilr~~rlil~r~yrlll ~llun of l, l r.l~ ,ln^I:rrnrnr:n•^I bedln mrl sn'Erl~aWl~:~IbdQQrnbhc nr Pnrnun.::r mal,W !:.', lilt Il~,emch Im cunAw I I rra,n<h I~" m) ul.h r i : ~ ,. r, Penj~~ryp~'I, 1 I~ r 1'~~'p/,' O m rl rn tlra v ivy mr,annAl~~r~~rr llnN~.q~6Mn'~~i~anJ .. ., dn.! '.r:l n. IL~ n rv...n I: n•r .all'' r b'.n,,; In ~I:+,nrun. ohm,:~ drnb~hr B3N810 h{a nr.llrlrrm :~.: s, rube. ha+hn .rt In.illr:'nl ureic r'.. «"t'eet'h and hrdrh arn'. n, Fmulnc ulaa hbnumnca, instinct xhmds, Aenul schools, nurove «hnnls, antl simiLr mnl+u rlons. Tbc mrm does nut indutle Imum'lom prrmanly a eed in domrNUq' care alihonfh a uryvero mcdrul 1.61111$ x'llhrn"corn a domrnury rnsitluimn may yualup a. a "nadrain Imwu uon .• dluarum.~ A prl bile rr nnnprnf~.r facllllY wMeh rs acrntlcd by nc~ pnhbc Irec or al + nmmei cheese and x'Mrh ProvWes museum urvmcs andudmu ihr rmrrrvelwn and ahrbnron of art¢nc. uimul, hnronul, or scmnuLC oLlals. a h'onyrn/ir mnimrios An rducniuna or public hnith institution ...iron, nn parr nr tier net narninKa or x'mm~ motet nr mar lawfully In rc to me lrcndn of +ny prwale sharcilolJer nr indrvWuai end uhah has been IrriJ w be wx ewrnpt undm the rmnbons of Section Spl of the Im«nei ftcvunuc ('ndr of 1914. Pork and r moon: :\ Proemm ar pmFlams carried ow o pmmumd b> arrpuhim . •ncY fur pubbc purpous winch imolvc dnella u Indlrvally Ihu ec9ulslbon, AevrbPmenl, im Plovemeni. mnnlvnerme..md Pnrlrmm~ of park and re eauonal fanlibes for the «vJenu w a mein Dnlurcal area. i'neu Lallues mduJ<bur are nm Irnuvd to parks, pl,vfrounJa anJ ahimsr finld,. swrmmrnp pool., coil cunnas, Hanes isdrbes, and mlure tntls. PuDlir oRenry: Am' amq an.' Iwiniul urbdrvioon thereof, mdudme an uon m Incal ROVrrnmenl o u drvdopmenl Jlslna, any Japerrman, aecnq, rmlru:nc nlairt; olhcmnf, indudmK msirumcnuburv crcamJ by compact or other aFrcanem herwxm a slate and anothd .tale, a pohl:cel subdrvlJrson, a mu!ipunsdictwnal subnnc duvul csmbll.hcd Dy m purauam m start tau', or anY Indran robe, bard, frnu P, puchlo, or commump' IocacJ on a cure rcunabon. PuDlir hmhh: A profram or rruprane w Pmnm m, maimnn. ant e the Publlc\ bwlrlr by prorldme LeaI:F mrviees rn mrdrndnela ant b)' ins cnnJUa of rcsanmh. Im'orllRebuna. evamma~ uon. umnmc, and Jevumerabnns. Yubhc Lcalih un'¢rs may mdudr but ar nor bnnmd ro rmmumrauon, m~~r~el and <h Jd hulth precrams, unuen <neinannf, sew.z< «utm<ni and drspnsal, unruuon msi`rauon and sa PCrvnrun, waer Purifmnon and do«rbmwn, u r pulpauan rumml, eerbatt and loan drspnxal. fhe conimi and rbmrn.lt inn ref douse<arlJ'rnE amm.h anA maa1 s, and ihr con«nl of sormm n ;able drsee.rs. Publim apJrq~: A pmcu~n nr pnrRlann earned inn or pmmomd Fr a pn Mlc a v for robh~ rurPosrs lnvnh'Im Aveclh nr IndbrplY~ the pr"ICrtron, said>, enA lax colon emenl acpvrbn ant tnc cumrml jusncc rysnm ul a crvrn rabliul ama Public ul'ep' f:or. nrlndr nor nw Irn:nra m er.,,r r era nm LY putiLc police JcP.virnrnrs, h: n'F' al Hera. Inr anon.' penal one emmuonel rn<umumn InJUJrna Inarnlle lanhbc,. 9alc ant cent drfena u¢envarrans. enJ hr. Eep,v;mems ant r syueJv mr.lndrno aolunirer fee Jen.ntmenh anA rescue squedsraurperlN in x'Imlr ur In ran ultll Pubbc mots. Srhnn/ «uvpr sahnol+ mr tl¢ mrnrelly ar phyv:ally hendh r+prr,0 A Pu Fim or nmrrmio, approved m u mdimJ nrpamza~ Donal rnuq Jn~aleJ pm v In apPro,cd acednnm, wuhoml, or pmlcumnel uuJV mA Iname.lnn, aUnrh smer's«s prunanf)' foi eduotn,nel Pneroua an n LIIFUme barn for a mmrmmn school Year ant ernplnw J nriFUnm volt of yvahllrJ mstruclnra. Srhnol Jnr the mrmolly harrduanped.' A Get Uy or mvrnuron orrubJ pnnunb~ to Isrn ter spru.lbrnl mgrucuon to stuJenta of Irmuud m mr.il aq•.rnn II n uq Fr pul•II: o nenPndtl ant a uvl Detente on a tull~nmr bean hn lh^ryu nalem nl a uvnrnnun w•hool Ycer p e.a nhcd bn pnbh, school Imrrndron a: the ntrnldlly h.mAmarl'r J, leer e ,r yu.dueJ Inarar n,n, ,mA Aemana cite Ihal Ibe bu Jna neen a,de avA lac.ll he.rhh nut ufrly a.r ode r.la Srhnnl Inr rite PlO~vmlly ImadrrnpprA: A a<havl mpamard pnmarJs m pro, Wr .Iman!raJ u'd ru.llon In arudann x'hosr rnYUaal iundlv.ms n ,vll air IndrcrJUal or FrnuP Innnrcnon. Thr scme:l• nnrv he pu nb. sot nnnrrold ,nJ orcr.IlC on a Polbllmr M1asu IOr Ilre cyurveonl OI a milt r'nnm Rhn0 cent preeerlbfJ fnf pu Fhr acne rl m.«uru.:rr tar Ilre rhvucalh henJr: el`re J, h+v[ a stall of ynallvA Irlal rrldn•s, and JrmOn,luta Ilui Ihr IuclbrY intro sure nnJ Irul M1r.iPh nnA s.aol, q.Ind,uAs IaraulafnurrJ ora•4rv:onnn: One uLmh nvcrvca a lu.yrr portion :. n. Inremr.il svr9'mr Irnm rm non Jcm rJ Gum ,tile m local Ro `r^r,, is nvr',: nn`~~d,hr nr nnnprm n. arprovre n rrdnra m.uwnnr'. of hnha cJx..l'nun rnrpoxcrcd to rooter Jcpreca m ,petal Aepenu¢mrs al endrees. F]] ] OE 10]66 ] ]] ].500 0 N O roman W• ~ GI N H y 0.~ 'p W HN 00 N SH l1 M d~ M E w ~~ 1 AGREEMENT FOR PROFESSIONAL SERVICES This agreement entered into this 16th day of Flay, 1979, by and between the CITY OF RANCHO CUCAMONGP. (hereinafter called the "City") and C G ENGINEERING (hereinafter called the "Engineer") RECITALS: This agreement is made with reference to the following: a) The City has determined it necessary to engage professional services for obtaining right of way for roadway purposes along Vineyard Avenue; b) The City has received a letter proposal from the Engineer to provide the professional services and to be compensated based upon the enclosed hourly rate schedule; c) The City desires to accept said proposal from the Enq ineer to perform the services required; NOW, THEREFORE, the parties hereto do mutually agree as follows: 1. WORK TO BE PERFORMED: Item a. Prepare right of way maps for east side of Vineyard Avenue between A.T. 8 S. F. Railway South of 8th Street, southerly to 9th Street. Item b. Perform appraisals and prepare appraisal documents. Make initial contact with property owners. Item c. Complete negotiations and acquisitions of right of way on behalf of the City, with completed deeds ready for City Council acceptance. 2. TIME OF PERFORMANCE: The services of the Engineer are to commence upon execution of this agreement. Items a and b of Work to be Performed shall 6e completed within 35 days and Item c will be diligently pursued to completion at the earliest possible time thereafter. 3. COMPENSATION ANO METHOD OF PAYMENT: The City shall pay the Ennineer on the basis of time and materials to complete the work in accordance with the attached prevailing hourly rate schedule. The following are the estimated costs for the services: Item a) Right of lJay Maps and Plats 81030 Item b) Right of Way Appraisal 1800 Item c) Right of Way Acquisition 700 TOTAL ESTIMATE 54330 IN WITNESS WHEREOF the City and the Engineer have executed this agreement as of the date first above written. CITY OF RANCHO CUCAMONGA Y Mayor C G ENGINEERING o L. Chris ensen, resident C G ENGINEERING Consultants to Government PREVAILING HOURLY RATES January, 1979 OFf 1CE Principal Engineer (Professional) 544. 00/H r. Project Manager (Professional) 40. 00/H r. Associate Ena ineer 39. 00/H r. Designer-Draftsman 28. 00/Hr. Draftsman 24. 00/Hr. Engineering Aide 19. 00/Hr. Clerical 11. 00/Hr. FIELD Resident Engineer (Professional) 39. 00/Hr. Inspector (Licensed) 39. 00/H r. Inspector (Unlicensed) 28. 00/Hr. Field Survey Supervisor (Licensed) 39. 00/Hr. 2 Man Survey Party 68. 00/H r. 3 Ilan Survey Party 90. 00/Hr. Electronic Measuring Device 60. 00/Day MISCELLANEOUS SERVICES AND EXPENSES Mileage 0.15/Mi. Prints, Copying, Reproduction Cost • 10% Outside Consultant Services Cost Right of Iday Appraisal and Acquisition Services 35,00/Hr. 2827 BO. WATERMAN AVENUE, SUITE E ~ 8AN BERNARDINO, CALIFORNIA 8208 ~ 17Iq B2b812o i 0 N O vmn d ao n M 7 N M N ~ H ~ K W ~ ~ 00 R N N N N Y• H ~ O w \~ CONTRACT FOR ENGINEERING SERVICES FOR MAP AND PLAN CHECKING THIS AGREEMENT is made and entered into this 79th day of March , 1980, by and between the CITY OF RANCHO CUCAMONGA, a municipal corporation of the State of California, hereinafter sometimes referred to as the "City", and CG ENGINEERING, 2627 South Waterman Avenue, San Bernardino 92408, Civil Engineers, hereinafter sometimes referred to as "Engineer", WITNESSETH: WHEREAS the City desires to obtain the services of Engineer to assist the City Engineer in the performance of the duties imposed upon the City Engineer in reviewing, checking and approving maps and plans submitted to the City in conjunction with subdivision and parcel map proceedings; and WHEREAS Engineer is willing and able to render such services; NOW, THEREFORE, in consideration of the covenants, agreements and undertakings herein set forth and the faithful performance of them and each of them by the respective parties, the parties agree and undertake as follows: 1. Term. This contract is for the term of one (1) year from the date of execution of this agreement, and is subject to termination at the will of either party by giving written notice of such termination at least ninety (90) calendar days prior to the date of requested termination. Z. City~s Resoonsi bil itie<, The City, acing through its City Engineer and his designated representatives, will do the following: (a) Furnish the Engineer with copies of all standards, guidelines, criteria, regulations and other written materials having specific application with the City and used by the City to govern the checking of plans and maps; (b) Issue to the Engineer various plans and maps for checking, after having given them a preliminary screening for adequacy, (c) Assign priorities for the order in which plans and maps are to be checked; 3, Fnoin responsibilities. the Engineer shall do the following: (a) Check each map and plan for conformance with City standards and requirements and with principles of good engineering and surveying practice; (b) Return to the design engineer map and plan check prints marked to indicate deficiencies; and (c) R'hen a plan or map is checked and found to comply with City requi rements~ the Engineer shall indicate this by signing a statement to this effect on either final check prints of a map or the originals of the plans. (d) Check the estimate of cost Sor bonding purposes, and prepare bonds, prepare subdivision agreements an submt complete approved package to the City. (e) Provide personnel for one-day a week plan check service within the City Engineering Department, incorporating at that time a review of procedures and all first check prints whin the City. 4. Time for Performance. The Engineer shall complete his work within the following maximum times: (a) For the initial checking of improvement plans or a map, fifteen calendar days from the date of receipt; (b) For subsequent checking of plans or a map which have previously been checked, ten calendar days from the date or receipt. 1f a portion of a map or of plans cannot be checked because of information needed from the engineer preparing the map or plans, the Engineer shall have the option of either marking the deficiency and returning the map or plans to obtain the missing information. In either case, checking shall be completed within the time limits specified in (a) and (b) above. 5. Monthly_Ct atus and Bill'ne. The Engineer shall keep a record of dates when work is received and returned, of time spent, of the staus of each map or set of plans, and of other pertinent information. This information shall be sent to the City at the end of each month along with a bill for services performed during the month. 6. Compensation. The City will compensate the Engineer monthly at the rates shown on Exhibit A attached. 7. Conflict of Interest (b) During the life of this contract, the Engineer shall not perform services for any private client for land division or land development within the City of Rancho Cucamonga. IN WITNESS WHEREOF the parties hereto have caused this contract to be duly executed on the day and year first above written. CITY OF RANCHO CUCAMONA, a municipal corporation A ~..4n~~==- City Clerk CG ENGINEERING By ~,2. h°~a~ APPROVED AS TO FORM: City Attorney RCUC-PC(07) PREVAILING HOURLY RATES June 1979 -June 1980 OFFICE Principal Engineer (Professional) $44.00/Hr. Project Manager (Professional) 42.00/Hr. Associate Engineer 39.00/Hr. Principal Planner 35.OG/Hr. Designer-Draftsman 30.00/Hr. Draftsman 25.00/Hr. Engineer Aide 20.00/Hr. Clerical F 11.00/Hr. IELD Resident Engineer (Professional) 42.00/Hr. Inspector (Licensed) 39.00/Hr. Inspector (Unlicensed) 30.00/Hr. Field Survey Supervisor (Licensed) 39.00/Hr. 2 Man Survey Party 76,00/Hr. 3 man Survey Party 98.00/Hr. Electronic Measuring Device NS c MIS ELLAN O IS G RVI SAND XP • 60.00/Day . Mileage 0.175/Mi. Prints, Copying, Reproduction and Miscellaneous Materials Cost + IO% Outside Consultant Services Cost i,rrr.cvec is rc ~ c: r.:: ~, i !~ Citp P.ttcrnep ~P 0 N Y rocs H S o w m ~ M m m n m n o Y~ M A r 4 m h n C ~.zP`~'~"°'~,~ CITY OF RANCHO CUCAMONGA rc ~ ~ ry..Phillip D. Sehlouer O Gwel4,n ~, p Z AMur H. Bridle Jon D. Mikeb U ; p ~ Lmee C. Frori Miehul A. Pdombo 19iJ October 21, 1981 Mr. Michael Jauron General Manager Chamber of Commerce 8137 Malachite Avenue, Suite A Ranchn Cucamonga, California 91730 Dear Michael: Attached is a fully executed copy of [he agreement between the Chamber and City regarding the annual wine festival. The matter was before Council on October 7, 1981 for consideration and was approved unanimously. If you have any questions regarding the action, please call. Sincerely, ~~~ ~~~ ~~ Beverly Authele[ Deputy City Clerk ba attach. POST OFFICE BO%807 • RANCIIO CCCAMONCA,CALIFORNIA 91iJ0 ~ (7111 98 9 4 8 5 1 --~~'+. AGREEh1E NT This agreement made this 7th day of October 1981, is between the City of Rancho Cucamonga ("CITY") a municipal corporation, and the Rancho Cucamonga Chamber of Commerce ("CHAMBER") a California nnn-profit corporation. WHEREAS the CITY and the CHAMBER are both desirous of an annu ai festival in Rancho Cucamonga; and WHEREAS the CHAMBER has special knowledge, experience and capabilities for producing such a festival, save funding; and WHEREAS the CITY has the potential to act as a lending agent to provide the CHAMBER with the necessary start-up costs. NOW, THEREFORE, the CITY and CHAMBER do agree to the following: 1. The City will irtenediately lend the CHAhBER the sum of $6000.00 to be used to pay all necessary deposits, fees, etc. to initiate the Rancho Cucamonga Wine Festival program. 2. The CHAMBER will make every attempt to repay the entire $6,000.00 within a one-month accounting period after the close of the festival on November 15, 1981, 3. Should the CHAMBER, for unforseen reasons, be unable to repay the entire amount by December 15> 1981, the CHAhB ER agrees to pay the legal interest rate of 7% on the balance due, commencing December 16, 1981, with the condition that the entire balance due, plus interest charges be repaid to the LITY within a one-year period ending December 15, 1982. • ~ City-Chamber Agreement LITY AF RANCHO CUCAMDNGA ~~~%i;{! ~ -~~, ~~~ MAYOR f.TT ES CITY CLERK APPROVED: CITY ATTORNEY RAN 0 CUCAMON GA CHAhB ER OF COMMERCE ~,X ~1Ct_ i D / /~~ r l ~_.L~f~- PRESIDENT \i' Iv i I Dare: 0 N O b ,'0 4 A b S W W n (] 1 O W a w ~ w .~ m m r n H N 7 N E H rF1 O N n ~~_ CITY OF RANCHO CUC ANONGA POST OFFICE BOX HO) 9340 BASE LTNE RANCHO CUCA~IONGA, CA. 91701 PHONE (714J 989-1851 .. NOTICE TO CONTRACTORS PROPOSAL AND CONTRACT SPEC IFLCATIONS ANb SPECIAL PROVISIONS. for P.C.C. REPAIR, REPLgCFMENT AND PLACEMENT dt /Vm,PJN sroE of (3.15EL/NE ~Nc'S% op 7'al2~le'12 Lloyd Nub6a Cily Enoincrr i r.:il 5 { ^- TA6LE OF COIITEtITS CO:ITRi,Ci I:O CN~lE11TS tloticill nviting Bids ~~ Proposal ' Centcact . Labor and t•laterial Bond • STAt;OARD SFECIFiCATI O.'IS L SiAIICARD ORAil1AG5 ~. kCOIFIC ".TIC715 TG ST At:DAPA SFECIFICATI CtiS ' ~' ~ SE LTiOI! 2 - SCOFE At10 CCiIT ROL OF THE 410RK 2-1 Aor rd and Execution of Len tract Z-1.1 Proposal ~~ ~. 2-1.2 Examinaticn of Plans, Specifi- - ~ cations and Project Site 2-1.3 Interpretation of Drarti n9s and Documents 2-1.4 Amard of Contract .. 2-7.5 Execution of Contract 2-5.2 Contract Documents SECT ICtI 3 - CNA~IG ES ii; 6.0 R.; 3-5 Disputed 'dork 3-5.1 Retention of Imperfect tfork SECTiOi; 6 - PROSE CL'T10,'I, FRCSRESS ,AHC AC CEPTAtIC'c CF FIOpv " 6-1 Ccnstruttion Schedule and Lemnencer„ent ' Of :.f l'I; 6-8 Completion ano Acceptance ~~ ~ SELT[Otl 7 - RESPO~iSI9ILITIES OF THE COt1TRACTOR 7-1 Contractor's Equipment and Facilities ' 7-l.l Contractor's Re spcns ibility for l-0o rk 7-1 ,2 tlo [ice and Service The roof 7-1,3 4la rranty of Title 7-3 LiaSiiity Insu rancc 7-S Pr.rni t; 7 6 T'ne Cnn crac^,,rr's flcvresentarive • Pane ~ A-t thru A-3 _. B-1 tltru B-5 _ C-1 thru C-3 ` CA-S 55 SS-1 SS-1 SS-1 55-1 SS-2 55-2 SS-2 55-3 SS-3 SS-4 SS-c SS-~ cc_4 SS-4 S "1 SS-5 SS-5 SS-5 SS-5 SS-S SS-5 SS-J SS-7 SS-1 i - '~ ~ 7-10 Public Conve"~ience and Safety SS-7 7-10.1 Trai~lis and Access SS-7 7-10.3 Street Closures,Detours, Oarri- ~ SS-8 codes 7-10.4 Public Safety SS-9 7-10.5 Emergency Provisions SS-10 SECTION g - 14EASUREh1Et1T AND PAYMEiIT SS-10 9-3 Pa}nnent SS-10 9-3.2 Partial and Final Payment SS-10 ' 9-3.6 Vlcrk Performed Without Direct SS-11 Payment SPECIAL PF.07iSI0NS SECiI OiI A -CONTRACT ORA4IIPIGS E DESCRIPTION 5p_1 SECT ICiI B - GE2IERAL PIATURE OF THE LlORX .SP-I SECTI DH C - TIFIE OF COt1PLETION 8 LIQUIDATED DAi•IFGES $P-2 SECT IOPi D - PERtJITS AND LIC EPISES SP-2 SECTION E - PUSLIC CCiI'JEiIIEIICE Ai10 SAFETY $P-2 ' 'SEC'i'1UN F - COOIiDIf.ATi ON WI TII UTIL II'1h:5 ANU O'1'IIGII AGIiNG Ik:S Sn-2 SECTICtI c - DEFIIJIT I08 OF PROPOSAL ITE."15 SP-2 Item 1 -Removals, Clearing, Grubbing Sl'$ and P.econstruction. ' Itew 2 -Excavation and .4sohalt 8 P.C.C. Pavement 51'-4 Ren',nva 1 Item 3 -Asphalt Concrete Pavement SP-6 Rent 4 -Class 2 Ag~,lregate Bute $P- 6 Item 6 -Conare[e Curb w/ Gutter Sp_6 Item 5 -Concrete Curb Only $P- 6 Item 7 -Concrete Sidewalk & Wheelchair Ramp SP- 6 I Cenl fS 'C.oncrete Drive Approach $P- 6 Item 9 -Concrete Cross Gutter Incl. Iritegrel Curbs SP-~6 Rein 70 -loncrrbt Masonry Bluck Wel I ~ S I'-6 I tP.nl 11 -Reconstruct Eei sting Concrete Driveway Sp_ 7 I teen 12 -4sohalt Concrete Dike gp_ 7 Item 13 - P. C. C. Pavement ~ ~ SP- 6 PItO.Ip:CT S'115NUdRU 11Ndl9 Rk::i it NOTICE INVITING BIDS FDR '~~ P.C.C.RESTORATION AND REPAIRS NoF7H 5 /PC of 3ASt uKt^ virc~T CF 1'b2t/ElZ DE SCRIPTI O`!S OF WORK: The work includes but is not limited to the clearing and grubbing and excavation for the reconstruction of curb, gutter, sidewalk, and A.C. and P.C.C. pavement within the job limits as indicated on the plans. A11 work shall be accomplished in conformance with the plans and specifications. RECEIPT OF PROPOSALS: Bids will be received at the Office of the City Engineer, City of Rancho Cucamonga, 9340 Base Line Avenue, Suite B, Rancho Cucamonga, California, 91701, until scv~ Z 3r /yBo OBTAINING CONTRACT DOCU'dENTS: Plans and contract documents may be obtained at the Office of the City Engineer, City of Rancho Cucamonga, 9340 Base Line Avenue, Suite 8, Rancho Cucamonga, California, 19701. PROPOSAL GUARANTEE: None required A Surety Bond for payment of labor and materials will be required in the amount of one hundred percent (100%) of the estimated total contract price in the form attached to the contract documents. Said bond shall be issued by a company having a rating of A+AA or better. CONPL ETIOII OF WORK: All work under this contract must be completed within __,~ working days following award of the contract. Failure to com fete work within the stipulated period will result in the assessment of ~ per day in liquidated damages. INSl1RANCE RE UIREMENTS: Pursuant to the requirements of Section 1860 of the Labor Code Chapter 1000, Statues of 1965), Contractor shall take out and maintain, during the life of this contract, workmen's compensation insurance for all his employees employed at the site of improvement, and if any work is sublet, Contractor shall require subcontractor similarly to provide workmen's compensation insurance for all of the Tatter's employees. Contractor idemnifies City for any damage resulting to it from failure of either Contractor or any subcontractor to take out or maintain such insurance. A-1 Public Liability and Property Damage: a. The party contracting with the Contractor far this work shall be understood to be the City of Rancho Cucamonga, but *_his understanding shall in no way alter the obligations of the Contractor or his surety (ies) to other parties identified herein. b. Simultaneously with the execution of the contract, the successful bidder shall furnish satisfactory proof 6y certificate or otherv+ise as the City may require that he carries all of the various insurances set forth in paraa raphs A, 6, C and D of Section 7-1.12, of the State Standard Specification, Au*.omobile Liability including Non-Owned Auto Coverage. c. The limits of such coverage shall be: 1. Bodily Injury Liability $500,000 Each Person 51,000,000 Each Occurrence pro oe rty Oamage Liability $250,000 Each Occurrence $500,000 Aggregate 2. A single limit far Bodily Injury Liability and Property Damage Liability combined of $500,000 Each Occurrence $50C,000 Each Occurrence d, The City of Rancho Cucamonga, and their respective agents, officers, officials and employees shall be included specifically in all inde:nnifica tions required by this Section, and they shall 6e included specifically as additional insureds along with the other parties identified in sub-paragraph (2) of paragraph A. e. The Contractor shall require the subcontractors, if any, to take out and maintain such pu 6lic liability and property damage insurance in the amount he re inabove set forth. f. All above listed insurance shall be maintained by the Contractor in full force and effect during the entire period of pe rfo nna nce under this contract. CI T'!'S ?:f, l(T RESERVED: City of Rancho Cucamonga reserves the right to reject any or all Dios and/oi~ ~~zive any informality on a bid. The contract ~ni l1 be ar:~a rd ed to the lowest qualified bidder that can complete the work in the shortest possible time. All wa rk to be dart ur.d er the direct supervision of Che City Engineer, City of P.a nc ho Cucammrga, California. Employer paycen is other than those itemized therein, as defined in Section 1773.1 of the Labor code, are to be paid in accordance with the terns of the collective bargaining agreement applicable to the type or classification of [he workmen or mechanics employed on the project. A-2 Copies of all collective bargaining agreement relating to the work as set forth in the aforementioned Labor Code are on file and available for inspection in the Office of the Department of Industrial Relations, Division ~ of Labor Statistics and Research. By Order of the Council of the City of Rancho Cucamonga, California. C V oyd B. Nubbs City Engineer - L9H:deb -t -~ C A-3 PROPOS.\L TO Ti{E CZTY' OF RANCHO CUC a~70\GA FOR P.C.C.RESTORATI ON AND REPAIRS TO K~5 aF 313r cINE C/E_sT or 7~Rn/EI~ 8a.:.e of iSiddet T.fl CoNC R.dTe '. business Address ~$3$ ~t/~wn w..V 'iRU ~F ''// Phone dumber g)r 9- 3e~ ¢ Place of P+es idence SS38 HC.(~l~lds A.r e. ' -~ ~ ~ LOCATIOA; ' She work [o be done and referred to herein is in San Ee:nardino County, Stale of California, in [he City ofp,Rancho Cuc aaonga, at locations as shown and describ- r.d in Plans Nok7H Srnc 0/= ~15e Lw'F VEST of Yo2de72 ' sad shall he construe led in accordance with the Special Provisions (including [he pa}'mant of no[ less than [he minimum wage ra [es on file wit}i the City and '• Che contract annexed hereto and also in accordance with specified City of Rancho Cucamonga and San Bernardino County Standard Plans, the Standard Fpec ific ati ons for Public Works Construction (1979 Edition). ) •~ The work co be done is sheen upon plans entitled P.C.C. restoration and repairs t0 No,C7H SrGt DF /dG4E Lim ,t/G ST of 7uFA/E2 Approved: _ ~/%~xj ('~' ~.<~ Y'~L/'c (~cv~f r~i~:ry•r(- f!f~'80 To [hc Cicy cE Ranchn Cucamonga: • The undo rsigned, as 6ld de r, declares that the only persons or parties in te:esced in eh'_s proposal as principals are those named herein; that this ' proposal is made witho uc collusion wich any other person, 'firm, or corpora- ' ticn and in submitting this proposal, the undersigned bidder agrees [ha[ if iC is de ce rmi nod thaC he is Che sue cessEulbidde r, he w371 execuCe the non- . .~ ce llus ion affidavit inc laded herein; that tte has carefully examined the location of the proposed work, [he annexed pro pose.dform of contract, and - [he plans ehe rein rc Ecr red co; and he pto poses, and agrees if this proposal ~~ Ss accc'.~ced, that he will contract wich Che City of Ranchn Cucamonga, in the ford. of the co',+y of Che contract annexed hereto, to provide all necessary machin eey, coo 1;;, apparatus and other means of cunsCrucCien, ana Cn do all ' thn wo r'.. and fuYni sh a11. Cho mn aerials ape cified in cha concrac[, in the - mannC[ .1^<I C1R. [hcYC in pLC5eC1bCd, and aCtCY dint CO ChC Se4 UiYMpCnC$ OE CV1C Engin ce; ns the ro to set forth, and that he will cake in Eull payment therefor the Co11o'.:ing item prices, [n 'a i[: - V.' B t u'e!I urn'r m: Psrlaln'rr.D I'rEra PRnr:D rurnt. N0, ITEM 671':ASItitE QUAN i'ITY (IN F'II1UItP:S) IN F'IGUHEB RENO\'ALS~ CLE NG GRUBBING, LS LUMP SU:4 AND RECON57 CTIO'!. INCLUDIN AW CUTTING 2 F.SCAVATION AND ASPHALT ' coNCrtrrFANO P.C.C. PAVEMENT S.F. REMOVAL INCLUDINGSAWCUTTINfi = $9.SU /057.50 3 P.L.C. PAVEMENT ~+~• LUMP k~nl G, S, /0.75, 00 /O?S.OU CLd55 2 A .ELATE ,BASE TON CONCRETE RR WITN LF CUTTER CO!iCRETE ~eARB ONLY LF CO`lC RETE SIID LX S WHEEL- SF CHAIR Rd! (4" THICK) C0:lC RE'fE E APPROACH SF (6" Til 6) COACRF.TE 5 GUTTER ~ SF (INCL. TECRAL CURES) ' IO PA1~/fNC~'I OF i{LL Rh f/q,LL 6 /••• /(C' RM^Tf wrTs EC. 3-3 O C SrifN!° l~D SPEfI /cAT/o'~S t I t~ EXTRA woRK", iVoT E)C ESD cc P sv~ ra7ov~-T $f/awti NE'KE tw E'Xf PT wht c SCopC Ar L.roRic (5 C n'I •'-C'a'r' A ~ l7t/t c c Id B y TF/i c' -i•~.EaYZ i 77/t F/EL(~ pVE To v FORE SE' elRe~ sT1^c65 NetzE-AS AoEf77arnc- woRCC rMh L- (3E A/D ~•" cc e,~pnn.cC ci/~ SEG. 3-3 "Ek)YLA wo/ui' of 'rH ~ !/MK0.1 D s~EC/F(c TroNS ' a1 LR•f0 TDrAL (IN WORDS)7.,r,o-~~.~~a„~~,-~.~~~i~.0..,,a!,/_0..- b 6-Z Rids me required for the en [ire cork. The amount of [he bid far tom- , pa ri son purposes will be [he total of all items. 1'he Co tal oF. uni[' basis ice ms will be determined by e:ct ension of the item price bid on Che basis of Che est i:~a and quantity set forth for [he item. 1"ne bidder shall se[ forth for each ilen: e` work, iu nearly ingib It Ci ~u res, ar, itum price and a Co tal for [hc iCem in the respective spaces provided £cr this purpose. In the case of uniC basis items, the :nnowtt se[ forth undnz the "To [a1" co lunm shall be [hr. extension of the item price bid on Cf:c basis nE Che estimated Guanti ty for the iten. In cast of discrepancy between [he item price and Che Cotal set forth , for [he item, the iCem price shall prevail, Provided ho:uever, if the amount seC forth as an ieeat price is ambiguous, uni ntclligible oz uncertain for any cause, or is omitted, or in the case of unit basis 'i tens, is the same amount as the every in ehe "Ioca1" col men, [hen the amount see forth in [he "Total" coluan far Che iCem shall prevail in accordance with [he following: (1) As to lump swa hens, [he amount se[ forth in the "Total" co loam shall be the iten price. (2) As to unit basis items, [he amount set forth in [he "To to 1" co lu=.tn shall 6e divided by the es Cima [ed quan Ci [y for [he iCen and the price thus ob [a fined shall be Che item price. If this proposal shall be accepted and the undersigned shall fail [o con t:ac[ as aforesaid and to give the bo rd in [he sum [o be deC~e rani ned, with sure cy satisfactory to [he City of Rancho Cucamonga within . calendar days, after the bidder has received notice from the City Engineer that the contract has beer, awarded, the City of Rancho Cucamonga may, at its option, de Cermine that the bidder has abandoned the contract, and thereupon this propnsal and the acceptance thereof shall be null and void l i.,,' ' (r B-3 .,~ . ' The names of all persona lnce res [eJ in [he Eoregu LJg proposal as pr luc lpa is arc ns fo llovs: r~~~i~~i.r~'d 3~eJJ Y~1~~31~r,-: If bidder or other lnceresced s. person is a co rpo ration, state legal name of co rpo ration, also names of Ulu pre..^,1Jent, sec ret ury, treasurer, and manager chexcof; Sf a co-pare ne rsh lp, state [ru e'name of Ficm, also namr.s of all inJl vfaval co-pa ane rs compoa log Hrm; iE bidder or other Snce rested person is an lnd lvidua 1, sta ce first and last naves Sn Eull. Llcens ed in accordance w1 Ch an act providing foz Che registration of Cone rac CO rs, License No, #3F.S30 ~' -, a 7 ~?] L...~r:.y::`". `~: ~~.=..a!3.: Slgna [u rc of 6ldder •~,~ NO'C F: -lf bidder is a corporation, cha legal name of the corporation r, shall be sec forth above Loge rher with the signs cure of the of Eicer !T i'. or of Cir.ers aucho rt ceJ to sign conrrac is on 6ehal L~pC Che corpora- ~ ~'; r. ciao; if bidder is a co-pnr[ua rship, Lhe true name of [he Clrm shall If I, If. ~' be se[ Cor[h above rage Lher wi Ch Che siF,nncu re of [hu partner or ~' par[nu rs au [ho ri zed [o sl gn coot rac[s in behalf oC elm co-par[nur- ship; anJ if LiJJar 1s an individual, his siglm Lure shall be placed v ,.. 6 a6uvv, IC sipnacuru la 6y an agave, other ehan ml officer of n co rpo rac ion nr a mainhor of a par lne zsh lp, a power of ~\Lto rnuy ems[ t: be Jp (ll^ wlCh LIIC CiCy pt'lUr [J OIICOIIIg hIJS o[ allhni CCC,I wi Ll\ L, ' else bid; nr{ia r.:ice, the biJ will be Jis re g;uded ns irregular and ~_ uuauL Lon t.~.: rl. ~~. I;~~~a inu.,., ,\d,lruvs .; .53~ yl ~~Nt liw/ _.aU•!__~~ _ B-4 c1Ty of x~c:c! n cucaxoxc.l s,w ncr.;:,c3nlso c~~usr:, c,1Llyo;ual,1 coNr ~;;.T P.C.C RESTORATION AND REPAIRS TO ~ye/rF! s me e F O~uti c wFST n F '7ti~t(f-' Tfii$ aGRE ~IES'L, made and co,^.cl ode d, in erip'_i ea ce, this ~~? day of ' OCT. , One Thv usacd Nine Hundred and Bn ' be C:een Che Ci Cy of Rancho Cucamonga, party of the First par[, and ' ?. N. Co.YCfETr Cont:acco r, party of [he second pare. ARTCC LE I--WI1'::ESS E1 ~, Thac for and in consideration of the payments and d grC2-.aR CS he[c 1n lfCeL Lie ntl0ned, Co be made and perf0 riled by Che Said patty of chz first part, and under the conditions expressed in the two bands, 6eari,-,g even date with these presen cs, and hereunto annexed, the said patty of the second pare agrees with [he said party of [he first part, at his owit ' p cop yr cvse and e::punse, to do all the work and furnish all the r„a ter ials, ' except suc'a as arc nen [ionad in and specif ica Cio ns Co b_ fur..^.ished by said part/ of the firs[ part, necessa:y Co construct and bompleee in a good :ro r ¢anli ke and substantial canner and to the sacisf ac Lion of the Cicy of P.ancho Cucamcaga, in [he County of San Bernardino, in the City of Rancho Cucamv nga, ~. in acco : ante wi eh ehe Special Provisions hereto annexed and also in accordance with specified City of Rancho Cucamonga and San nernardino County Standard Plans, the Stanua rd Specifications for Public {9orks Construction (1979 F.di tion) and + minimum wave rates are hereby specially referred to and by such reference made a part hereof. The work Ca be dnn^_ is shown upon plans a°.d :;necifica',:ions entitled ~~ ^city of nanchn cucamon,~a P.C.C. restoration and repairs to /3~!SE' UN 6 ppp rnvad ~-/5-80 which s'nid project plans and sp~:ci fiealiom; are he rely made n part. of this contract. ~~ ~ , AP:f IC LC CI--1'au said party of the Cirst poet hereby Promisc> and a;recs '.+i th the said C.;n rr oc COr eo en~,tl v;., and do vs hereby employ, Che said C~ntrac- tor to pcUV idn [I,e n.;Wria is anA [o do tho work ncco rd ins eo the terms and cv miit icon h~~r~~i;t co nla In ~d and re Fv rrcd to, for the prices bcrcinaC[cr sue (1n'Ut, and hu re'uy tor. tracts to pdy 'he sa:cn n[ [Ica Cimo, in the na nnae and upna tl,~_ cvndi Ciun^ im r,+in eat Cv rcit; and ehr. sa i.d parties (or [h,:mselw~s, their he is s, r:mcu:o n:, n+!~ain i,;cra to n, sue ce ssn r.; and assi„ns, do hereby agree co cite full pe rCvr:ranca o'.' ehe covenants herein contained. C-1 ARTICLE III- Plinimum Wage Ra Ces on file with the City, is hereby sp eciEicnlly referred [o and by Chis reference is made a part of [his contract. IC is further expressly agreed by and between the parties hereto that should there by any conflict be [ween the terms of this instrument and [he bid or pro- posal of said Contractor, Chen this instrument Shall control and nothing here- in shall be cons id tired as an acceptance of [he said terns of said proposal con- flicting herew S[h. ARTICLE IV-- By my signature hereunder, as Contractor, I certify chat I am award of [he provisions of Section 3700 of [he Labor Code which require every employer to be insured against 1lability For workmen's compensation or [o undertake self-insurance in accordance with [he pzovis ions of [ha[ code, and I will comply with such provisions before commencing the performance of the work of [his toner aet. ARTICLE V-- An the said Contractor agrees [o receive and accept the Onit or Lu ~o Sum Prices bid as full compensation far furnishing all materials and for doing all Che work contemplated and embraced in this agreement; also for all loss or damage, arising out of the nature of [he work aforesaid, or from the action of [he elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in [he prosecution of the work until its acceptance by [lie City of Rancho Cucamonga and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspen- sion or discontinuance of work and for well and faithfully rompleting the work, and the whole thereof, in the manner and according [o [he plans and specifications, and the requi remen[s of the Engineer under them. ARTICLE VI--The Notice [o Contractors, and the Bid Proposal are hereby in- - corpora[ed in an made a part of this Contract. C-2 Lt lJi n~e::a Idhe roof, the pa r[ics oC these pr..•se ncn hnvo hermm to zet [heir hands chc year and dare first auovc writ ltn. cxn or• r~.v~cto ccc.a;ovca BY ~_t~~ City Engineer ENL%~H/c cF'/Z Pu3~fC wcR~S c-s : ~ .. Premium: CITY OF AL\G;'.0 CUC,L iD2~G:1 PU ELIC COST24CT U BOR ASS A&+TF:d1AL5 KNO'd ALL :I E;7 BY TiSESE PnES E;;TS: That ~~ , as and hureinaf ter referred [o collectively as "Principal," and _ a corporation organized and existing under the laws of the S[a te. of and duly authorized to transact surety ~,;' busi r.ess in the State of California, as, and hereinafter referred to as, "Surety," are held and firmly bound un ca the City of Rancho Cucar.,nnga, here- inafter re Eerred to as the "Ci ry," in the sun of $ , for the payment of which Principal and Surety bind themselves, their heirs, adninis- ' '[rotors, successors and assigns, jointly and severally, as follot,~s: ' THE COSDIIICN OF THE ABOVE OBLIGATION IS TIu1T: ' ~ WHEREAS, Principal has entered into a contract dated l9 _, t+ich City Co do and perform the following, generally described work, ' which is mace particularly des crihed in said con trot [: ~~ For the P•, C.C. RESTORATIOIJ AND REPAIRS TO kY;C'~E..S, Pri.r,c ipal shall cor~ence and complete the co nscruttion and -, ins ca lla ci on of such improve;aon [s provided in said con[r ac t; and NO~~%, 1'IiEd'c:02E, iE Yrinci pal shall pay the ConCrac to r, his sub cant ractor, and all persons renting equipment or Eur nishing labor or~materials to them • for such improvements for the full cost of such improvements, then this ' oblig ac ion shall be null and void. P P.OV IIJ I:D, IIOiiZVE!t, i[ Principal shall nut pny [hc subcan CrncCOr au,! all • persons renting eGuipm enC or Curnish ing labor or mace Cia is to them for such improve cents for ehe fn11 cost of such iatpravmcon cs, Lhen Chis obligation sba 11 rann in in full force and eEfe~t .nd s'ucit Con RacLOr, subco ncrac W r, ~~ and pa r.~.o n:; s::a l1 It.:vn o direct right of acCion againsC [he Yri;tr, i.pal and Sure C/ utt d,:r Chic obli ;,t t. is n, subj cr,t to tha priority of Cicy. C- Q a. i'i(U1'LI1CU }UI~I'IIIai, IIUIiL:'I.::, that :;arc[/ 5LipuJ eLe9 acrd agnv^; ILaL nu ch dngu, cr.e rus ion o: tuna, al t.•raeion ur moJiEieali mt of ehu contract Jueu- mmtts ut uL the work [o be pcrformcJ thu ru under shall in nny way aCCue[ its obi ige ciao on [Iris Lo nJ and it noes beraby waive nvL ire oC any such change, ca ena imt of ti:oe, al [era[iun or modlf ice Lion of Che con Crac[ doe unier.[s or of work to be pee Co reed thcreunJ er; and . PIiO:'IUCD fL~P.1'IiLR [Lac in"case suit fs brought upvu this bond by [Ice City or any ocher po rson who may bring an action on this bond, a ruaso nab le - a[to rney's fee, [o be fixed by the Court, stall Le paid by Principal and Sure Ly. TCJ WI11T55 l1klLitL'OF, Princlp al and Surety have caused these presents Cu -~ be duly signed and sealed [his day of 19, SlJ12E'fY: (N,V L) BY; __ ACLO C6Cy-111-}'dc[ (SEAL) Address of Sure cy: PRINCIPAL: (NX1E) BY: . ~ ` Add rnss of Principal: ' iGi ty Attu fn ry -_ Gay Ln,;i nacr~ ~ 5 • MODIFICAIUJNS TO ~ ' ' STAilOA RO SPECIFICATI Oi1S FOR - PUDLIC 470 RK5 CONSiRUCTI OtI PRE F;.GE - STANDARD SPECIFiCATI OiIS ANp STAiIDAP,D DP,AI•l Ii.GS The Standard Specifications for Public 4fo rks Construction wri Cten and • p romul9ated 6y the Southern California Chapters of the American Public 'dorks Association and the Associated General Contractors of America - shall 6e the Standard Specifications of the City. A LP.rwork shall conform to the 7,879 edition, including supplements, of these • Standard Specifica lions, the hledifica tions to Standard Specifications for Public Ole rks Construction and Standard Drawings as issued by the City availably at the time bids are opened unless otherwise - speci`ied in the Contract Documents. Thz abo•re Standard Specifications, Modifications and Standard Crawings ~ - ' are hereby made a part of the Con Tract Coc omen ts. For the eenvenience of the~Contracto r, the section and subsection numhe ring -' systzm used in these Modifications corresponds directly to that used in the Standard Specifications. .. ~ ~ '~ SECT IC.. 2 - SCOPE 4tJD COtJTROL OF THE 4lORK - is amended as follows: , Z-1 Award and Er.e cation of Contract ~' 2-1.1 Proposal Thz proposal shall~be fully executed and submitted en the fo rns provided by the City and shall be marked and addressed as directed in the "flctice to Contractors". ~~ r''. If the proposal is nia de by an indi vidpal it shall to signed ~• and his full name and address shall be given; if it is••~made by a firm it shall ~ - bc signed •,ri th [hz co-partnership name 6y a general partner th creof, who shall ~~ also si,n his arm name, and the wme and address of each member of such co- ' pa rtr.e rship shall be givr.n; if made by a corporation, the name of the corporation s1:a 11 be sinned by its duly authorized officer and a[te stud by the mrporo to seal. The ap{:ropriato acknowledgment must also Le signed before a notary public. ~' Bidder are warned against making erasures or alterations of any kind cn their Proposal. Proposals r~+hich contain mnissicns, erasurers, niter- . aliens, cmrdi liens or add it Tens not called for may be rejected. , . At the tiro that thg Contract Ag re ^_~~~en[ is executed 6y thz City, the Cantrcc t:r shall hz lieen sad undor the provisions of Lha pter 9, Division 3 53-1 ±.... -. r • of the business and Professions Cade of the State of California to do the type ' or work cen temp lated in Lhe Contract and shall be skilled and reyu larly enca god in Lh^_ c, en oral class or type of work required by this Contract. 2-1.2 Examination of Plans, Soecific ations, and Project Site -- ~ Bidders shall rend the specifica Liens, examine the drawings, and make their oron estimates of the existing facilities and the diffirul ties which v;ill attend the execution of the work called for by the proposed contract, including local conditions, uncertainty of weather, and all other contingencies. Bidders shall satisfy themselves by personal examination of the locations or the proposed work, and by such other means as they may choose as to actual cen di lions ~ and requirements and as to the accuracy of the quantities stated in the Proposal fo ns. Info nra Lion derived from the maps, plans, specifications, profiles, or drawings, or from the Engineer or his assistants (or the Architects or their assistants), shall not relieve the bidder of this responsibility, and the ' . in;erpretation of the data disclosed by borinos or other preliminary investi- ~ ga Glens is net guaranteed or any liability assumed by the City. 2-1.3 Interpretation of Drawines and Documents ~ ~ . If a prospective bidder is in doubt as to the true meaninn ..' or intent of any part of the Contract Documents includine, the Specifications, t or discovers discrepzn ties in, or emissions from, the Specifications or Drrving s, he may submit to the Engineer a written request for an in to rpre- to Lien or a correction thereof. Interpretations or corrections of the .. Conirzct Cocumen is includine the Specif ica Lions and Drawings, shall be ~ ' made an ly by adder dun duly issued by the Engineer, and a copy of such addendum will be sent by certified mail, postage prepaid, or delivered C to each person receiving a set of the Contract Documents r:hose address ~ ' is kncom to the Engin_er and such addendum shall be considered a part o` and into rporat'd in the Contract Oocumen ts. 2=1.4 Aorz rd of Contract \~-~ After the Proposals have been submitted, they will be •' checked far accuracy and compliance with all provisions as specified herein. - ~ The City reserves Lhe right to reject any or all bids and to waive any infonr,ality or irrenularity•in any bid received and to 6e the sole judge of the merits of the respective bids received. ,,. '.. Award of the Contract, if it be a~sarded, will be made by " ' the City Enq lneer as soon as possible after receiv ire the bids. Award will be '• made to the lowest responsible bidder who can complete the work in the shortest ~~ possible time. ~ r In sel rc ring the lowest responsible bidder, considcroGinn will be riven to tl~~e general compc`eney of the bidd er• for rile pe rfernia nee of the work coon red by the proposal. To receive favorable consideration, a ~. bled er r,:ay be re ,ui red to present ev ;donee [hat lie has successfully perfcrnted sicn lar work of con~~pa ra ble ma rn itu Ce or submit other evidence satin r'ac to ry to the City t!•.at i•~~: or his assecrates e.re per orally corn,,^,e tent to man ace [ha pro- ~ ` pcsed un~!ortaking and to carry it forv:ard to a sur.~essful co,ulusion. Pr•o- ' tessronal integrity and heronry or purpose si~all to essential requirements. ,' SS-2 ~. '' A shun ing or adequa to financial rr. ~•ou rtes maY be required but v+ill not alone .' determine e;hether a bidder is eom;~e tent to undertake the proposed worY.. _ Only manufacturers or contractors of established reputotien, or their dull authorized dealers or ag en cY, having proper facilities for the man ufacw re of the materials or equipment and for servicing same, or for - proper e:<ecu ti on of the work called for in the contract, will be considered in making the award. -- 2-7.5 Execution of Contract A bidder whose proposal is accepted shall properly sign _ a written contract agreement v+i th the City on the form of agreement attached hereto and return said contract together with good and approved bonds and .. ~. `._ insurance certificates as required by the Contract Oocumen is within ~~ calendar days from the date of a notice from the City to the ~ - bitlCer of acceptance of his proposal. ~. Cen trot[ bonds and certificates of insurance, if required, shall be filed in all instances before delivering any equipment, materials, or performing any work unCer the contract; also before any purchase order shall he issued. If a bidder whose proposal is accepted fails or refuses to enter into a contract as herein provided, or to conform to any stipulated requirement in connection therewith, the a•.+ard ~,vill 6e annulled. At the discretion of the City an award may be made to the bidder whose proposal is next mast acceptable to the City, and ~~ ~ such bidder and his surety shall fulfill every stipulation embraced herein as if he were the party to whcm the first award was made. A corporation towhich an award is Wade may he required oefcre the ten tract agreement is finally signed to furnish evidence of its corps rate existence, of its right to do business in California, and of the author ty of the officer signing the contract and bends for the torporatimr ' .tc so sign. tr• 2-5.2 Ccn tr ict por, wnent; Should it app car that the work to be done or any matter SS-3 r • relative thereto is not sufficiently detailed or explained by the sPecificatiens the Canty ctcr shall apply tc the Engineer for such further er.p lanation as may - be r,e cessary and shall conform to ;u dr explanation cr interpr^_to tion as part o` thz Contract so far as rosy be consistent with the in t_°nt of the original .. plans and specifics ticns. In the ev er.t of any disc repan cY be tare en any drawing and the fiyu yes written thereon, the figures shall be taken as cerrec t. C SECTI CIf 3 - CHr"JlGES It! YIOP~ ' is amended as follovrs: ~~ 3-5 Oisoutzd 'dork - 3-5.1 Retention of Imoerfect Work If any portion of the •:rork done or materials furnished under C - the cor.trac*. prcves defective or not in accordance erith the spectifitatiens and co n:ract dra:rin es, and if the imperfection in the same is not of su`fici ent ma,n itude or it„percan ce to ma k= the work dancere us or and=rsi table, or if Lhe rev.ovai cf such wo rY. is unpra cti ca ble or will create conditions vrtrich are don cerau, ar undesirable in the opinion of the engineer, the Engineer shall have the right and authority to retain the work instzed of requiring it C to be rece ved and roc cos truc ted but he shall make such deductions therefor in the payment duo the Lcntractor as may be just and reasonable. -. ~ SECT: CfI E - PROSECUTIC~7, PROGRESS Ai10 ACCEPTAilCE OF THE WO R~ is amended as folio+rs:~ ~ t .~ 6-1 Lenst ruc Lion Schedule anC Cec: e.^. cz~~°=••~`, of her; ' The Contractor shall furnish a ~:rork schedule for• the Project to the Eny ineor as a cenditicn far tl~e issuance o` a no foe ~ t co rs tru cticn permit by the En yineering Department. The first vwrkinn day of the contract shall 6e 2 " working days after the date of Plotice to Proceed. ,~ %, k 1 .. l t SS-4 6-8 Comnl etion and Acceptance 'phe Contractor shall be responsible for , a period of z7 days otter acceptance of the work by the City such that defects, which appear within said period will be repaired, replaced, or corrected by the Contractor, _ at his own cos[ and expense, to the satisfaction of the Engineer within thirty C30) , days after written notice thereof by the City. ~ ~ - SECTIO~i 7 - RESI'OIiSIBIL ITIES OF THE COiITRACTCR is amended as fol lors : ~~ 7-1 Contractor's Equipment and Facilities ' ~ 7-1.1 Con trac f.or's Resconsibility for Mork until the for,t:al acceptance of the Work 6y the City, the Con- tractor shall have the charge and tare thereof and shall, subject to the in- ' suranc^_ protection furnished in accordance o-rith 7-3.2 hereof, bear the risk of accident, loss or damage to any part thereof by acticn of the el em_n is ' cr frcri any oUi^r cause vibe they arising from the execution or from the non- ~ __ exe cutien of the r;ark. The Contractor shall rebuild, repair, restore and . n them;ise correct danages [o any portion of the r;ork occasioned by any of tl~,e above causes before its acceptance. ~~ In case of suspension of v+ork from any cause whatever, the Contractor shall he responsible for all materials and the proper temporary storage theroa `. 7-1.Z tlotice and Service Thereof Any notice required or given by one party to the other under tl•,e Contract shall 6e in mri ting and sha91 6e dated and signed by the party giving such notice or by a duly authorized rrpresen tative of such party. Any .' , such notice shall not be effective for any pw~puse whaCnver unless served in tha ,fol lowing r:anner: L'otice shall be !liven Lo Lhe City by pci ;anal delivery thereof Lo tlr~ Fnginrw• or L•y de~~,osiLing thu wine in Lhe Unitud SCala:. snail enclosed in a smlcd en volope, registered and tvi Lh pos tayc prepaid, addressed to: ~ -- City ^rginner City of Rancho Cucamon,a ),iLU fia sc Linr _ It.ur.a:o Luca mcn,a. Ca. 9l;UI SS-5 t, r settee shall be. given to the Cen p'ictor, by personal delivery thereof to said • Ccn L actor or Lo his au Lho rued r~i~res en Wtive at the site of thr. proj uct, or by depositing the same in the L'ni Wd Std±es P1ai1, enr,loscd in a sealed envelope addressed to said Contractor at the address established for the conUUCt of the ~~ wm't: under this Contract, pas tage prepaid and registered. ~ Notice shall be given to the Surety, or any other person, ' • by persa nal delivery tc said Surety or other person, or by dep csiting the same in the Unit^_d States Flail, enclosed in a sealed emmlope addressed to such Surety or persons at tl;e address of said Sure Cy or persons last communicated ~~ ~ by him to the party giving the notice, postage prepaid and registered. ' 7-1.3 4;arranty of Title ' ~ No materials, supplies or equipment for the uro rk under this Ccn tract shall he purchased suhj ect [o any chattel mnrtga ee or under a con- ditional sale contract or other ay reement by urhich an interest therein or any ~ " ~ < part thereof is re tair.-~d by the seller or supplier. The Contractor wa rran is [leer and r_,ood titi2, to all materials, supplied and equipment instal lad and ' incorporated in the v;o rk, and agrees upon completion of all work to deliver the premises, together with all improvemen is and appurtenances constructed ~~~ or placed thereon by him, to the City free fi•om any clams, liens, encumbrances ~~ ' or charges, and further agrees that neither he nor any pe rsnn, firm, or tor- pora:ion furn ish my any material or labor for work eevered 6y the Contract ~' _ shall have any right Lo a lien upon the premises or any improvement or ,~ ap?u rten an ce thereon, provided that this shall not preclude the Contractor fran installing metering devices or other equipment of utility companies the title of which is commonly retained by the utility compan Y~ Nothing ~ contained in this article, ho~eever, shall defeat or impair the right o` ~ ~ such persons furnishing materials or labor under any bond given by the Contractor for their protection, or any' right under any law permitting ' such persons to look to funds due the Lontractor, which are in the hands cf the City. The provisions of this article shalt he inserted in all subcon Lracto rs and material contracts, and notices of its provisions shall _ be yivrn to all persons furnishing materials far the work when no formal ~ ~ ~ contract is entered into regarding such materials. y_p (Blank) , • ~ l l l Ss-G 7-3 Insurance 7-3.1 .Liability Insurance ;t' The Contractor shall, a[ his expense, maintain in offz cf at all owes durinrl Lhe pr. rformancr. of work under the eon tracC not less th mr the following coveraye and liini is of insm•ancr., which shall be maintained with insurers and under forms of Dolicies satisfactory to the City. - 4!o rk cr's Cc~oen sati mr and Gnu ey rs, Liability 4lorke rs' Conipesn do n-coveraye as required by lr.~J. ' Employer's Liability-limits of at least 5100,000 ~ - ~~ ~ per occurrence feia reh~nsive 6odi1 in,jurv Liabilit H utomo ile- 5L0 ,Z`PSU eat person 1500 ,OCO per occurrence (R) General 55C0,000 per occurrence ~ __ Comorehen si vc Prcoer tv Dama~ie Liabili~ ~ • Zk /lu tamnbile- 5500,000 per occurrence ' (B) General - $500,000 per occurrence A11 of the Contractor's policies shall contain an endorsement providing that • written notice shall be given to the City at least tlii rty (30) ca ler,dar days prior to Germination, cancellation or reduction of coveraye in the policy. - The bodily Injury and Property Oamage Liability policies shall contain the follo~nir,y: ~ ~~ ' 1. Provision or en dcrsement naming the City as an additional named insured as respects liabilities arising out of the perferrwncrof any work unoer t!•,e Contract, and pravidinq that Such insu rant= is primary insurance as . respects the interest of the City, and that any other ins urrn ce maintained by the City in excess and not con tribu tiny insurance with the insurance required hereunder, - - 2. "Sevcra bili ty of Interest" Clause ~ ., 3. Elimination of any ercl usion reya rding loss or dama0e to property caused by er.plosion or resultinn from collpase of buildinns or structures or dama rr Ce Property unrJerground, comnonly~re fe rred to by iRSUrors as Chc "XCU" hazards. ~ •~. . '4. Provision or rn dnrs rmrnt stating Lhnt such ins m•a nr.c, subj ort tp all of its olhcr Lerms and cmuli Lions, applies to Lhe liahili [y assumed by the Contractor undr,r Lhe Contract, includiuy ~niLhouL limitation LhaL set forth in see Lion enti Lled "Ire tinnily." Pro~~rp tly on exe u.Lion of the contract. and pri m• Lu cnlrn~.r n c!aar nt of any +;o t•k Lho Contractor shall dnlivrr to the Ci Ly crrtifica [cs of insurnnc c. Such c r. rtifi~a Les shall nio ie ref errnce to all suUr previsions and r.nda rsenr~>n is re fr rred to above, and shall be signed on behalf of the invn•nr by its an:hnrized rcprnsonlativc. TI; r, Gm U'actor a{lrces, upon writLr:n request by the City Ur furni si+ cupi r.s of such policies, certified by an au Lhorized rep- res ^_nta tivr. Co the insurm•. SS-7 Y l f Tlie forugoing rrquirements as to I4e typ^s, liiniis and the City al:prnval of insurance coverage to he main t~:ined by the Contractor arc not in to r,drd to and shall not in any manner liidit or qualify the liabil iLies and obliya- tions asswned by the Contractor under the contract. The Centractor shall use diligence in requiring and verifyir.9 similar incur- ~ ar,c es to the foregoing on the part of its Subcontractors. 7-3.2 Property insurance ' ~ ~ The Con irac t~;r shall purchase and ma it tzin ~ Property insurance upon the entire work at the site to the full insurable value thereof. This insurance shall include the interests of the City, the Contractor and Subcontractors in the work, and shall insure against the perils of Pire, Extended Coverage and Vandalism and Malicious Fli schief. Any loss deductibles in'the insurance contract shall be borne by the "~ Ccntra cto r. ' by ~ Cx elusions in the policy shall be anv tools maned/c~echan its or any item o~:+ned or ren tcd by the Con trot ter or any Subcontractor, the capital value of which is not includod in the Contract sum. . Any insured loss is to be adjusted with the City and made payable tc the City ~. as Trustee for the insureds, as their interests may appear. '. The Contractor shall keep this coverage in force until the building is oc n;piad ,~~~~ .or until the building is attepted by the City and coverage of the City becu:r.es effective, whichever occurs first. The policy shall contain a clause ivinc thirty 30 da•s notice ~ t 9 J 1 ( ) l of cancellation or non-renewal, to the City. Any policy or policies of insurance that the Contractor nr his Subcontractors elects to carry as insurance against less or dama.ee to their co nstruc lien er,uip- rent and tools or otL•er personal prcperty used in fulfillment of this contract shall include a prevision waiving the insurer's right of subrogation against the •. Lity• 7-5 Perrii `s Each Contractor rniftlo.ved upon tba work, general or sub, nmst have ur obtain a valid City Of Rancho Cucamon ga~Hu$ihe ss License. 7-G Tl~r Cnr,traci,nr'S R~mr;Cnfn~iar arldrrs:. ana brainrss andchraeettclc~~~rtehnu~uhers11ofltlhrr,I~rrrlunrrcSeritl~ititle fotle~ tho iaa in tenar,ce of barricades, tru flit control signs, ligit is and other safety Devices, 7-10 Pui_i ir. Conv=r.i cr_cc and Safety 7-10.1 Tra ff i•t doll Ar. r.css '-- ---- r Thr Cun tractor sl~,all provide Lc:npora ry "flo Pa r':ing" and all SS-p other signs which may be deemed necessary for the safe and orderly conduct of vehicular traffic as dire tted by the Engineer antl as specified herein. He shall also provide a barricaded area in the parking lane for pedestrian. traffic during such time as the parkway is unfit to be used for pedestrian traffic. The Contractor shall maintain access to local drive approaches, at all times, unless otherwise approved by the Engineer. The Contractor shall provide access far refuse collection on the regularly scheduled days. He shall also facilitate or assist in the collection where such work is hampered by his operations. 7-10.3 Street Closures, Detours, Barricades The Contractor shall not close a~ street within the City without first obtaining the approval of the Engineer. Barricading, traffic control and detour diagrams shall be sumitted 6y the Contractor as required by the Engineer. The Contractor's attention is directed to the traffic cenirol requirements of the Special Provisions. The Contractor shall provide and install barricades, delineators, warning devices and construction signs in accordance with the Model Work Area Traffic Control Handbook (WATCH) prepared 6y the Southern California Chapter of the A^erican Public Works Association. During adverse weather or unusual traffic or working conditions additional traffic devices shall be placed as directed by the Engineer. All traffic signs and devices shall conform to the current State of California, Department of Transportation, "Manual of Warning Signs, Lights, and Devices for Use in Performance of Work upon Highways", unless otherwise approved by the Engineer. The Contractor shalt provide and maintain Class II barricades c lcn excavation edges parallel to the flow of traffic at a spacing of twenty- five feet (25'). Class II barricades mounted with flashers shall be installed around work areas in parkways. Class II barricades shall have alternating black and refl ec torized white (or yellow) stripes at an angle of 45 degrees. The stripe width sha 1 6e four to six inches (4"-6"). During paving operations barricades may be supplemented with mini aum size eighteen-inch (18") high traffic cones and delineators such that spacing to to-+een bar ricedes and/or cones or delineators is no greater than toien ty-five feet (25'). Rt all access paints cuh as intersecting streets alleys and driveways, barricades and/or cones shall be provided aL five-foot (5') intervals so as to prevent vehicular access to the paving area. Where access frcm an intersecting street is prohibited, a "Road Closed" sign shall be provided at the nearest prier intersection. "No Left Turn" signs shall be provided wherever required by the Engineer. Vlh en one -taay access from aside street or alley is permitted, boccie,: <!es and cones shall he provided at five-foot (5') intervals for a distance of fifty feet (SC') an either side of the centerline of the intersecting street, or alley. 55-9 ,.-,.. Should the Contractor fail to furnish a sufficient number of traffic and/or pedestrian safety devices, the City ~nill place such necessary items z,,^,d the Contractor shall be liable to the Li ty for providing such devices, f in accordance with the following provisions: 1. Far placing of barricades - $5.00 per barricade for the first day or any part thereof and 52.OC per 4arricade per day for each day thereafter or any part thereof. .~ For flashers - 52.50 per flasher for the first day ar any part thereof and $1.00 per flasher per day for each day thereafter or any part thereof. ,. For traffic cones - 51 .CO per cane far each day or any part thereof. 2. In the event that the services of the City are re- . quired between the hours of fi:CO P.Fi, and 7:00 A.FL, during the normal week or at any tin~.e cn Saturday, Sunday, or a City holiday, there shall be an .. additional charge to the above sat forth minimums of 525.00 for each service trip required. ' Judgn•~ent as to adequate or sufficient barricading shall be that which is adequate or sufficient in the opinicn of the Engineer. The Contractor shall relocate, preser•:e and maintain the visibility of all existine signs within the project limits which affect [he fl e>r of tra ffie, as directed by the En n'ne~r. Any signs .rh ich arr• da:,ayed or fcund to be missing during the course of constructicn shall to replaced by the Contractor at his expense as directed by the Engineer. All other signs that into rfzr_ with the course of 'pork and are not necessary for the safe flow of traffic will be removed and replaced by the City. Tre. ff ir. con fret signs include Slop Siyns, Speed Limit, Parking Restrictions and other reyulatcry signs. . 7-10.4 Public Safely ,~~ ' 7-10.4.3 Edison Enemized Condu7.?ors Contractor her^_by pror,ises and agrees that in the per loon an re of the work specified in this con'; ract, it will employ and ur,ilrze only qualified prrwns, as hereinafter defined, to rru rk in prc:<iaii ty to ECiscn's secondary, prima ry and transmission facilities. Than tor-a "qualified pr.rson" is defined in Title II, California Admin- istrztive Code, Secticn 27C0, as follows: "qualifi.^.d p^. rs cn". A Gerson ~~~ho by re35nn o` experience or instruction is farailia,r with the opera[ion to to pe rfo rood and tl~~c hazard, involved." C SS-Iu • Cvn U'ac tvr rurther promises and an reel that the provisions of this paragraph • shall ce and are binding upon any subcontractor or subcon trac [o rs that may be retained by it, and that co ntr ~r,tor shall take Such steps as are necessary to assure ccmpl fiance by said subcontractor or subcontractors with the requi rer..e nts of this paragraph. - 7-10.5 Emergency Provisions -- Unusual conditions ray arise on the work orhich will require ' that i¢me dia to and unusual provision 6e made to prv toot the public from dancer __ • or loss or damage of life and property, due directly or indirectly to the prosecution of the work, and it is part of the serrice required of the Contractor. - to make such provisions and to furnish such protection. ~~ ~ Whenever, in the opinion of the City, an emergency exists ~~ - arain>[ si'n ich the Contractor has not taken sufficient precaution for the safety or the public or the protection of utilities or of adjacent structures - • yr property whic'n may be injured by process or constraction on account of such _ neglect; and whenever, in the opinion o` the City, inaed is t^ action shall 6e considered necessary in order to protect puhiic or private personnel or property int^_r^_st, or prevent likely loss of human life or damane on account of the operations under the contract, then in that event the City may provide suitable - protection tv said interest by causing such work to be done and material to be furnished, as in the opinion of the City, may seem reasonable and necessary. ;~ Said protection will be provided 6y the City at the expense of the Contractor.. ;. - SECT 10;1 9 - IAEASUREiIEIiT APIO PAY}1Ei'IT is amended as follov~s: . • ~ 9-3 Par'~t 9-3.2 Partial and Final Pay^•. ^.nt ~`~ ~ On the twentieth (20th) day of each month the Contractor ~ ' shall su".wit to the City Enc ineer •a rrritt en prc,ress es timat=_ of the raa rk ' cs^qrl n. [ed. The City Engineer :rill review the estimate and appr o•:e it or ~~ - " notify the Cen [roc for of any exceptions. No such progress estimate will he required nor payment will be made when the total ny;,rbe r. a` working days is taentyfive (25) or less or when the value of the work totals 2 __ less than five hundred dollars ($500.00) and full payment will be made '' days after acceptance of work. ~ ,. _ ~~ 9-3.5 ~;lo rk Perfc raid ldi tbcut Oirrct Pa v.~,ent ' ~ 4ihcnever the Contractor is required to perfmr~r vro r4: or ~, ' furnish eqn irrvc nt, latm•, tools and mal.^rials of any class for which no pare rs fixed in [I~.e Proposal, iC shall to under ;toad thaC such work, - ' e~;u~p,ren`., labor, Ycois and materials shall he provided without extra d~,]r ;~, nllcmanon, or direct poyre,ent of any kind. The cast of p~:r ;'9r~: hi9 such wor4: or furnishing such e;uiP. ,~~ent, labor, tools and r,nte r'.al:. shall bg included in the unir hid prices in t'no Proposal and nc addittanal ctm;;e nsa[ror. eriil he nmde therefor. - SS-II f SFI=CIA4 2ROVI510~5 f P. C. C'. RESTORATION 6 REPAIRS TO /~Po2TN s~pC aF BASr" Ci~~ YIES% of r~2~-ER t s+^ o ~ 4c.. ~ ~. ~. < ~.'E~+avE ~lwv /L Fj'cgcE- ~~- Vflvt~,aEa/T 6 5a1cK F'~C, C, wiTN .y c GC. f A. COVTR:\CT DRA'::IVGS ADD DESCRIPTICM1: ~ Sheet \b, Desc ri oticn vo.V6 - 11. G@Y.!°?. ;\I, ~t\TURG OF TIf[ WQA:C • The work to be performed under this contract consists o!: l The reconstruction of street improvements, and all appurtenant work necessary to - complete the improvements as shown and as described in the Plans and Specifications for NoR7H sr0~ n~ ~+,Se r.i.~E wG3T o~ >~~-.r,e"Z Sl'-I TI?:E OF COf1PLETIOY AiJD LIQUIDATED DAr4AG ES As set forth in Section 6-1 of the Standard Specifications and as modified by the City, the time of completion of this contract shall be ~ working days. Attention is directed to the provisions of Section 6-9 of the Standard Saecificat'vns which stipulato that liquidated damages of ~y- do~lars ( 1 per calendar day shall be deductetrYro^~i19- compensation due to the Contractor should he fail to complete the work required by the terms of his contract within the time specified hereinabove, plus any authorized time extensions. PE R:'dI TS AIID LICENSES As set forth in Section 7-5 of the Standard Specifications, the Contractor shall procure all permits and licenses, including a license to do business in th=_ City, pay alt fees and give all notices necessary and incidental to the due and lawful prosecution of the work except the fee for encroach- ment permit which is waived for this contract. E. PU oEIC CONV EPII ENCE RND SAFETY This time shall be accomplished in accordance with the provisions set forth in Section 7-10 "Public Convenience and Safety" of the Standard Specifications except as modified and supplemented below: The cost for performing the work as herein described, including equipment, labor, toots and materials, shall be included in the unit bid prices in the proposal and ro additional compensation will be made therefor. The Contractor shall take ali precautions necessary to protect the public around the jobsite during normal construction hours and traffic on streets under construction during non-iaorking hours. 000'.D i7iATiD'r!'d1TH UT ILITSES AMD OTHER AGEiIC IES The Contractor, one week prior to starting the work, shall request the listed Public Utilities to locate their respective underground utilities in the area of the work to be performed. Public Utilities Southern Calif. Edison Lo. -986-5861 General Telephone Co. .. -989-1700 Southern California Gas Co. ~-984-1281 Cucamonga County lda ter District -987-2591 San Gabriel Valley t1 J:1.0. -969-2718 The Contractor shall notify these utilities 24 hours in advance of be,inning any excavation in the vicinity of the utility's facilities, Dff lll[Ti011 DF PROPOGAI. ITE'15 T iie u:,ft cr lu~~.ps h p~~i ces to be paid for the items listed in the prn;;osals shall include full ronipensa Lion for furnishing all labor, materials, tools, and eq~,ii pr~,nnt and doing all work involved in furnishing _ and installing the materials co;ap letc and in place, in accm~d ante with the details shmvn on the Plans and as specified herein. 5P-2 Item I(LOn timed) Tice Contractor shall not cover any sprinkler work done below the ground prior to Engineer's inspection of such work. The lump sum price paid for Removals, Clearing, Grubbing and Recon- struction shall be considered as full compensation for doing all work as specified and no additional compensation will be made therefor. All trees removed shall be cut into sizes easily manageable for movement and neatly placed for fu ther removal by the adjacent property owner. Item Excavation and Asphalt Concrete and P.L. C. Pavement P.emoval This item shall include unclassified excavation and the removal of asphalt concrete and P.C.C. pavement only, as shown on the plans. The provisions of Section 300-1.3 "Removal and Disposal of Materials" and Sec Lion 300-2 "Unclassified Excavation" of the Standard Specifications ;hall apply except as modified and supplemented below: 4lh ere the proposed paving is to join tha existing concrete paving the paving to be removed shall be sawcut a minumum depth of two inches (2") along the excavated edge. This edge shall be preserved during intermediate operations so as to present a straight, firm and unyielding edge against which paving asphalt may be subsequently joined and compacted. Should the Contractnr fail to maintain said edge, corrections thereto shall he made by additional cutting as directed by the Engineer. Vlh ere the existing pavement edge will be capped, the existing pavement at the edge of the excavation shall be cut to a neat, straight line at the designated location. Pa y~nr.nt for this ite;n, even though bid on a square foot6asis, will be mado for the quantity e5 timated by the City as shown on the Proposal Uidding Schedule. SP-4 All incidental parts which are neither shown on the Plans nor otherv~ise specified, and which are necessary to complete the construction of improvements as shown on the Plans and as specified herein, shall be furnished and installed as though such parts were shown on the Plans or specified, and no additional compensation will be allowed therefor. The scope of work shall include each item of work in the Proposal as described in the corresponding items following: Item 1 Rer:~~ovals, Clearing, Grubbinn and Reconstruction C The provisions of Section 300-1 "Clearing and Gruhbing" of the . Standard Specifications shall apply except as modified and supplemented below. The ~vork to be performed under this item consists of the removals, clearing and grubbing for the entire area except as noted on the - Plans. Removals to 6e included in the work, but not necessarily limited by the following estimate, are: moo? S'F . of ys. O c. c, ~,qv~ Nrt~.~ Removal of A.C, pavement shall be included under Item 2 -Excavation, and Asphalt Concrete and P.C.C. pavement Removal. c 4lhere concrete cu r6 is to be removed and existing pavement is to remain the Contractor shall take care to remove only those portions of the pavement required to enable the removal of the existing curb and recon- struction of the new curb and gutter. Sprinklers exist along areas where thr_ construction is proposed. The Lontrac for shall replace sprinklers damaged as a result of this work. The Contractor shall verify in the presence of the Engineer that existing sprinklers affected by the work are operating in the same manner as before removals. SP-3 C Item 2 (continued) C Suhgrade compac±ion specified for other bid items shall be included in ~ th^ unit price far that item. Payment for this item at the price bid per square fop tshall be considered as full compensation for doing all work as specified herein and no additional compensation will 6e allowed therefor. Ite~.t 4-Class ? Aggregate Base This item shall include the construction of crushed - Aggregate Base sho~,on on the plans. The provisions of Section 301-1 "Subg rade Preparation", and Section 301-2 "Untreated Base" of the Standard Specifications shall apply except as modified and supplemented below. Thic:<r.ess as specified on plans is compacted thickness at the location and grade shown on the plans. Gradation and other requiremen is specified in the provisions of Section 200-2.1 through 200-2.3 of the Standard Specifi- cations sha 11 apply. Payment for these items at the price bid per ton shall be considered as full co~apensa tion for doing all work as specified herein and no additional ccmpensa tien will be allowed therefor. Items 5,6,7,6,9, and .3 Thes^ items shall include the construction of Portland cement concrete curb, curb and gutter, sidewalk, driveway approach,cross-gutter, and pavement as shown on the plans and Standard Drawings. The provisions of Section 301-1 "Subgrade Preparation", and Section 303-5, "Concrete Curb, 'Aalk, Gutters, Driveways and Alley intersections of the Standard Specifications shall apply except as modified and suppl en~~e nted below: Concrete shall be Class 520-C-2500 as defined in Section 201-1.1.1, "General" having grading limits of combined aggregates for one-inch (1") max iraum as listed in Section 201-1.3.2, "Combined Aggregate Gradings ,"grading"C". , All Portland cement concrete improve•~nen is to be tonstruc ted per the above itm~s shall be cured with Type 2 curing compound. Class "6" mortar finish coat for curb shall not be required. Pays^ant for these hens at the price bid per lineal foot or square foot shall be considered as full conipensa ti on for doing all work as specified herein and no additiowl compensation will be allowed therefor. SP-5 1 Z ~) city of rancho Cucamonga I 6. ELEV. 6..-~ 1 CUPS UNE yZ a ,./ ~. ~1/l"PEq FT. SLOPE --~ 10. ~~ _ ... l ~~~~ D 1 Qe Q..:: _L 9'%° i STANDARD DRAWING GENERAL NOTES: I. Weakened plane joints shall be constructed not less than ID feet apart. 2. All curbs shall 6e constructed in accordance with [he latest addition of [he STD. SPECS. for PUBLIC WDft KS CDNST. unless otherwise indicated. J ~_ CURB ONLY 8" C. F. 301 city of rancho Cucamonga I' i Q. . . Q ., " ~ 18^ ..; ..~ ~II '6.. ,~ .'., .'., OI " ~ 19 CURS 3 GUTTER MONOLITHIC STANDARD DRAW 1 N G TOP GENERAL NOTES: 1. Weakened plane joints shall be constructed not less than 10 feet apart. 2. All curbs shall be constructed in acco rdan<e with the latest addition of the STD. SPCES. FOR PUBLIC WORKS CONST. unless otherwise indicated. l ~9~••~ ~ S" C.F. B w/ I~u GUTTER 302 city of rancho cucamon~a STAidDAt~® D~tAilVO R! G 7 ~~ .. iT .I I 5tov" 7:4 t/t~LIP ~4t.•PV n. '. BATTER mo t/z R \--,^*u f '..' '. "'`I` i.. .I .. .: :; ` ..I I -7".. .. ., .. I i ~ _L CURB 8 GUTTER MONOLITHIC GENERAL NOTES J 1. To be used whenever the flow line gradient is less than .600. 2. Weakened plane joints shall be constructed not less than 10 fee[ apart. 3. All curbs shall be constructed in acco rden ce with [he latest addition of the STD. SPECS, FOR PU6LIC WORKS CONST. unless otherwise indicated. 8" CuF.G ~/ 24u GUTTER 303 1 city of rancho Cucamonga ST'APIDARD DRAWING T.C. ELEV. CURB LINE I }} I ~ ~~stovs•~~ a 1 y4 ~u: .~ BATTER ~ ~ t~°LIP t. t I t~ R _'~_ ~ '~ ~- , T T z4 ---7~I m ~. I I... ~.. °'~' iL ~ ~.~~ I 9^ ..~ .~ZSN l CUR_B__8 GUTTER MONOLITHIC TOP OF PAVEMENT GENERAL NOTES 1. Weakened plane joints shall be constructed not less than 10 feet apart. 2. All curbs shall be constructed in accordance with the latest addition of the STD. SPECS. FOR PUBLIC WORKS CONST. unless otherwise indicated. ,~ CURB & GUTTER •, r~ ^9~^••' ` ~.~.•. »,~, -~: 12" C.F. ~-/24" GUTTER 30 4 l 1 '.,_._ . I city of rancho Cucamonga STANDARD DRAW 1 N G 1_ ,G•rwRw. r--ZWA B WEAKENEp PLANE JT. ~ I EA%ENEp PLANE Oq ~CDLD JT. I I W! Ir~ SIDEWALK ~ { I I I i I I ALiEgNATE XO.1 I µEAKENED I ~ ~ ALTERNATE ND.i ~- ^WixG^APPpOACN i~"~~pLANE Ji._-~~I I~~ lTRAIOMT APPp DAON A ~ { ~ I l A CDLD JT.OR~ I `~: ~ SCORE LINE ~ i'~~ CUq! l GUTTEq ' ~ ..•. poi wim n[wE ~% F w0 X ~ Woewioio iiAxE I t^ up v E.. Wo X-"'T(TYP.1 wt/t"PER FT. r-w! SECTION "A-A"' a SECTION "B-B" SIDEWALK ADJACENT TO R ' LOLO JT m LOLD JT. Op --10'-~ WEAKENED PLANE 1T. D WEAKENED PLANE 1T. ~' WIENENEO D I -~~ PLAN[ JT. 1 ~~~~ I ~-I SIDEWALK LDLO Jr.~~ ~- I Op SCORE I ~ LUR! t GUTTED X.5' ~ WP __~_ Xv:w~ a' e .e.:,- b .. ° .a,. .....e . .,.. ~-t/L"PER FT 1/I"fl .. . y'. t...i. SECTION "C-C" E" 'o~°"-fO srNncw '. wE N.EMEO PII.NE Jt.lx - E" Pw[E[ sm[xuw rouNE u•wlrx SECTION "D-D" .•^•ns. Iw aA P.,IS• ox uxT[x, SIDEWALK ADJACENT TO CURB ~ ~' ~~ '_ GENERAL NOTES: ' % = 3' unless oche rwi 5e indicated. Ton of X to be 5' min. Prom property line. Ws = 4' min., 5' adj. [o walls, 6' adj to curb. Wp = 12' min., 16' max. for I or 2 car garage, 24' max. for all others, total ' of drive approach arerc, no( [o exceed 40%; of frontaye. 1. All drive approaches shall be constructed in accordance with the la[e5[ addi (ion ' of (he STD. SPECS. FOR PIIOLIf. WORY,S CONST. unless oche rwise indicated. 2. Special dirvp approaches may be repui red on ;eve re water carrying Streets. R. 'dhen ins tallinn a p. A. where L E G exi ;(, the entire f, f. G Shall be rer•pved. ~ «;~.PlT~'~[[E -av: RES DENTIALOACH ~ ~J 1 -l city of rancho Cucamonga STANDARD DRAWING IN CUITR AIL ALTERXATE !" CUP! ON JIBN i, !Ef IILTCRNATE lECTICN !-!. RIDEWALN 1U'mpR. 11 0.UlACENT B iG 't ~DW -'l . l MGRLN[p IL AR[ li. ~ 1 ' I I SIDE WAIN I I I AGIALENT 1i ~ II I WE I 1 wux[xml TO LURE IL 1NE Ir.* E tote rt. I ll E IJ I I W I I R I I R 1 1 I scDRf ux[~'t L L_ B Wp CURB EE RR ENFp PLIXF j Ii, IR vpfwfLR lp GUTIER [II AN iIpx lr, EL to NfI DN lT. LINE UI Y/IfM 11f .1Y C.C \.. ID' OR C[X llq N pi[I CVIIE IE NRR 1p EE r M' YI.MRS ERpN rVLL 31R Eft CYq[ PWREp YDN OL IIN IC RI\X D[IY[ AIIRpgCN. l/L"R L E1 LF fp lEND Xl SIDIRA ~ Ill"R I'-W ^/ `I~I,~ LR. 1 l f" C T I~LIP ~- T 3 0 ~ O o LIE! !° !•• SECTION "E-E" SECTION "B-B" E%PAM lIDN 0.F, YT. ON 91TE .~ W'r[R rT. s' c r cuRj " 1 ur . . j" pR nr[ GENERAL NOTES: vAVING INDUSTRIAL ALTERNATE SECTION B-8 WD = 30' min., $0' max. total WD not to exceed 40; of frontage R = Width of parkway,)' min. WS = 4' min., 5' ad,j. to wall, 6' ad i~ tc curb. I. Ail drive approaches shall be cons Kn<ted in accordance with the Ia [es[ addition of the STD. SPECS. FOR PUBLIC WORKS CONST. 2. When installing a D,A, where curb and gutter exist, the entire curb and clutter shall hG re mu ved. ~ DRIVE APPROACH 3~ LI„ Nym.., E[..,ffEq T COMMERCIAL / INDUSTRIAL ~- STANDARD city of rancho cacamonga DRAWING I ..__, ~ j I 1 I t NOT CUN[ EENIIII TD EE t~1"N fDUE[0 NONDIITNIC ~W ~ 111 r'N' V.LM25 EEDN FULL Ei11ELT CUNE .ITN DI11EE I.ff11N1CN. ,/9 T "p .L fECE tD IEI,D fli EIDEMILN. ITl1Y'\- E" ° NrirtE E.. o p.. e: o O ~~1 L° Pw• tr S ~" -~ SECTION "B=B" c'^ r~ SECTION "E£" i EwY,_d~i-at ' J __ 8 ~~ f1~"~1{? 5 cc ~t.- f3-R GENERAL- NGTES' _ ~~ G 1 ~<r ~w'~~ 5 W =.30' m_in., $0' max. total W not [o exceed 40% of fronts e .D ..... ..._... _:.._. D ......._.._._ _ .._._. _. R = Width of parkway,]' min. WS = 4' min., S' adj. to wall, 6' adj. to cu rh. 1 ofl the15TD pSPECShe FORK PUPI.IC WORKST LONST,'n accordance with the latest addition , ' 2. When installing a D.A. where curb and gutter exist, the entire curb and gutter • ' shall be removed. lrN^SE~r•^ ~riw~ ,^y~Fw ~~4l, ews ~wr~-~o.++ 5-w) wE ay [..ear l $. 1^~u7 r L. nl c. cE.r 4N> ~LE~~.~1^. ~.tir,a ~c Lhr L~ G. yel^ 6~ P ~- mtuNy:N«r r.c.. aEE. DRIVE APPROACH ~ COMMERCIAL ~ INDUSTRIAL 306 city of rancho Cucamonga STANDARD DRAWING I IU'NUiI ^'-2Ww-'•I SIOEWNLK ~ 9 i6- R 1 1 I T'rL NE ll. '~~ ~ CN[M'[XEU rLLXF /~ \ )T. ~ [ErAM310N I (I NI XSION ~~ ~ ~ w• - // __ 101X} 101X} ~\ { I ~ `! _ ~CYNX L ~ ~'e NE•R EM EO rL •NE OViTIN MINI IN f10E11•LR i0 LIME Yr NILM li 3. IM 4X. 10. ON CF NT[N. ~-~E ze ~ I [xr•xsloN `10' ~--+ f0• ~ [PENSION fun• cvE[ r•c[ ~_,_ 1/t••Llr IOINi ~ LEVEL ' {_ LI N[ ^L/ 101X1 1/tom ~E~ II.-~ { ~~~ ~ ~ I ~.. r. [,LIEF [T MV[NFXT SECTION -A-A" SECTION "B-e" STD. ALLEY APPROACH f 30~ DETAIL "C" LY'NEDN000 ~~- Ip -- 10• J YC' N6YN 000 ME•OFE LET [L ~+ t" IIXL ,~ NEEOFE ~•___---_. _..-_y_~ ~_ SEE YE NEN•L/ ~ w'EEE OET.LIL"C" I '1'11 N YIE X0.1 ~~'~ N" 9.. i• r ~ STD. ALLEY SECTION GENERAL NOTES 1. .20' min. 1L-AR-4000 A.L. pavement on Compacted native material unless otherwise indicated on plan. 2. All approaches shall be constructed in ac<o rdance with the latest addition STD. SPECS. fOft PUBLIC WORKS LONST. unless otherwise indicated. '~ ALLEY - o E [n9m[.~ mow: /~~~{"'° APPROACH >~ SECTIONS 307 .I 1 1 J city of rancho Cucamonga SYANIDARD ~ ®RAWIRIG [~,. R .Vf1Eq ~ 11~vT~EgrNxsnx Jl. ~~ i ~, } ~ t / cl , •ITN CVq\ R : ^„E X[0 •T ~ F, Dx slgf Ex si\x\xu 1'." cve\ _ ' E __ ___ OVIIEq ~ ~ -~- Vr51gEEM NgNORgI vE°EargxslaN x, ~_ ., ^I ~I ~Yn^aarnx:,w JI.,DOIIELIN\ NPoVIRf O. ~~ ~ -~ (('v'1(.NEN{V .L.xl Dq CDLD !f. ~{\Dxnlx\ xf\mxf\ Ex Colo ln, a xuD. SPANDRAL rL i ~ I d -~- ~ -..r- ,. ---i==-= ~ SIT i GUTTER GENERAL NDTES~ a-a 1. Doweling shall be 3/4" di a., and 18" long and 12" o, c. 2, N11 spand rals and cross gutters shall be constructed in accordance with [he latest addition of the STB. SPECS. FOR PUBLIC WORKS CBUST. unless otherwise i ndica [ed. n ~~.g1;{f ~.I SPANDRAL ~ GUTTER 1308 ~ city of rancho Cucamonga 1 NDTE: pAMPS ARE TD 0E HEAVY BRODM FINISHED TRANSVEpSE TD AYIS OF gAMP. .I'l~~~~///// _ RE IW~ 1 ~: ~ ~1- I ENf1NElON JT. ~ R•Yf ~~ PARKWAY ~ LRENf NJi I urfxslm Jr.~ f~. SYANDARD DRAWING YVCwgM1~~~~ . IN CLG., I RFRRf NI w KERE WALK I rtAx[ B. I Ar. I I Ysn N.. •. ~// fxr,Lnslon Jr.~ / ~L / { gJ 1 EANEMEQ~~ ~/ w rLxME JT. ~~./ wEAREXEO TiI EErxn: fLNnE li i E' JT. •~ 1/Y1R fLOr~~I/f)~rlylL ~1/Y'R _ 1yeuR• d.,~W~~i„ rANNwIY i .1 __ t - TYP. SIDEWALK SECTION f.I NEE 1/T'Lir -.-1 TYP. RAMP SECTION i, GENF. P.AL NOTE ~, 1, hll sidewalk anA ramps shall be constructed in accordance with [he latest addi [inn of the STO. SPECS. FOR PUBLIC WORKS CONST. unless otherwise indicated. `-~ ,. ~ . SID~VHALK & RAMP 309 U " lAO~npr f.F... IJpE 0 N O b rn N ryN W G ~ K W n rm„ N P d J H ~ L '+ K ~ a ~ 0 ~~ ~ n ~o me ro an H M ~ r \Q COi'N, OF SAN i3~R~DINO EARL GOOOWIN -x$',, gr AaminBrariw Otf er COUNTY ADMINISTRATIVE OFFICE County Civic Buildirq ~ Ear 15] War Finn SnM San BPiwrdino, CA 92415 V141 3832018 March 3, 1980 BOABO OF SUFERVISOpE .lam L.nWrla, a.l,m,e ., ., vier nirmrr CY Lk Elwin . ....... .......GmgO:bkt dmu RwMPr ............. 1NNGivkl RoM10 Tavm~na ........ Feud, 0arrKt eoe Ir.mmaax ............... vim, nave, Beverly Authelet Deputy City Clerk City of Rancho Cucamonga P. 0. Sox 793 Rancho Cucamonga, California 91730 Dear M5 Authelet: Pursuant to our telephone conversation on March 3, attached is a copy of the agreement between the City and the County for building inspection services for July through September, 1978. Unless there is further action needed after you review this, I will consider the matter closed. ~~FRKHOFER Co. Admin. (~cer Fi cal Management, LK:nm w Very truly yours, ~ ~ ~~~/ Attachments +.! - C~, .,.. dX_r A~U;tiNiS'.:... _.. ... _... ~ ,~ '/ _ r~ ° ..~ G`~ C:TY OF SAY °ER'vAH OINO EARL GOO UIvIN ~ ~ ~ ~ ~~ P, i -~ .- ~ .o ~~ u. nor ..,, qe rr CO'vTR ACT TRANS>p1iTAL ~ it-itio ~ ~ 'i ,. .,..--~ .• ... ._ ~.... I 1_ ___ -_...___- ..__ _ ..__ .. _.---_ _.. re ` I~~ovx Gn• f]E•p-nmtu M1,.~ ip ~Y ar~wn.nto. ,..eal. .~e .rn rv 55.1.°- _ r. .._„_~.~,..•~.~. •~•ci : a r'..'.Is -Fed_r,l _ _____ ._.__ E rnalover l0= I"c,,.~,.e~'• .arn... 6 . Cou•ryctor ,.__ _ CI'P~ O° R1NC[[O_OO0Ah1ONGA_ Contractor's RcpresentaSiv=: LOREN [9ASSERh1.AN, City t4anager Address 9320 Baseline Road~ncho Cucamonga, -CA. _ 91701 Fito ne: 989-1651 r:ature of Contract lanefly de tcri,S2 rlre 5enera/ terms o7 1h= cnntrsctl Contract services to be performed by the County of San Bernardino from the period of July 1, 1978, through September 15, 1978. (Artarh fhrf frnnxmrnal m all runtracts not Prepared on thr. "Standard Conlract" lorm,l .~ County Cn•.~nsel oPl bqt l0+ Rev it•rvetl as to burl9el ex Penrlrtum 3/-78 _ _ __ _ __ __- County Arlminittrat ive Of brc-- ~-~~~-~--nnq. 1 m f ..:. .. t , CO;Ci i°. ttCT S?7;'.%i ~SS 'i0 155 i Y:i i1~i• ~?HU 151' TIfE CUi: ::: 1 O;' SAN B!:l2kii i!U 1!:O I'ii0~7 '1'HP; YCi270D Ol' ,711LY 1, 1978, ' '1'iIROUGH SEP'1'EPIDER 15, 1978 IVHER}L4S, the CITY OF R4NCH0 CUCA!dONGA,~h ereinafter referred to as "C I'1'Y", wca inwrporatod on Novr;nLor 30, 1977, and is dcsir- ,ous of contracting with the COUNTY OF SAN HSRtr'A fiDINO, hereinafter referred to as "COUNTY", for the performance of certain services by COUNTY officers and employees; and, - WHEREAS, the COUNTY .is agreeable to ocrf.orming specified serv.i ces under terms and conditions as set forth below; and, WHEREAS, Article 1, Chapter 1, Fart 2, Division 2, Title 5 Of the Government Code authorizes the COUN'PY to assume certain CITY functions; NOW, '1'i1E REFORE, IT IS AGREED AS FOLLOWS: 1. The COUNTY, through its Building and Safety Department, will perform within the corporate limits of the CITY all functions performed by said Department in the unincorporated territory of the COUNTY which are applicable to the CITY from the period of July 1, 1978, through September 15, 1976. 2. This Agreement applies only to projects for which building permits were issued on or after July 1, 1978. The prev- ious Agreement between CITY and COUNTY, executed by CITY on or about Play 26, 1978, and executed by COUNTY on or about July 3, 1978, for building and sa Cety services on projects for which building permits were issued prior to July 1, 1978, remains in effect as to those projects. 3. For Lhe purposes of this Ayrecmont, "building and safety fees" are Chose fees provided for by Ord i.nances and Reso- luti ons of the CI'PY, which relate to bui ldiny and safety functions, and which include, but are not limi Ced to, the Coll ow ing: (a) Building permit fees, including mechanical, r_1ecCrical and p]wnbiny permit fees; (b) Construction fees; _1_ . f' (c) Plan-check fees; (d) Grading pe nnit fees; and, (e) All miscellaneous fees. Building and safety Ices shall not include and' park and recrea- tion Pax, par; Y. ecqui s.i lion or dedication fee, or ocher similar tax and Ice,. ' 4. Auilding and safety fees which were, or which are hereafter, collected by the COUNTY, shall be accounted for by the COUN'PY and forthwith paid over to the CI'LY. 5. 'All park and recreation tax payments, park dedication or acquisition~Fees, or other similar fees, which were heretofore or ~.uh i. ch are hereafter collected by the COUNTY shall be accounted for by the COUNTY and forthwith paid over to the CITY. 6. For all projects within the CITY for which building permits were issued on or after July 1, 1978, the CITY shall pay the COUNTY at the following rates for following services performed by the COUNTY between July 1, 1978, and September 15, 1978, in- clusive: (a) $6.09 per building inspection; and, (b) $16.24 per plan-check. In no event shall the amount payable to COUNTY for services pursuant to this Agreement exceed the sum of $4,500.00. 7. To facilitate the pertormance of functions provided for in this Ay reement, it is hereby agreed that the COUNTY shall have full cooperation and assistance from the CITY, its officers, agents, and employees. 8. COUNTY shall furnish and supply all necessary labor, supervision, equipment and supplies which arc required Cor the ae rformance of Lhe services required to be performed by the COUNTY under the terms of this Ayreement. ~ 9. Notwithstanding any t.h ing hereinabove stated, it is ayrced that in all instances wherein special supplies, station- ery, noti r-o s, forms and the like must be issued in the name of the -2- Y~ • ~. ~ CITY, the same shall be supptial b~ said CITY at iLs clan e::pense. 10. All persons emplo}'ed in the pertm:man ce of such ser- v.i ces and functions for the CITY shall be COUNTY employees and no COUNTY employee shall have any CITY t~r•nsioq', civil service or any status or right. 111. .WOtwi th standing the forcuoing, for the purpose of performing such services and fi:nctions and for the purpose of giv- ing offi c.i al status to the performance thereof where necessary, every COUtiTY •officez and employee engaged in the perfot'rnance of any service 'here under shall be deemed to be an officer or employee of the CITY where such services are w.i th.in the scope of the Agree- ment and are purely municipal functions. Notwithstanding the pro- visions of this paragraph, all such cOtiNTY officers and employees shall, as between the CITY and the COUNTY, be deemed to be and re- main COUNTY officers and employees for the purposes of the provis- ions of Paragraphs 12, 13 and 14 of this Ayrcement. 12. The CITY shall not be called upon to assume any lia- bility for the direct oayment of any sa l.a ry, wages or other com- pensati on to any COUNTY officer or employee performing services hereunder for the CITY. Except as herein otherwise specified, the CZTY shall not be liable for compensation or indemnity to any COUNTY officer or employee for injury or sickness arising out of his employment. 13. The CITY will indemnify, defend and hold harmless the COUNTY from loss, costs, or expenses caused by the negligent or wrongful acts or omissions of CITY officers, agents and employees occurring in the performance of this Agreement to the extent that such liability is imposed on the COUI4TY by Cher provisions of Gov- ernment Code Section 895.2, 14. The COUNTY will indemnify, defend and hold harmless the CITY from loss, costs, or expenses caused by the negligent or wrongful acts or omissions of COUNTY officers, agents and employees accucring in the performance of this Ayrcement to the extent that -3- ~; .%= such liability .is imposed on the Cl'P1' by the i,:rovis irna of Gor- ernrt~ent Code Section 895.2. !~ ~COIRJTY OF' SAN BF,RNi, iii)T:lC s1 BY: ~ ~"J_ ~,./~ViT~~c Ch ~~~ r'~an, Boa rd~ Su[ie rvr sots I'/ ATTESTED: ~ ' .t.. ~~ _ Cle of ~ oard of ~-.Tp~ervisors UUU v _--- r APPP.6dED rS TO fOR~i DATE ~D-3/-7~S _ Alan K. A4ar'FS, COU!JTY iAUNSEE SF1J 6EHNJP,L!~VOQQC~~DU~~HT~~Y, CAtIFO"nNU DY~_~E~G!l~~G~DEPUIY CITY OF RANCHO/CUCAMONGA _q_ B u'K ___ +ame Typed) James C. Fros[ bated: October ]R, 1976 Title: Mayor Address: 9320-C Rasrli ne Road Rand~o furamonga, CA 91701 is i '/~ !!I `IUTES OF THE BOARD OF SU PF P.VISL 2$ OP SAN BERNAR DING COUP iY, CALIFORNIA RE: AGREE /,78-786; RANCHO CUCAb10NGA W/BLDG. d, SAFE'PY; TRANSFERRING FEES I On motion by Supervisor Hansberger, seconded by Supervisor Mayfield, and carried, the Board of Supervisors approves Agreement No. 78-786 between the County on behalf of the Building and Safety Department ~ind City of Rancho Cucamonga from July 1, 1978 to September 15, 1978, after which date the city will assume full responsibility for its own Building and Safety services; further, the Board authorizes the Chairman to sign said agreement indicating this Board's approval of the terms and conditions therein contained. PASSED AND ADOPTED by the Board of Supervisors of the County of San Bernardino, State of California, by the following vote: AYES: SUPERVISORS: Mayfield, Kamansky, Hansberger, Hammock, Townsent NOES: SUPERVISORS: None ABSENT: SUPERVISORS: None (tnl; !~' is * Y i. 'k ~." ..•. ., ~- , •t STATF. OF CALIFORCIA COIT:TY OF s?Y Rt?\ADJII:O 6s. I, A::C".i.C DiSiul.~;riti, Acting Cter1: of [he Ronrd of Supervfcnts of Snn Der- nnrdirto Cnen[y, Cnl iforr.ia, leruby ccrt ify the [nrrgning to fie a full, trot and correct copy of '[he recar2 0~ the action token by said Ronrd of Supervisors, by vote of [h. ccahers prese~i, os Chc snrie appears fn the Official Minutes of acid ' Roar) n[ its ^ee[ing of • _11/13./ZS . Dntod: 11/ 20/ 78-7Cdjm 41 cc: Bldg. h Safety w/agree; Auditor w/agree; AetR g C1cIrl~ofNsaid L'oard ~~~ EIA; Rancho Cucamonga w/agree; File w/ ~, ..~'~ _ ~~ r Ry - lir}+uty .. { '.• INTER-OFFICE UIEMO D A7; ~",`Whet ~ 1g7P FPO~n .,a„ _ . ~L=•~ :choel koVf ~: 2336 / ' i nr -.~..: _.~. ~,-~ ?,cner~o. 4;cney, Ica: r.~, Er,virr.rea`al ~c~rovaaer.c (U P,coer` 9. =lcnay ('D1 Clerk Of '•.e 3ca r~ N ~ f ` ~ ° '~ '• Ir i ~.o ., Su9JECT ~,__~.:~. iTE?~ SERVICE CONTRACT BEP.•IEEN THE COUNTY OF SAN BERNAP.O:NO ANO THE CITY OF PANCHO CUCAMONFA __ ~_ 2_cc:~~;E".OJT:CN That the Board of Supervisors approve the attached agreement which provided for County Building and Safety services to the City o' Rancho Cucamonga from July 1, 1978 to Septem- ber 16, 1978. This concludes the service agreement. BACKSROUiI O: Following the formation of the City of Rancho Cucamonga, a series of agreements were developed between the founty Administrative Office and the fity of Rancho Cucamonga. Under this particular anreement, the City contracted for services of the County Ruilding and Safety Department for inspection services, plan check services, Hermit issuance, etc. The agreement also provides *'or transfer of all fees related to those services to the City of Rancho Cucamonga, with reimbursement to the County at the rate of 56.09 per building inspecY~nn, and 516.7.a per plan check. Effective September 15, 1978, the City assumed full res;ron- sibility for their own 9uilding and Safety services. RSPJR- :~E.'Ar.ED 31'; LARRY SCHOELKOPF 'hop^: !2536 ) Rc: IE'%lE~ ~'~: County Co~unszl _ Corr=.c^ Ccr.~oliance _ AOVi SS ry Crcvp (_ 1 Drner l ) FINANCIAL DATA; This Year Full Year Expendi!v res ~everwe d 'Sou roe LOC 91 COUnty Of Di itrlC COS? ~,dTE~-OFFICE P,~Efi~~O DATE IvovemLer 6, 197E FROM CLARK H. ALSOP PHONE 2316 Deputy County Counsel TO WALTER R. MOOK, Sr. Admin. Svcs. Ofcr. ELA Administration ^~~, v,n rn..vw e , ~~~~ '9.a°f~J SUBJECT BUILDING AND SAFETY CONTRACT WITH CITY OF RANCHO CUCAIdONGA The attached contract is approved as to legal form. Please note that this City-prepared proposed contract contains terms substantially different from terms contained in the County-prepared proposed contract transmitted to the City on August 21, 1978. ALAN K. MARKS Coun°ty~Counsel CLARK H. ALSOP Deputy County Counsel CHA:op Attachments ~~ Clty of -~, ,, ! ~l~~L`''', .' .., H O ~UCAMONGA .,~ October 20, 1978 .~. Mr. Lynn K. rkhoffer Assistant County Administrator Coun [y Civic Building 175 West Fifth S[ree[, Second Floor San Bernardino, California 92415 Dear Lynn: Please find enclosed two copies of the building and safety services agree- ment 6e tween the County and the Lity of Rancho Cucamonga for the time June I through September IS• The agreement contains all the provisions which were agreed to Dy the County staff and City. The agreement basically states [hat the County will be compensated for all building and safety activity between the dates of July 1, 1978 through September I5, 1978. We had all agreed that there had not been that many inspe ctions.nor plan checking requests made during [hat time period. The remainder of all .but ld ing and safety related fees col lec led .by the County during that time,.period will be returned to the City. The City staff has already taken over..ali those projects for which permits were issued between the dates covered by the agreement. If you have any questions regarding this agreement, please do not hesitate to contact me at 989-1851. We would 6e pleased to have this agreement pro- cessed through the Board of Supervisors at your earliest opportunity. 1 would like [o thank you and your staff for working very closely with us in developing this agreement. The transition period has been difficult for both the County and the City of Rancho Cucamonga. Your cooperation has been sincerely appreciated. Sincere ly, Lauren M. Wasserman City Manager , LMW:baa cc: J. Kamansky Clerk of Board J. Lam enclosurns , i '4Ik~li."I'?l'F, aCTI C':< L"I::'i. i.A: ;'•" ~ \ This is, to certify that _CI'i l_OF R;~:<r~{~'1 CUCA~i_0_V G_4_ . ~ name of (; c~ntracto~r /_7 Has an ".p proved" Affirmative Action Program and is in co~,plia nee with the San Eerna rdino County Affirmative Action Compliance Program for the _.__ _ (project). /- ; Has an ":\pproved" Affirrative Action Program and meets the San Bernardino County Af£irma rive Action require- ments for Annual Qualification far period (Dates). / xa Is exempt from compliance with the San Bernardino Co unit' :lffirmative Action Compli ante Srogram for tort ract services to be performed by County ct. //=7 The San Bernardino County .affirmative Action-Compliance Office, Personnel Division, will render all possible assistance to the contractor in establishing an Affirmative Action Program: Address: San Bernardino County Contract Compliance Office Personnel Division 157 Nest Fifth Street San Bernardino, CA 92415 Phone: (714) 383-2364 (% ~~/ ~ jig;"t('~t /,. ~Lt,c.L;,yac November 27, 1978 signature, Sa Bernardino County Date Contract Compliance Office Personnel Division ~~ This form should be attached to the Clerk of the Board's copy and the Auditor's'copy only. Has not net the San Bernardino County Affirmative Action Compliance Program to qualify as a Responsible Bidder. Returned for revision. 0 N O N ~ b W N ry N 0 pl. W N N ^J (0 n H a o p NO F++ N n o o n 0 '~ I~ Contract for ehe Collection of ~ecial Assessm e The County of San Bernardino shall collect special assessments for the undersigned: 1. The following charges shall be :node for the collection o[ special assessments or special assessment [axes: a. Assessments for any dis [riet, special dis [ric c, zone oc improve- ment dis[ricc [hereof: Yo[ to exceed 52.00 for each parcel bearing such an assessment. b. Soecial assessment or special assessment taxes levied uoon any land or real property by any city, county, dis iric[ or other public corporation, officer or body: \ot to exceed $2.00 for each parcel bearing such an assessment. .-• This contract may be terminated for any ensuing fiscal year prior [o June 1, or the preceding fiscal year by diving ten days notice 1,^. uric ing to the ether party. Dated: ATTEST: V. Dennis Wardle, County Clerk and ex-officio Clerk of [he Board of Supervisors Bv: County of San Bernardino Bv: Chairman of the Board of Supervisors Dated ATTEST: ~ i ~ ,s~p.~.,.~~/1 By " ~ For: ,;~Gf~litu' //~ ~~ Lauren M. Wasserman, City Clerk Arthur H. Rridp{e Da fed :_ July A. 7980 Mayor Pro-rem, Rancho Cucamonga Rev. 3/80 Contract for the collection of Special Assessments The County of San Bernardino shall collect special assessmencs fot the undersigned: L. The following charges shall be made fcr the collection of special assessmencs or special aasessmenC taxes: a. assessmencs for any district, special district, zone or improve- ment district [hereof: ~o[ to exceed $2.00 for each parcel Searing such an assessment. b. Special assessment of special assessment [axes levied upon any land or real properto by any city, councv, dis trice or ocher public corporation, officer ox body: ~`ot [o exceed 52.00 for each parcel bearing such an assessment. '_. 'Chis contract may be ce rminated for any ensuing fiscal year prior co June 1, or the preceding fiscal year by giving ten days no cite in writing W fhe ocher party. Dated: ATTEST: V. Dennis Wardle, County Clerk and ex-officio Clerk of the Board of Supe rv!su rs Bv; County of San Bernardino 8v: Chairman of the Board of Superviso r5 Oa ced: ATTEST~:/J/ , ,, uren M. Wasserman, City Clerk 1"~' Artthue-ri.. Bridgge~ Dated: Julv 8, 1980 Alayor Yro-Tem, RaneNo Cucamonga Rev. 3180 Contract for the Collection of Special Assessments The County of San Bernardino shall collect special assessments for [he undersigned: 1. The following charges shall be made for the collection of special assessments or special assessment [axes: a. Assessments for any district, spacial district, zone or improve- ment dis [rict [hereof: Vot co exceed 52.00 for each parcel bearing such an assessment. b. Special assessment or special assessment taxes levied upon any land or real property by any city, county, discricC or ocher public corporation, officer or body: ~`ot to exceed $2.00 for each parcel bearing such an assessment. 2. This cortt ract may be terminated Eor any ensuing fiscal year prior co June 1, or the preceding fiscal year 6y giving ten days novice in writing co the ocher party. Dated: ATTE5t: V. Dennis Wardle, County Clerk and ex-officio Clerk of the Board of Supervisors Bv: Coun tv of San Bernardino By: Chairman of the Board of Supervisors Da [ed: I ATTEST:+.~-~/~ /y~~~ ~ ,~~~~~ By: r-tS~Yw...~~~^/w "r.~ For: /!/~ ~~~GGIJ// (. en M. Wasserman, Ci [y Clerk Arthur R. Bridge Dated: 7uly~, 1980 Mayor Pro-tam, Rancho Cucamonga Rev. 3/80 rowm w w w 0 w r~ w h nG N O O A CccO N O A O ~~ INTER-OFFICE MEMO .q DATE June 19, 1978 'p0'~"~ a~x uxn.nxn~no n FROM County Transportation Department PHONE 2402 - Design Division TO Lauren M. Wasserman, City Manager City of Rancho Cucamonga SUBJECT BASE LINE COMMON USE AGREEMENT H06440 Transmitted herewith is a certified copy of [he Common Use Agreement he tween the City of Rancho Cucamonga and the Ban Bernardino County Flood Control District. This Common Use Agreement was necessary for [he Base Line Road project between Hellman Avenue and Archibald Avenue. The Board of Supervisors has executed this Agreement and copies are now being transmitted to all parties. ANTHONY J. GRAY ChieF Design Engineer AJG:pn Attachments as noted ec: Jim K£ndig w/certified copy Ron Roberds w/certified copy Lee Fitzpatrick w/copy Stuart Morpeth w/copy c 4PFIVc JUN !1 ~ ~1 P~CNtlMI~ ); ~~ ~ BASE LINE H06440 ~o ' nr $an demanlnm Go.r nt loo ~ mt of U n .. 7J' ~`Y ~ IFI '1CnnVO+llatt is l ' f, fi ;'~;. Mcnnny a. crag ,~. 1 Trans~or[ation 2402 it I L rail i ' S I ~ .u r. -`I . '~IT j :.:, n ..._,. , a i l '- 1580 021 i H06440 ~ I SAN eERNAR DING COUNTY ~ -- -- FLOOD CONTR cn<,~. o"F E., .,;1,., _ I„ .,..~~ ~. r: OL DISTRICT <s..', ~~~mr:~e: ~,~. invi..,i~~n ~~ '' STANDARD CONTRACT "F.n,+ I"""""°Y•"''"°"""'' Ermrlovn In : ~ F.a.v°rc: :.r o. c THIS CONTRACT is entered into in the State of California by anJ DeRVeen the Say Bernardino County Flood Control Distant, hereir.zfter called Drstnc[, and CITY OF RANCHO CDCAMONGA hereinafter called CITY IT IS HEREBY AGREED AS FOLLOWS: lUse snare neinm nnrl rer+rse mde n/ /orrrr i/ necvlexl. $e: la Rh mrvice to be renrlerec/, amount ro Ire adrd„ nwnner n/ noy ~ner. t, :ur:e lnr nerlornwnre or cnrnplehmr, rlerennira rion o1 sIIisiactnry parlOnnzncC anri cause /or rernun,vnon. nrhe~ rrr: uc nnrl ronrL UOns,earlattach Nlan;,+;oe:il. ca (inns, .m0 aAdentla, r anV.! WHEREAS, Base Line between Hellman Avenue and Archibald is a budgeted construction contract project scheduled to be under construction late in 1978; and WHEREAS, right of way owned in fee by the DISTRICT for the underground Cucamonga Storm Drain is necessary for [his project; and WHEREAS, [he DISTRICT right of way necessary for the road project is described on the actached "Memo Description" marked Exhibit "A" and made a part hereof and a plat marked Exhibit "B" and made a par[ hereof; and WHEREAS, DISTRICT and CITY desire to enter Into ar. agreement to define responsibilities in [his "Area of Common Cse ." vOW, THEREFORE, IT IS MITTOALLY AGREED AB FOLLOWS: 1.0 CITY SHALL _ 1.1 Acknowledge the right of DISTRICT to use "Area of Common Gse" and DISTRICT rights of way for flood control and water conservation purposes wi thou[ need for any further pe rmiss loo from CITY; providing, however, that any such use by DISTRICT shall no[ endanger, interfere or conflict with the use by CITY or the [raveling public, without firs[ obtaining approval as sec forth here inaEee r. 1,2 Bub nit to DISTRI CI, at lease 30 days in advance of work proposed, plans for anp proposed construction, reconstruction or maintenance within "Area o1 Comnon L'se ," which may ueili ze, endanger, conf lice or interfere with flood concrol and water conservation facilities or Chelr functional operations, and obtain written approval [hereof from the Flood Control F:n giueer of UISTRICl' which approval shall not be withheld, provided that AnV Movlswrr nn rb~~ I,;vgnr~ tnF .n nl rnlaranren EII r.r ^.'n"ras hnreo+ ronchlllto ~ n.rl of th i< f~onU act and are rotor pnratcd I:en:n~: m r,, ~'~I ~:~ 1 Che works contemplated will not, in the opinion of Che Flood Control Engineer of DISTRICT, unreasonably confli c[ or interfere with or en- danger Ilood control and water conservation fa cilicies or their functional operation. 3.0 DISTRICT SHALL ?.1 Acknowledge [he right of CITY, its successors, permit[ees, or assigns to use Area of Common Use without need fot any further permit or per- mission from DISTRICT; providing, however, that any such use by CITY shall not utilize, endanger, interfere, or conflict with flood control and water conservation facilities or their functional operation wi[itout firs[ ob[ainin6 approval as set forth here inbofo re. ..2. Submic Co CITY, aC least 30 days in advance of work proposed, plans for any proposed cons true Cion, [e cons true CiOn or main [enance within Area of Comment Use, which may interfere or conflict with the public use of the [raveled way; and oh [ain written approval thereof from the City Engineer of CITY, which approval shall not be withheld provided [hat Cite works contemplated will not in the opinion of the City Engineer of CITY unreasonably conflict or interfere with the public use of [raveled way. 3.0 SE IT FURTHER AGREED THAT 3.1 Escep[ as expressly set forth herein, [he agreement shall not in any way alter, modify or tecmina [e DISTRICT rights within "Area of Common L's e" in such manner as not Co interfere unreasonably with the rights of [he other. Pa µv Z of 3 3.2 Neither party [o the agreemenC nor officer nor employees [hereof shall be responsible for any damage or liability occurring by rr-son of anything done or omitted to 6e done by other party to the aKreemen[ under or in connection with any work, authority, or jnrisdi ct ion delegated to the parties under [his agreement. I[ is also understood and agreed that pursuant to Government Code Section 895.4, each party shall fully in- demnify and hold [he other harmless from any liability for injury (as defined by Government Code Section 810.8) occurring by reason of any- thing done or omitted to be done or in connection with any wOYk, authority or jurisdiction delegated under [his agreement. THIS AGREEMENT, shall inure to the benefit of and be binding upon Che successors and assigns oC both pa r[ies• IN NITNHSS IJREREOF, the parties here CO have caused this agreement Co be executed by their respgc [i ve officials thereunto duly authorized. APPROVED and ADOPTED [his 17th day of May , 1978 ATTEST: hilt/--- -- City Clerk ~_ SAN BERNAR DINO :OUN ~ OD_CO NT~DN~CL Cha7rman, Board of Supervisors Dated JUN 121978 ~ATTE~STED: ' // _ cretaiv of t e F ni ConVOI D'. n in peG ay r of t re City of Rancho Cucamonga lC epal nUe nl Connor for sta re it corporation. rompany, etcJ By ~ Dated Title Address 'Orsrncr((;wp~ract Irlenb/rcation Nwnlrer ~. Ox~r aso~ov neae 3 or 3 f ~ ~ IS T11E CITY OF RA;:CF40 CUCA`tO::GA < E%HIBIT °A~~ ME2f0 DiiSCSIPTIOS GR~C~TOR: S.LM BER.\'.1RDI\0 COU::TY FLOOD CONTROL DISTi.ICT, a body Corporate and politic of the COU::TY OF SAM BER\ARDTMO, STATE OF CALIFOR::IA. That porcion o£ chat certain 20.00 foot strip as conveyed to the San Bernardino Covnty Flood Control District by deed recorded :larch 24, 39fi5, in book 636 of Official Records, pages 2,3 and 4 in [he Office of the County Recorder in the Covn[p of San Bernardino, Stale of California, said portion being a part of the hest half of Lot 3, Section 3, Township 1 Seuth, Range > West, SAN BER.MARDIaO :1LAIDIAA, according to Map of Cucamonga Lands, as per plat recorded in Book 4 of 4faps, page 9, Records of said County, said portion of said part being more par[icularl)• bounded as follows: On the ):or [hwest by [he Mor thwastex ly line of the hereinabove r„entioned ?0.00 foot strip; On the Southeast by the Sou theaste rip line of the hereinabove mentioned ^_0.00 foot strip; On tee Beuth by n line parallel :: ici~, end 50.0^ feet Sou:h, ne asuxed at riche antler fro- the cen ter lire cf Rase Line, said cen terlinc being ai zo t'ne ::ar['n lint n` said Szctirn 5, And en the ::er t:: by a line pare llc_ citii and 13.00 feet Bouth o; seid c anted inc c. Rase Line. _ __' --- q '~; }, m H a w ,. ~ ~, ° a,~'i Q ; ~ .. Y. _ ° - Y rp l , } ` ~ ~. .~V ~ Q ., J 'a. ~L ~io3 00' ~n j G ~)r a ©: 3tl15 ; --- °&. ,..s ~ .. -, r~: ~N c~ ~- - _ s;n~ c _' ~' _ ,' © ~' . "' it III ~~~\~ \ \\ - -~~~.~/J/ ~ ,~ ~ r ~_._ it ~=\\~\ \: \Vy,', ,.~ , ~.. ,~. ~; I _ I .. , J ,,, ~ \ ~. `. ~` I ~ ~ ` ~` `' ' ' ~ ~ '~ __ ,. .-. _ er ~~ _ dune 12, 1978 ~'. MINUTES OF THE BOARD OF SUPERVISORS OF SAN BERNARDINO COUNTY, CALIFORNIA RE: AGREE N0. 78-364; fuiiiCHO CUCAAfONGA/FLOOD CONTROL; COMMON USF.: STORM IN; L Acting on the recommendation of the Public Works Agency Administrator, on motion by Supervisor Kamansky, duly seconded by Supervisor Mayfield and carried, the Board of Supervisors hereby approves Agreement No. 78-364 betcaeen the County on behalf of the Flood Control district and City of Rancho Cucamonga for common use of property used by the District for the Underground Cucamonga Storm Drain needed in connection with the Rase Line project between Hellman and Archibald Avenues; further, the Board authorizes the Chairman to sign said agreement indicating this Board's approval of the terms and conditions therein contained. PASSED AND ADOPTED by the Board of Supervisors of the County of San Bernardino, State of California, by the following vote: AYES: SUPERVISORS; Mayfield, Kamansky, Hansberger, Townsend NOES: SUPERVISORS: None ABSENT: SUPERVISORS: Haamock Gitdl. O~ P.:d .f OI1N14 CiA LV iY O. Srdv' BEPN A~ipln;,. ,. I, Li GBi, HAPpV0111, CLrI. u! IL.. p. ~.nd .~. 8upm v~:'=n id ti,rl i, ~i, ~ ~~~ f'~nr tlY• t:,ihlmubl, hra..iry .~•.4!y Ilte ,., „ Inrrq^~i<I : ~ 1,.. a lull. bur „vl . mu t ~ ~ , ! II¢ rrcoul of Ib~• m p... I i.~ i Ly ~ i.~l !n.,vd ul Suparvie•~~~, bS vote nl ihq n~ !ids I . 1 ~•,:.~.nt n9 b •.: ~.~ p; q..".... m lii.. nlL r.,il r innd„,, .,~ .,, I it . i ,. ,il n , i.. r l .I June 12, '19t/8 ~ ~ ~ ~ ~ ~~~~ t~l .. -- u~l„. G/13/78... t,~r.,m;~aun fk1.9a cc: Trnnsp t~l~,.. ,~,, ~~•1 rv„~n. .Y,ancho Cucamonga c o Trans w/.;pre ` f .or uTCon .ro G1T~~'!~t!!P~---.~•~t~u".(~'t'~ ~°'`r,.,,..,. Oy.. N r h1 gS to ro O n w n n Oo d 01 M w O f0 O +1 K [] _C n ,. m ~e '0 O M ~ I\ 1 - city of RANCHO CUCAMONGA October 24, 1980 Ms. Pam Newcomb Bousing Development Planner 606 East Mill Street, 2nd Floor San Bernardino, CA 92415 Dear Yam: Attached are three copies of the executed agreement benreen San Bernardino County and the City of Rancho Cucamonga to participate in your home mortgage finance program. Resolution No. 80-92 is attached to the agreement. If you have further queatione, please call. Sincerely//,, /~ Beverly Authelet Deputy City Clerk ba cc: T. Beedle attach. PoST OFFICE BOX BBJ, RANCHO CUCAMONGA, CALIFORNIA 91780 • 17111 8891861 COOPERATIVE AGREEMENT BETWEEN THE COUNTY OF SAN BERNARDINO AND THE CITY OF RANCHO CUCAMONGA. THIS COOPERAT TVE AGREEMENT (the "Agreement") is hereby made and entered into as of October 16, 1980 by and between the COUNTY OF SAN BERNARDINO, a County and political subdivision of the State of California and the CITY OF Rancho Cucamonga , a city and political subdivision of the State of California, W I T N E S S E T H• WHEREAS, [he County of San Bernardino (the "County") has determined to engage in a home mortgage finance prograte (the "Program") pursuant to Part 5 of Division 31 of the Health and Safety Code of the State of California ([he "Act"), to make or acquire, directly or indirectly, long-term loans Co finance the construction, rehabilitation and acquisition of homes in the County, all as provided for in said Act; and WHEREAS, the County has determined to borrow money to finance the Program by the issuance of revenue bonds as authorized by the Act; and WHEREAS, the County proposes to adopt the Program b}• ordinance foe the purpose of increasing the housing supply in the County; and WHEREAS, the City of Rancho Cucamonga(the "City") has also adopted the Program and determined to cooperate with the County pursuant to the Act in the exercise of its powers under the Act for the purposes of the Program; NOW, THEREFORE, in consideration of the mutual covenants hereinafter provided, the parties hereto agree as follows: SECTION 1. The terms of this Agreement shall, for all purposes of this Agreement, unless otherwise defined herein, have the meanings assigned to such terms in the Act. SECTION 2. The County agrees to undertake the Program and to issue revenue bonds therefor pursuant to the Act as soon as practicable. SECTION 3. The City hereby agrees that the County may make or acquire home mortgages under the Program, all as more specifically set forth in the Act, with respect to property located within the geographic boundaries of the City. SECTION 4. The City further agrees that any or all of its powers for the purpose of financing home mortgages pursuant to the Act with respect to property located within its geographical boundaries shall be exercised by the County throughout the term of this Agreement. The City further agrees not to engage in any competing home mortgage program pursuant to the Act until at least 908 of the home mortgages [o be financed by the County with the proceeds of such series of bonds have been made or acquired. SECTION 5. The City agrees to undertake such further proceedings or actions as may be necessary in order 2 to carry out the terms and the intent of this Agreement. Nothing in this Agreement shall prevent the County from entering into one or more agreements with other political subdivisions within the County, if deemed necessary and advisable to do so 6y the County. SECTION 6. This Agreement may be amended by one or more supplemental agreements executed by the County and the City at any time, except that no such amendment or supplement shall be made which shall adversely affect the eights of the holders of any bonds issued by the County in connection with its home mortgage finance program. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed and attested by their proper officers [hereunto duly authorized, and their official seals to be hereto affixed, all as of the day first above written. [SEAL] COUNTY OF SAN BERNARDINO ATTEST: County Clerk 8y Chairperson o the Boar o Supervisors (SEAL] ATTEST: ~~k.. Ohl ~ ~t,s~_,._ _ Lauren N. Wasserman City Clerk CITY OF RANCHO CUCAMONGA Phill~j'~b D. Schlosser, Mayor 3 RE80LllTION N0. 80-92 A RESOLUTION OF THE CITY COUNCIL OF THF. CITY OF RANCHO CUCAMONGA, CALIFORNIA, ADOPTI:JC A HOME MORTGAGE FINANCE PROGRAM IN COOPERA'II00 ' WITH THE COUNTY OF SAN BF.RNARDINO. WHEREAS, there is a shortage in the County of San Bernardino (the "County") and in [he Clty of Rancho Cucamonga (the "City") of decen c, safe and sanitary housin6, Particularly of housing affordable by persons in [he lower end aE the purchasing spectrum, and a consequent need to encourage the construction and rehabilitation of homes affordable by such persons and otherwise Co increase the housing supply in the City and in the County for such persons; and WHEREAS, the Board of Supervisors of the County of San Bernardino has determined to engage in a home mortgage finance program (the "Program") pursuant [o Part 5 of Division 31 of the Health and Safety Code of the S [a [e of California (the "Act") for persons and families within the income limits established by the Ace, and has determined to issue revenue bonds persuant [o the Act to provide funds for the Program; and WHEREAS, the County proposes to adopt Che Program by ordinance For Che purpose of increasing the housing supply in Che County; and WHEREAS, the Council of [he Ci[y Finds and determines that it is in the best interest of the City to adopt Che Program and [o consent Co the operation of Che Program by the County of Ban Bernardino within ' the geographic boundaries of the City pursuant to the Act; NOW, THEREFORE BE IT RESOLVED, by Che Council of the Ci[y of Rancho Cucamonga, California, as follows: 1. The City hereby adopts the Program for [he purpose of increasing the housing supply in the County and in the City and consents to the operation of the Program by the County with respect to all property located within the geographical boundaries of [he Ci[y. 2. The cooperative agrenment, dated as of October 15, 1980, between Che County and [he Ci[y (the "Agreement"), in substantially Che farm submitted Co this meeting, is hereby approved, and Che proper officers for Che City are hereby authorized and directed to execute and deliver said Agreement, for and in the name and on behalf of the City, and co approve any addi [ions to or changes in [he form of said Agreement submitted to [his meeting which [hey deem necessary or advisable, their approval of such additions or changes to be conclusively evidenced by their execution of said Agreement as so added [o or changed. The proper officers of the Ci[y are further authorized to encer into such additional agreements with the County, execute such other documents or take such other actions as they may deem necessary or appropriate to carry out [he purpose and intent of the Agreement or [o cooperate in the implementation of the Program. ' 3. The C1[y hereby agrees not [o engage Sn any competing home mortgage finance program under the Act until a[ leas[ 908 of [he home mor [gages [o be financed by the County under the Program pith the proceeds of such series of revenue bonds have been made or acquired. adoption. 4. This Resolution shall take effect from and after its _utlon No. 80-92 oge 2 PASSED, APPROVED, and ADOPTED this 15th clay of October, 1980. AYES: Mikels, Palumbo, Bridge, Schlosser :TOES: None ABSENT: Frost ~llfip D. Schlosser, Mayor ATTEST: 'r"~-~^ /// / ~~- auren M. Wasserman, City Clerk Tf3e foregoxig instrumat is a cor• !®ct copy of the original on file fn thin oi;icD. ATTwT; 'Fi:;Iry-sti,__~~, 19~~ LAUR°~; f :. Wr\SSERMAN Clty 'lerk, Ranc 12A Cu among~„CA L ro~~ w < ^ m o m C N N H 7 ~ N O H 7 d d M 0 r o r- b n n o o c ~ a „ n N `G B 0 n ~9~ ~~.~ ~,,~`~`°"`°^~, CITY OF RANCHO CUCAMONGA e ' I^ ~ Y.ti Phillip D. 9chlaeur n.w~.e, C!I r z Arthur H. Bridge Ian D. Mihele ~ ~ Z Imnee C. Frog Michael A. Palombo :J`=~ !la 19n October 21, 1981 Mr. Clyde Henderson Office pf Community Development 606 East Mill Street, 2nd Floor San Bernardino, California 92G15 Dear Mr. Henderson: Enclosed are four executed copies by our Mayor Pro Tem and Ci [y Clerk of the cooperation agreement between the Connty and the City to participate in your second issue of the housing finance revenue bond program. The matter was before the City Council for consideration on October 7, 1981 and was approved unanimously. I have attached a copy of Resolution No. 81-157 to each agreement. Once this matter i5 approved by the Board of Sup¢rvisors, it would be appre- ciated if a Fully executed copy could be sent to the City Clerk's Office for our records. If you should have any questions regarding this action, please call Sincerely, i ' "(. 1, Beverly Au Hie lee -eput;: Ci n• Clerk ba enclosure ec: T. Bred le PoST OPFIC.E BDX 807 ~ RANCHO CUCAMONG.A,CALIFORNIA 917Jp ~ (91I19X9~IBSI COOPERATIVE AGREEMENT BET47EEi•: THE COUNTY OF SAi4 BERNARDINO AtdD THE CITY OF RANCHO CUCAi40NGA THIS COOPERATIVE AGREEMENT (the "Agreement") is hereby made and entered into as of October 15, 1981 by and between the COUNTY OF SAN BERNAP.D INO, a political subdivision of the State of California and the CITY OF RANCHO CUCAMONGA, a political subdivision of the State of California, W I T N E S S E T H: WHEREAS, the County of San Bernardino (the "County") adopted a Housing Finance Revenue Bond Program (the "Program") by Ordinance No. 2496 on November 17, 1980 pursuant to Part S of Division 31 of the Health and Safety Code of the State of California (the "Act") to ease the shortage in the County of decent, safe and sanitary housing, particularly of housing affordable by persons in the lower e r.d of the purchasing spectrum, to encourage the construction and x~eh abilitation of homes affordable by such persons and to otherwise increase the housing supply in the County for such persons; WHEREAS, the City of Rancho Cucamonga (the "City") also adopted the Program on October 15, 1980 by Resolution P7o. 80-92 and determined to cooperate with the County pursuant to the Act in the exercise of its powers under the Act for the purposes of the Program; WHEREAS, the County issued the County of San Bernardino Housing Finance Revenue Bonds, Issue A, on December 31, 1980; WHEREAS, the County has determined that a substantial housing need exists in the County and that issuance of County of San Bernardino Housing Finance Revenue Bonds, Issue B, ("Issue B") is necessary to meet said need under the Program; and WHEREAB, the City has determined to cooperate with t.*.e County in the issuance of Issue B pursuant to the Act in the eve rcise of its powers under the Act pursuant to the Program; NOW, THEREFORE, in consideration of the mutual eo•; er ants hereinafter provided, the parties hereto agree as follods: SECTION 1. The terr„s used in this Agreement shall, for all purposes of this Agreement, unless othe rtJi se defined herein, have th_ meanings assigned to such terms in the Act. SECTION 2. The County agrees to undertake the Pzogram and to issue Issue a therefor pursuant to the Act as soon as practicable. SECTION 3. The City hereby a5rees that the County may male or acquire home mortgages under the Program, all as more specif.i tally set forth in the Act, with respect to property located Within the geographic boundaries of the C~t.y in connection with Issue B. 2 40319-0005-098-0672d 09/10/81 S~CTi 0D1 S'he City further zgrces trat any or all of its powers for the purpose of firanci rg home mortgages pursuant to the Act with respect to property located within its geographical boundaries may be exercised by the County th rcughout the term of this Agreement. x^he City further a4=°es not to engage in any competing home Wort gage program pursuant to the Act until at least 90% of the home mortgages to be financed by the County with the proceeds of such issue of bonds have bsen made or accruired. SEC?SON 5. The City hereby assigns to the County all of tha principal amount of qualified mortgage bonds which the City is allocated pursuant to Section 4(a) of the Proclamation of the Governor of the State Of California, dated August 6, 1981, for the calendar year 1981. Such assignment is solely for use by the County to provide fir.ancir:g for properties located within the territory of the City (including a proportionate share of costs of issuance, underwriters discount, capitalized interest, reserve funds and similar expenses associated with the financing), provided that such assignment shall not be deemed ineffective if, after issu ante of the bonds and Eor reasons beyond the control of the County, the Couray is unable to use any portion of the proceeds of such bonds to provide financing for properties located within the territory of the City, as 3 40319-0006-098-0672d 09/10/81 rewire d, by such assigned allocation, and such proceeds are instead used to redeem bonds or to provide financing for properties located within the County. SECTION 6. The City agrees to undertake such .~. t;:er proceedings or actions as may be necessary in order to carry out the terms and the intent of this Agreement. Nothing in this Agreement shall prevent the County from entering into one or more agreements with other political subdivisions ~oithin the Count y, i£ deemed necessary and advisable to do so by the Ccunty. SECTION 7, This Agreem_nt may be amended by one or more supplemental agreements ere cuted by the County and the City at any time, except that no such amenament or supplement shall be made which shall adversely affect the rights of the holders of any bonds issued by the County in connection with its home mortgage finance program. SECTION 8. The term of this Agreement shall extend until t:~e bonds issued to finance the Program are Fully paid and retired, or, if bonds are not issued to finance the Program, through Dc-c ember 31, 1981. :0319-0005-09b-0677.d ~ 09/10/81 IN WITNBSS WHEREOF, the parties hereto have caused this Agreement to be executed and attested by their pzoper of £icers thereunto duly authorized, and their official seals to be hereto affixed, all as of the day firs*_ above written. COUNTY Or SAN BERNARD IlJO (SEAL I By Chairperson of the Board of Su_ervisors ATTf:ST: Cler}; of the Board of Supervisors (SEAL( AT. ~... . %/~ L~L3-~ ~ _ City Clerk CITY OE RANCHO CUCAMONGA By ~ 6~2 VO_ Arehur M. Bridge, Mayor Pro Tem 5 40319-0005-098-0672d 09/10/81 RESOLUTION N0. 81-I57' RESOLUTION AUTHORIZING A COOPER,\TIVE AGREEMENT BETWEEN THE COUNTY OF SAN BFRNARDI90 AND THF. CITY OF RANCHO CUCAMONCA IN CONNECTION WITH ISSUdNCE OF COUNTY OF SAN BCRNARDINO HOUSING FINANCE REVENUE e0ND5, ISSUE B, FURSUANT TO THE HOME FINANCE REVENUE BUND PROGRAM WHEREAS, [he County of San Bernardino (Che "County^) adop [ed a Housing Finance Revenue Bond Program (the "Program") by Ordl nonce No. 249h on November 17, 1980 pursuant to ParC 5 of Division 31 of [he Health and Safety Code of the 5ta to of California (the "Act") to ease Che slior[age in Che County of decent, safe and sanitary housing, particu- larly of housing affordable by persons in the lower end of [he purchasing spectrum, to encourage the construction and rehibilita [ion of homes affordable by such persons and [o otherwise increase the housing supply in [he Coun [y for such persons; WHEREAS, the City of Rancho Cucamonga ([he "City) also adopted the Program on October I5, 1980 by Resolution No. 80-92 and determined Co cooperaCe with [he County pursuant to [he Act in the exercise of its powers under [he Ac[ for the purposes of [he Pzogram; WHEREAS, [he County issued the County of San Bernardi.uo Housing Finance Revenue Bonds, Issue A, on December 31, 1980; WfIERGS, the County has determined [hat a subs [antiai housing need exists in the Coun [y and that issuance of County of San Bernardino Housing Finance Revenue Bonds, Issue B, ("Issue B") is necessary to meet said need under the Program; and WHEREAS, the City has determined to coop eratc with the County in the issuance of Issue R pursuant to [he Act in the exercise of its powers under the Ac[ pursuant [o the Program; NOW, THEREFORE, BE IT RESOLVED, by the Council of the City of Rancho Cucamonga, as follows: 1. The cooperative agreemen [, dated as of October 15, 1981, between the County and [he City ([he "Agreement"), in substantially the form subm it[ed to this meeting, is hereby approved, and [he proper officers for Che Ci[y are hereby authorized and directed to execute and deliver said Agreement, for and in the name and on behalf of [he City, and [o approve any additions [o or changes in [he form of said Agre omen[ submitted [o this meeting which they deem necessary or advisable, their approval of such additions or changes to fie conclusively evidenced by their execution of said Agreement as so added [o or changed. The proper officers of the City are further authorized to enter into such additional agreements with the County, execute such other documents or take such other actions as they may deem necessary or appropria ce to cox ry out cbe purpose and inCmiC of Che Agreement or to coo; orate in thu implementation of the Program. 2. Tho Ci[v I~~e mby agrees nut to enga r.e in any competing bane morcga;,e finance program under the Ar.t until at least 907 of the home mnrtgaGUS to be Financed by the County under the Program with [he p rocceds of Issue B have been made or required, Resolution No. 81-I 57 Page 2 7. The Ciey hereby assigns [o [he County all of Che principal amoune of qualified morCgage bonds which Che Ci[y is alloca [ed pursuant to Section 4(a) pf the Proclamation of the Governor of Che State of California, dated August 6, 1981, for [he calendar year 1981, all as set for Ch in the Agreemen e. 4. This ResoluCion shall take effect from and of Cer its adoption. PASSED, APPROVED, and ADOPTED [his 7th day of October, 1981. AYES: Frost, Mike ls, Palombo, Dridge, Schlosser NOES: None ABSENT: None Philljp D. Schlosser, Mayor ATTEST: La~a~man, City Clerk 1 The foregoing in strum2nt is a cor~ feet copy of the original on tale In this office. ATTEST _.__ _, 19-_. LAUf'iEJJ P,.. 4':ASSERMAN City Clerk, i2anCJ1o Cucamonga, CA COOPERATIVE AGREEMENT BETWEEN TFiE COUNTY OF SAN BERNARDINO AND THE CITY OF RANCHO CUCAMONGA Y ribEl OPMENi DEPi,~ AM 7~a~s,)o,)),c~a.,zi3,~~5 s d Tr.IS COOPERATIVE AGREEi~~ENT (the "Agreement") is hereby r,~ade and entered into as of October 15, 1981 by and between the COUNTY OF SAN BERNARDINO, a political subdivision of the State of California and the CITY OF RANCHO CUCAMONGA, a political subdivision of the State of Califozni a, W I T N E 5 S E T H: WriEREAS, the County of San Bernardino (the "County") adopted a Housing Finance Revenue Bond Program (the "Program") by Ordinance No. 2496 on November 17, 1980 pursuant to Part 5 of Division 31 of the Health and Safety Code of the State of Cai~iornia (the "Act") to ease the shortage in the County of decent, safe and sanitazy housing, particularly of housing affordable by persons in the lower end of the pu rchasina Spectrum, to encourage the construction and rehabilitation of homes affordable by such pezsons and to otherwise ir.c tease the housing supply in the County for such persons; WHEREAS, the City of Rancho Cucamonga (the "City") also adopted the Program on October 15, 1980 by Resolution No. 80-92 and determined to cooperate with the County pursuant to the Act in the exercise of its powers under the Act £or the purposes of the Program; 1 WHEREAS, the County issued the County of San Bernardino Y.cusing Finance Revenue Fonds, Tssue A, on December 31, i9E0; WHEREAS, the County has determined that a substantial hcusing need exists in the County and that issuance of County of San Bernardino Housing Finance Revenue Bonds, Issue E, {"Issue B") is necessary to meet said need under the Program; and WHEREAS, the City has determined to cooperate with the County in the issuance of Issue B pursuant to the Act in the exercise of its powers under the Act pursuant to the Program; NOW, THEREFORE, in consideration of the mutual covenants hereinafter provided, the pare es hereto agree as follows: SECTION 1. The terms used in this Agreement shall, for all purposes of this Agreement, unless otherwise defined herein, have the meanings assigned to such terms in the Act. SECTION 2. The County agrees to undertake the Program and to issue Issue B therefor pursuant to the Act as soon as practicable. SECTION 3. The City hereby agrees that the County may make or acquire home mortgages under the Program, all as more specifically set forth in the Act, with respect to property located within the geographic boundaries of the City in conr.ectien with Issue B. 2 40319-0005-098-0672d 09/10/81 SECTION 4. The City further agrees that any or all of its powers for the purpose of financing home mortgages pursuant to the Act with respect to property located within its geographical boundaries may be exercised by the County throughout t}:e term of this Agreement. the City further agrees not to engage in any competing home mortgage program pursuant to the Act until at least 90% of the home mortgages to be financed by the County with the proceeds of such issue of bonds have been made or acquired. SECTION 5. The City hereby assigns to the County all of the principal amount of qualified mortgage bonds which the City is allocated pursuant to Section 4(a) of the Proclamation of the Governor of the State of California, dated August 6, 1981, for the calendar year 1981. Such assignment is solely for use by the County to provide financing for properties located within the territory of the City (including a proportionate share of costs of issuance, underwriters discount, capitalized interest, reserve funds and similar expenses associated with the financing), provided that such assignment shall not be deemed ineffective if, after issuance of the bonds and for reasons beyond the control of the County, the County is unable to use any portion of the proceeds of such bonds to provide financing for p:ep•arties located wi*_hin the territory of the City, as 3 40319-0005-098-0672d 09/10/81 r Y__red by such assigned allocation, and such proceeds are instead used to redeem bonds or to provide financing for properties located within the County. SECTION 6. The City agrees to undertake such further proceedings or actions as may be necessary in order to carry out the terms and the intent of this Agreement. Nothino in this Agreement shall prevent the County from e r.tering into one or more agreements with other political subdivisions within the County, if deemed necessary znd advisable to do so by the County. SECTION 7. This Agreement may be amended by one or more supplemental agreements executed by the County and the City at any time, except that no such amendment or Supplement shall be made which shall adversely affect the rights of the holders of any bonds issued by the County in connection with its hor,•e mortgage finance program. SECTION B. The term of this Agreement shall extend until the bonds issued to finance the Program are fully paid and retired, or, if bonds are not issued to finance the Program, through December 31, 1981. 4 40319-0005-098-0672d 09/10/81 IN WITNESS WHEREOF, the parties hereto have caused this Agfeement to be executed and attested by their proper officers thereunto duly authorized, and their official seals to be hereto affixed, all as of the day first above written. COUNTY OF SAN BERNARDINO (SEAL) By Chairperson of the Board o£ Supervisors pmmrgT: Clerk of the Board of Supervisors CITY OF RANCHO CUCAMONGA (SEAL] By ATTEST: ty 5 /7 I l ity ttorney 4D31°.-0005-098-0672d 09/10/81 CITY OF RANCHO CUCAMONGA RESOLUTION NO. RESOLUTION AUTHORIZING A COOPERATIVE AGREEMENT BETWEEN THE COUNTY OF SAN BERNARDINO AND THE CITY OF RANCHO CUCAMONGA IN CONNECTION WITH ISSUANCE OF COUNTY OF SAN BERNARDINO HOUSING FINANCE REVENUE BONDS, ISSUE B, PURSUANT TO THE HOME FINANCE REVENUE BOND PROGRAM WHEREAS, the County of San Bernardino (the "County") adopted a Housing Finance Revenue bond Program (the "Program") by Ordinance No. 2496 on November 17, 1980 pursuant to Part 5 of Division 31 of the Health and Safety Code of the State of California (the "Act") to ease the shortage in the County of decent, safe and sanitary housing, particularly of housing affordable by persons in the lower end of the purchasing spectrum, to encourage the construction and rehabilitation of homes affordable by such persons and to otherwise increase the housing supply in the County for such persons; WHEREAS, the City of Rancho Cucamonga (the "City") also adopted the Program on October 15, 1980 by Resolution No. 80-92 and determined to cooperate with the County pursuant to the Act in the exercise of its powers under the Act for the purposes of the Program; WHEREAS, the County issued the County of San Bernardino Housing Finance Revenue Bonds, Issue A, on December 31, 1980; WHEREAS, the County has determined that a substantial housing need exists in the County and that issuance of County of San Bernardino Housing Finance Revenue Bonds, Issue B, ("Issue B") is necessary to meet said need under the Program; and WHEREAS, the City has determined to cooperate with the County in the issuance of Issue B pursuant to the Act in the exercise of its powers under the Act pursuant to the Program; 1rOW, THEREFORE, BE IT RESOLVED, by the Council of the City of Rancho Cucamonga, as follows: 1. The cooperative agreement, dated as of October 15, 1981, between the County and the City (the "Agreement"), in substantially the form submitted to this meeting, is hereby approved, and the proper officers for the City are hereby authorized and directed to execute and deliver said Agreement, for and in the name and on behalf of the City, and to approve any additions to or changes in the form of said Agreement submitted to this meeting which they deem necessary or advisable, their approval of such additions or changes to be conclusively evidenced by their execution of said Agreement as so added to or changed. The proper officers of the city are further authorized to enter into such additional agreements with the County, execute such other documents or take such other actions as they may deem necessary or appropriate to carry out the purpose and intent 2 40319-0005-098-0681d 09/10/81 f , of the Agreement or to cooperate in the implementation of the Program. 2. The City hereby agrees not to engage in any competing home mortgage finance program under the Act until at least 90% of the home mortgages to be financed by the County under the Program with the proceeds of Issue B have been made or acquired. 3. The City hereby assigns to the County all of the principal amount of qualified mortgage bonds which the City is allocated pursuant to Section 4(a) of the Proclamation of the Governor of the State of California, dated August 6, 1981, for the calendar year 1981, all as set forth in the Agreement. 4. This Resolution shall take effect from and after its adoption, PASSED AND ADOPTED this i day o£ _ 1981, by the following vote: Ayes: Members Noes: Absent: Excused: City Clerk o£ the City of Rancho Cucamonga SEAL) 3 40319-0005-098-0681d 09/10/81 F ,: CLERK'S CERTIFICATE » 1 C1erY, of the City of Rancho Cucamonga (the "City"), hereby certify as follows: The foregoing is a full, true and correct copy of a resolution duly adopted at a Yeqular meeting of the Council of the City duly and regularly and legally held at the regular meeting place thereof on of 'dhich meeting al). of said members had cue notice and at which at least a majority thereof were present; At said meeting said resolution was adopted by the foilowinq vote: AYES: Members: NOES: Members: ABSENT: Members: 1 have carefully compared the foregoing with the original minutes of said meeting on file and of record in my o°__°ice; and the foregoing is a full, true and correct copy of the original resolution adopted at said meeting and entered in said minutes; Said original resolution has not been amended, modified or rescinded since the date of its adoption, and the same is now in full force and effect. Dated; _ ___.~ Clerk~of the City of Rancho Cucamonga 0 N O rorw m m a o a m N frD~ h' 'J N d M 9 a ~ W H p N O N• n no K R n 'e no o 'n H I' 1 ~ ~ COUNTY OF SAN BERNARDINO ~~/ CONTRACT TRANSMITTAL Dewarv,en: ne~rnno~e ~ Te~~n~„eies John Michaelson ~,i, <<; 1535 ~ D,;,. Bagger Umi Ko Sub OLievt No Fu nJ No, Jnb Ao Amount of Comram 240 i 9860 175 00780670 ($1,066, 585.9E T Cleo. One ~ E,uentlnwe ~ He~enue If ron;,ao, dns r~nrr Pony n~• pnw^Jnt or racegrt„ 55/+ c cmnn~~~m m,hw. end ,,. Ferlera.. V:..rber ,a uavn...~ 2 E~„ioye~iD= ~m•:arce a~~o ~~~n'lgt: 5S ~.000~~00 2nd: $316,686.96 Contractor, CITY OF RlNCHO CUCAMONGA Contractor's Representative: JIM ROBINSON, Assistant City Manager Address: City FIall, 9320 Base Line Road, Unit C Phone: (719) 989-1851 P.O. Box 807, Rancho Cucamonga, CA 91730 Nature of Contract: /©ric/ly Ivscrihe the general terms of fho ronrrartl Provides for sale of 8.64 acres near Haven and Foothill in the City of Rancho Cucamonga to the City of Rancho Cucamonga for $1,066,585.96. 1. Provides far payment to County of $750,000 at close of escrow. 2. Provides for balance to be paid to County on or before January 15, 1983. 3. Allows County to collect any unpaid balance not properly paid by City by deduction from City's secured taxes. (AVar'h lhrss banamNt/I m 91l rnntrarfrs not UrrUarcrl nn Urc "Stan lnrd Confrar'f"' lnnrtl ~p in I I Inr Reviewed x to Fud~ Giunty Cnunwl - ~ ~ /~. ~/Q~ l:ou Ny nnmimstrai rve vrnce ,,,v~; i „ ax rgvga.ror //~7 C/ aj-~I.S COUNTY-CITY LAND SALE AGREEMENT THIS AGREEMENT, dated March 17, 1982, is between the COUNTY OF SAN BERNARDINO, a public entity and agency ("COUNTY"), and the CITY OF RANCHO CUCAMONGA ("CITY"), a general law city organized pursuant to California Law. W I T N E S S E T H WHEREAS, the COUNTY, a body corporate and politic, is the owner of certain real property located within the City limits of CITY consisting of approximately 25.5 acres, more or less, more particularly described in Exhibit "A" attached hereto and made a part hereof; and WHEREAS, the COUNTY has determined to sell to the CITY 8.64 acres of the property described in Exhibit "A" to be used by the CITY for the development of a city project for a comprehensive Civic Center described more specifically in Exhibit "B" attached hereto and made a part hereof ("SITE"); and WHEREAS, the COUNTY with the concurrence of the CITY is of the opinion that the SITE should be developed as a part of the compre- hensive Civic Center of the CITY by the construction of certain public facilities such as a City Hall, Police Building, and Cultural Center, together with parking facilities, walks, and other appurtenant facili- ties as contemplated by this Agreement. NOW, THEREFORE, in consideration of the payment of 51,061,182.08, plus costs in excess of direct land costs, and the performance of the mutual promises and agreements herein contained, the parties hereto ayree as follows: SECTION 1: Premises. The COUNTY hereby agrees to sell and the CITY hereby agrees to buy the SITE, more specifically described in Exhibit "A", subject to any conditions, reservations, exceptions and rights-of-way which may 6e of record, after review by CITY as set forth below. SECTION 2: Ownership; Possession. The COUNTY covenants that it is the owner of the real property described in Exhibit "A" hereof and the COUNTY shall sell to the CITY 8.64 acres, plus or minus of the total acreage described in Exhibit "A". SECTION 3: Purchase Price and Method of The COUNTY agrees to sell said property and CITY agrees to purchase the SITE as follows: ~~-~S~u °I ~~~~ The CITY shall pay a purchase price of $1,061,182.08 plus the City's share of ACQUISITION costs of $5,403.88 in excess of direct land costs for the SITE (described specifically in Exhibit "C", attached hereto and made a part hereof), payable to the COUNTY OF SAN BERNARDINO as follows: (a) The sum of $750,000 to be paid by check to the order of COUNTY, to be delivered through escrow on or before the close of escrow, and the sum of $311,182.08 plus ACQUISITION costs of $5,403.88 in excess of direct land costs to be paid by check to the order of COUNTY, to be delivered on or before January 15, 1983. If CITY fails to deliver either said check, in said amount, as agreed, the portion remaining unpaid of the total $1,061,182.08 plus $5,403.68 in ACQUISITION costs in excess of direct land costs shall be payable from CITY's apportionment of secured taxes until full satisfaction and shall be made payable by a warrant to COUNTY, prepared by the Auditor-Controller's Department from funds deposited with the County Treasurer-Tax Collector on behalf of buyer, CITY OF RANCHO CUCAMONGA. (b) The CITY, following its acquisition of the SITE, shall assume all taxes and assessments of any nature whatsoever levied upon the property or CI TY's interest therein or upon the CITY's operation thereof or the CITY's obligation under applicable tax laws. SECTION 4: Title Insurance. (a) Preliminary Title Report. Escrow holder is instructed to procure a CLTA standard form policy of title insurance as soon as possible after escrow has been opened as a prerequisite to insuring title in CITY, issued by title insurance acceptable to both COUNTY and CITY, in the full amount of the purchase price and costs herein agreed to be reimbursed pro rata share by CITY for the SITE, and shows title subject to the following conditions: (1) General and special taxes not yet delinquent; (2) Such recorded covenants, conditions and restric- tions which might exist thereon unless disapproved by City as provided below; (3) Any liens, encumbrances, easements, rights-of-way, rights of record, items, exceptions or conditions which might exist against title, unless disapproved by CITY as provided below. (b) Review of Preliminary Title Report. CITY shall have the right to review the title report and the items and exceptions shown therein. Should CITY not disapprove said title report by serving written notice of its objection to any item thereon to COUNTY within fifteen (15) days after receipt of said _2_ title report, it shall be presumed that CITY has accepted the same and escrow shall no longer be subject to the requirement of CITY's approval thereof. In the event that CITY shall disapprove said preliminary title report or any item referred to therein, COUNTY shall use its best efforts to correct those matters prior to the close of escrow. SECTION 5: F.SCIOW. Within ten (10) business days after execution of this Agree- ment an escrow covering the sale of the subject property shall be opened at an escrow mutually acceptable to the COUNTY and CITY, and each shall execute escrow instructions and such other documents as are reasonably necessary and convenient to open the escrow and to satisfy the terms and conditions of this Agreement. This Agreement shall be referred to and made a part of said escrow instructions where applic- able and appropriate, and to the extent this Agreement is inconsistent with or conflicts with said escrow instructions, this Agreement shall control in all respects. It is the intent of the parties hereto that, where applicable, the provisions of this Agreement shall survive the close of escrow. It is specifically understood and agreed that time is of the essence of each and every provision hereunder. SECTION 6: Term of Escrow and Conditions for Extensrons Thereo . This escrow shall close no later than 30 days after opening. The cost of escrow shall be borne equally by the parties hereto. Taxes and insurance premiums, if any, shall be shared by the parties at the close of escrow. Assessments, if any, shall be paid by the COUNTY and CITY. The cost of title insurance shall be shared by the COUNTY and CITY. Possession and title to the SITE shall be trans- ferred to CITY at close of Escrow. SECTION 7: Default by Purchaser - CITY. In the event CITY fails to make any payment of the purchase price promptly when the same shall become due as therein specified, or promptly to perform any covenant or agreement herein contained, COUNTY may elect to specifically enforce this Agreement, or to exercise the rights given to it under Section 3(a). Service of all demands, notices or other papers may be made by registered mail at the CITY OF RANCHO CUCAMONGA, City Hall, 9320 Base Line Road, Unit C, P.O. Box 807, Rancho Cucamonga, California 91730, or at such other address as CITY may indicate in writing to COUNTY. SECTION 8: Default by Seller - COUNTY. If COUNTY is unable to convey title in accordance with the terms of this contract, CITY shall have the right of specific per- formance. -3- Service of such demand may be made by registered mail at the County Administrative Office, 157 W. Fifth Street, San Bernardino, California 92415, or any such other address the COUNTY may indicate in writing to CITY. SECTION 9: Assignment. This agreement shall not be assignable by either COUNTY or CITY without the consent of the other party. However, both parties request that a notice of intention to assign be mailed to the address as listed in Section 12 and that only of ter written approval is given by the other party may the assignment in fact be allowed. SECTION 10: Condition o£ Premises. CITY and COUNTY stipulates that a full inspection of the property has been made and that neither the COUNTY nor their assigns shall be held to any covenant respecting the condition of any improve- ments on the premises, or to any agreement for alterations, improve- ments, or repairs, unless the covenant or agreement relied on is in writing and attached to and made a part of this contract. SECTION 11: Notices. All ROt1CES, Statements, demands, requests, Consents, approval, authorizations, offers, agreements, appointments, or des- ignations hereunder by either party to the other shall be in writing and shall be sufficiently given and served upon the other party, if sent by United States registered mail, return receipt requested, pos taye prepaid and addressed as follows: COUNTY OF SAN BERNARDINO COUNTY ADMINISTRATIVE OFFICE 157 West Fifth Street San Bernardino, California 92415 CITY OF RANCHO CUCAMONGA CITY MANAGER'S OFFICE City Hall, 9320 Base Line Road, Unit C Post Office Box 807 Rancho Cuc amonga, California 91730 SECTION 12: Partial Invalidity. If any one or more of terms, provisions, promises, covenants or conditions of this Agreement, or the application thereof to any person or circumstance, shall to any extent be adjudged invalid, unenforceable, void or voidable for any reason whatsoever by a Court or competent jurisdiction each and all of the remaining terms, pro- visions, promises, covenants and conditions of this Agreement, and the -4- application thereof to other persons or circumstances, shall not be affected thereby, and shall be valid and enforceable to the fullest extent permitted 6y law. SECTION 13: Attorneys Fees. If suit is brought hereon, whether settled or pursued to final judgement, or if any attorney is employed and expenses are incurred to compel performance of this Agreement, or any portion of this Agreement herein, the undersigned shall pay all attorney fees as a result of any action or proceeding, including appeals or further litigation thereon. As used in this contract, Attorneys Fees refers to full costs of any and all legal services performed and calculated on the basis of usual fees charged by attorneys performing these services and not limited to reasonable fees, as defined in any statute or ruling of the court, including but not limited to Rule 402, Section 1 of the Los Angeles Superior Court. Chapter XI of the San Bernardino County Superior Court Rules re Counsel Fees, Rule 1112.1. -5- IN WITNESS WHEREOF, the parties hereto have caused this Land Sale Agreement to be executed and attested by their proper officers thereunto duly authorized, and their official seals to be hereto affixed, as of the day and year first above written. ATTEST: C.~CAUREN M. WASSERMAN City Clerk of the City of Rancho Cucamonga, CA /r' R ERT L. HAMMO , Ch irman Board of Supervisors County of San Bernardino MAR 2 3 1982 ya~~i3 CITY OF RANCHO CUCAMONGA Y Y Rancho Cucamonga, CA By: / C/! ~Y PHIL P D. SCHLOSSER Mao of the Cit of '~ ~ 1, ~ i JOHN F. MICHAELSON, Representative County Administrative Office `~ County of San Bernardino APPROVED AiS TO FORP• CHARLES A. ERBECK Deputy County Counsel County of San Bernardino -6- ,.i, .. 7NCrJRPORATED AREA Township 1S Rangr_ 741 •Seo. 17 Ct ev Hall and _ _ Police S[a [ion Sites Funcooo N00510 Arez Ciey of Rancho Cucamonga This is to certify th.[ the tn[cresc in real property conveyed by the within inst ntmene to [hr CiCV of Nancho Cuc~imon};u, a CiCy in- corporated and er the laws of the Se. to of California, is hereby accepted by order of [he City Caunc tl, and [he gran Cre consents to the recordation [hereof by its duly authorized officer. Dated: By: Exhihit A City/County Land Sale Agreement w ''-.r - . .~,:):} e ~• AaaC5SOR5 PAFCEL NO. 208-351-20(PCn) Far Recordm1 Um Recording requested by I GRANT DEED I When recorded return to: i. Transportation Dept R/W ~_ [he CI^y Council 2 Real Proper [y Div. ~~ cn ,„ (NO TAX DUE) 1 1'he COCNTY OF SAN BERNARDINO, a body corporate and politic of the state of California, hereby GRANTS Co Che CITY OF RANCHO COCAAIONGA, 2 [he re a7 property in [he cl ty of Rancho Cucamonga, 1n the County of San Be rnardino, .A [a to of California, described as follows: 3 All chose portions of PARCEL N0. 2 of PARCEL MAF NO 6725, as per 4 plat recorded in Rook 67 of PARCEL MAPS, pages 4 co 7 inclusive, Records of said county, move particularly described as foil ows: 5 COPLMENCING at the in to rsectlon of chr cen[e cline of CIVIC CENTER 6 DRIVE (formerly SeltlniaAvenue) 88.00 fee[ wide, wl th the cen [e cline of HAVEN AVENUE,'as `shown on said Parcel Map; thence North 00° ]0' 24" ~ West along said centerline of NAVEN AVENUE, a distance of 454.00 feet; [hencr leaving said cen [e cline Nor [h 89° 49' 36" Eas[, a df stance of 8 10].00 feet to a point in the Eas[ line of said HAVEN AVENUE, said point also being the TRUE POINT OF BEf.INNING; [hence con tl nuing North 89° 49' 9 36" Ease, a dis caner of 386.00 ferc, ro anSl.e not nc therein; [hence Souch 00° ]0' 24" East parallel wf th said cence elf nr of Haven Avenur, 10 a di seance of 72.49 free to the beginning of a tangent curve concave to [he Northeast, having a radius of 50.00 fee[; [hence Sou[heaste rly along 11 said curve, through an angle of 90° 00' 00", an arc dis eance of 78.54 fee[; thence cangrnC to said curvy, Nor eh 89° 49' 36" East, a distance of 240.4,E 12 feet, to angle point therein; thence South 00° ]0' 24" East, a distance of 270.00 fee[, [o an angle point therein; [hence North 89° 49' 36" Eas[ 13 489.81 fee[ co point in ehe Sou rheas re rly line of said Parcel No. 2, which is si [ua [r South 42° ]0' 00" Wes[, a distance of 330.]4 feet, from Its 14 incr rsec ti on with the Sou [hwester]y righ [-of-way if ne of ALIIER AVF,NUE, 88.00 Errc as shown on said Parcel Map; theory Souch 42° ]0' 00" West 15 along said Sou thraser rly ]inr of Parer] 2, a di s[ancr of 547.79 feet, [o Co Chr most Sou [Itr rly corner of said PARCEL N0. 2, which corner fs also 16 situated on the Northras to rly right-of-way line of said CIVIC CENTER URINE; [hencr North 72° 52' OS" Wrst al onp; said Nar rheas tr rly rf gh t-of-way lint, 17 a dis [a ncr of 2]7.73 fret, to the beginning of a tangent curvy coot avr [o rhr Sou ehwrs r., havf ng a radius of 444.00 Eeet; the ncr Northwre [r rly and 18 'rs rerly along said curvy, [h you„h nn angle of 57° 79' 79", an arc discpn ce ( 444.07 Ere r.; thrncr eany;rat to said curvy South 89° 49' 76" Wrst along 19 ehr North li nr of said CIVIC CENTER URINE, a distance of 282.00 Eer t, [o the hrgi nn ing of a [nngrnc curvy concave to the Nor three t, having a radius pp f 24.00 fret; [hrnnr Northwesterly along said cu rvr, through an an g7r of 0° 00' 00", an arc dis [Hoer of 77.70 fry[ Co a pal n[ of tangy ncy wi [h 21 rhr East ]inr of xa ld IIAVEN AV@NL'E, (said Casc 7 Ltr is parallel with nd ]01.00 Errc Eas[ of said ern Cn rllnr of Ilaven Avenur); [Itrncr North 2p 10' 24" Wrsc along said fins[ lint, a dis[ancr of 786.00 Err t, more or ess [o the TROP: POINT OY' BEGiNNINO. 23 24 ~~ Page 25 SUBJECT T0: All rr se cva rions, restrictions, ri ghcs and right-of-way of record, including acerss res[rlcci ons a]on F. ehr Ens r. Ji ne of said Haven Avenue, as shown on said Parcel Map No. 6725. NOTE: Thr ham wbove described Parcel concert ns 8.6!. acres of sand, more or less. RESERVING un ro [he County of San 8rrna rdi no - Cran [o r, ehr right of ac crss including vehicular ingrres and egress ovrc chic crrtaln portion of ehr he re inabovr desc ribrd Parcel, said portion described as follows: COlR1ENCING ac [hr in recsec ti on of the cen er r]ine of CIVIC CENTER UB A'E (formerly $ryuoia Avenue) 88.00 feet wide, wi r.h r.hr cen ee rli ne of HA4'F1N AVENUE., as shown on said Parer] Nap; [hence North 00° ]0' 24" West along said cen rerline of HAVEN AVENUE, a discance of 454.00 feet; [hence leaving safd crnte rli ne North 89° 49' 36" Easc, a di stance of ]01.00 Eer[ [o a pof nt fn [he East ]ine of said HAVEN AVENUE, said point also being [he TRUE POZNT OF BEGINNING; Chence Sou [h 00° ]0' 24" Case along said Ease ]ine 13.6 fete; [hence North 89° 49' 36" Easc, a di seance of 346.00 fee[, to the beginning tangent curve concave to [he Sou chwrs t, having a radius of 25.00 fee[; [hence Sou rheas ee rly along said curve [h rough an angle of 90° 00' 00", an arc distance of 39.27 fee C; [hence tangent to said curve South 00° 10' 24" East, a distance of 33.9 feet, co ehr beginning of a tangent curve concave to qw Northeast, having a radius of 65.00 fee[; thence Sou rheas [e rly along said curve through an angle of 90° 00' 00", an arc distance of ]02.10 feet; thence tangent co said curve North 89° 49' 36" Ease, a distance of 183.00 fee[, to the beginning of a tangent curve concave ro ehr Sou ehwest having a radius of 7.5.00 fee[; [hence Soucheas to r]y along said curve Chrough an angle of 90° 00' 00", an arc distance of 39.27 feet; [hence tangent Co said curve South 00° 10' 24" Eas[, a discance of 288.86 feet, to the beginning of tangent curer concave Northwesterly, having a radius of 62.00 feet; thence Sou thwes ce rly along said curve through an angle of 45° 35' 00", an arc distance of 49.33 feet; thence tangent to said curve South 45° 24' 36" West, a distance of 36.06 feet to an in eersection wi ch the North- easterly line of aforesaid Civic Center Drive 88.00 fee[ wide, safd in errsec [i on being a poi n[ in a non-tangent curve concave to the South- west having a radius of 444.00 fee[; thence Sou [heas rerly along said cu rvr through an angle of 8° 23' 43", an arc distance of 65.05 feet, co [hr end [hereof, (a tads a] line of said curve through said end bears North 49° 36' 28" Easc); thence North 45° 24' 36" Easc, a discance of 36.06 fete, to the beginning of a tangent curve concave Norchwes re rly having a radius of 727.00 fee[; [hence NorCheas [e rly along said curve through an angle of 45° 35' 00", an arc distance of 101.04 feet; thence tangent co said curve North 00° 10' 24" West, a discance of 58.8fi fete; thence South 89° 49' 36" Wesc, a distance of 32.5 feet; thence Notth 00° 10' 24" Wesc, a distance of 270.00 feet; [hence South 89° 49' 36" Wesc, n discance of 240.40 Feec, co the. 6e gi nni ng of a tangent curve contour to the Northeast having a radius of 50.00 feet; thence. Nor[h- wrserrly al on P, said curvy through an angle of 90° 00' 00", an arc distance of 7A.34 fee C; [hence tangent [o said curve Nor [h 00° 10' 24" tars q a discance of 72.49 feet; thence Sou eh 89° 49' 36" Wesc, a d/stance of 786.00 feet, mote or less, to the TRUE POINT OF BEGINNING. Page 2 kitn~~t4a Hia Im nd n( Clu• Cbairm:m a( thv IAm rd of SnpO rvisors, mxl thr coal of thO Cmumy n( firm ISO rnn rd ins+, of thr StarO of Catiforn tia, this `___,_„__ day of __~___.__._. 19A 2. COUiI'fl' OF SAN BERNAROINO B}' Chairman, BOa rd of Supervisors STATE OF CA4I FORN IA ) ss COUNTY OF SAN eERNARDINO ) On 19 _, before me, [he undersigned, a Notary Public in and for said County and State, personally appeared known to me to be the Chairman of thO Board of Supervisors of said COUnCy [ha[ executed the within ins [rumen e, and known to me [o he the person who executed [he within instrument on behalf of the body politic and corporate therein named, and acknowledged [n me that such body po]it is and corporate executed [he within instrument pursuant to its by-laws or a reso lotion of its Board of Supervisors. WITNESS my hand and official seal. Notary Public in and Eor Said County and Stale (Board No Cary) rev, 3-91 Page 3 ' E~ ~~ ~ ~ Ci tY_( .. ~ T.7.. ....-..-nn __ t iBu .. ~~ 1. :. _~ A ;~, -_~ •~t. ' i I i .~ <.__.. PARCEL NO I ~ ~ ~ ~ ~ ilk L- • ~ ~ L---- ., I, -__- ,: ` ~ ...... _ - --'I JAI ,_,... PARCEL NO 2 I 3 (j '. '~`• 1 ~ PARCEL MAP NO 6725 ~'•` ~'1 1 ,r~->,,,,, PM 67/4-7 `` \. ~~~ S .~xY -uIL1~ •vX t00.J31.30 Y /\\`~ •BSy 1nu• ~0~ ~ CWNtY N[Y 1R(9•~696Kt ~~ 1 \ • PIiOV CITY w9Ll nxn ~~., x~ ~1•i ~~ ~ Y \`~ 0619Ct ~~~~' ~[ ~~Ji a / F \ ~ -,- "~•'L-~`,~ ~%.,~~0."'•a y~~~y vmn coact ~ ,~ y ------- -- - - 'r ,' ~~. DATE March 15, 19~: FROM JAMES L. MATTI Architecture , TO JOHN MICHAELSI County n INTER-OFFICE MEMO ~~ EXHIBIT C" ~ ~~;.ry wn u6ncwr:o AEI S, JR., Director PHONE 288i ,,;;; { 'ngineering/Real Property Depar t,:ent y~~1~%~} Administrative Analyst trative Office SUBJECT WEST VALLEY LAW AND JUSTICE CENTER - RANCHO CUCAMONGA Listed as follows is a breakdown of actual costs incurred for the aceuisition of land for the subject property: A. Labor charges: Administration, appraisal and negotiations $ 3,769.52 B. Escrow fees 850.00 C. Partial reconveyance 50.00 D. Title Insurance 6,038.25 E. Title report 100.00 APPROXIMATE COST JLM:fa cc: Tom Sharpe $10,807.77 1] 1161000 P,. 1,11 !. ~~ ~_ r_N~ r/ 2 C ry s " -:. .~~ u L~ e _ ,J~ ~~ _ ~ ~~ " ti . ~ . o _ ~ aJ~ ~ e. ~ ~ ~ 8 b ~~ ~G1 ` oA o : 1 , \ 11J. _ T.~ / NV~": ` 0 .R f .t .f"~~ ~ : -~ ~~a a`v f - a, p w .~ ~ ,~ m m ~ t ~~ -~3NY--3J(1t1dS- 1 a~ ice" t cL~ ~' .. . Q Yon. l a. ~ a p ~ _ .R. . ~_ n N ~ y ~ i 4 ~ H d ~ L~ k v ~^ ~: ; tO ~ ~ _. v S O: 2~' i~ ~F x~, o~~~E +: o:.. U ~ S ? NVt O (1a 6SZ 4 a~ a.~1 ;fit 4 N `' 4 ~~ pyf ~ 4' ~V i, J`y' e o m >' ews., r ~ ee<, prr `~ z }~ •e~~3AV---H701V rr uF4 ~ ' ~j'SSF F Y ,\ Mf; 1 ~ a' l~NJ °'> C ~ .,: sY N I I ~ K e r2~ o ~ ~nl~ ~„~'~ 4 ~ ~. .,m a . c~~ .i ,~ r.l~- ~.,• c~ ~ (~iS ° oG i 1 G~~ m ~, ~~ v o o n I i ~ ^ `Y v J ~°_ } O ~ 4 ~ ` ~ .--~ i u S ~ ~I' I~ ry 4 i i tND .:~~ ~ I St AMLA/ Q C 4 b )~ LC~ 6 April 30, 1982 ~ ~~. ` Ce~fPr~r i r.`C First American Title Insurance Company 323 COURT STREET (P. O, BO% 632]1 SAN BFRNAR OIN O, CALIF. 92412' (]141 689-0311 • Cicy of Rancho Cucamonga Cicy Manager's Office City Flall, 9320 Baseline Ran d, Una "C" P. D. Box 807 Rancho Cucamonga, CA 91730 Escrow No. 8335-) Assessor's Parcel No. We have completed the above-numbered escrow in accordance with your instructions. Your recorded deed will be mailed to you by the County Recorder within a short time. If you do not receive your deed within 30 days, you should contact the County Recorder and the Count Assessor. Your annual tax bill will be mailed to your address as indicated on said Deed; however, in the event your deed was recorded after the first of March, we suggest you contact the County Assessor in order that you may receive future tax hills promptly. First installment of [axes becomes delinquent on December 10 and the Second installment on April 10. We enclose [he following items ~~ Escrow Sta cement showing receipts and disbu rsemen[s. _ Check for balance due you per escrow statement $ _ Cash due you per escrow statement $ _ Copy of Note and Deed of Trust. _ Tax BiII for Payment book to be furnished by the Lender. _ Payn~n[ book _ Fire Insurance Policy No. XX First American Title Insurance Company Policy of Title Insurance will be forwarded at a later date. The following information is in connection with a loan of record: Holder: NONE Address: Phone: Loan No. Unpaid balance S payment $ interest included at $. Next pa yen[ due We [rust this transaction has been handled to your entire satisfaction, and that we may have the pleasure of se ruing you again in [he very near future. thank you, ~.. ~ ~~~C~~rr~~~~ ~.r. ~, / loan Galloway [..Closing De partmen[ JB 2037 SB (6/80) • ~\I EH Pyj 3T T ` ~ First American Title Insurance Company 323 COVHT STREET • SAN BERNAROINO, CALIFORNIA • 899.0111 i ~~~ ~~~-/ FtGOw oFNCFR Joan Calloway FSfJOW NO. S3JS-J cwswc oere April 30, L982 CITY OF RANCHO CUCA.NONGA (Couney of San Rernard ino-tirl ler) ESCROW STA7EM ENT RECEIPTS _ DEMAND FOR DEED _ DEED OF TRUST peens 1,066,585.96 751,411.90 PAID OUTSIDE ESCPOW ... Funds [o be delivered on or before January 15, 1983 316,585.96 CHARGES: PoLICY OF TI'[LE MSURANCE - ESCROW FEE - PECONVEYANCE FEF. 986.90 425.00 OMWLNG DEED DRAWING DEED OF TRUST DRAWUlG BILL OF SALE DOCUMENTARY TPANSFEP TA% PECOADING DEED RECORDING DEED OF TRUST ADIVETMENTS PEAL ESTATE COMMISSION DISDURSEMENTS BALANCE I Chaco Harewnh ~ Duubv Company roTALS SI .Ofi7,997.86 $1,067,997.86 'S , B . M 5 -- TMIS FTATRWNT !MOULD N RRTAINlO RT TO9 FOR INCOME TAR NRIOftL .zP"~'7p'; CITY OF RANCHO CUCAMONGA ~'~ r. Cr ~ `7 xw.. Jon D. Mikelr C' , ~`~xn`r V (LL-.. Y 1 MuilwewMn _ ~ ' G CM1arles J. Buyoei II hmee C. Froet _ _- RicAnrd N. DaAI PAillip D. SrAlnsaer I9i' January 14, 1983 Lynn Kirkhofe r, Assistant Administrative Offices County Administrative Office i57 ',lest Fifth Street, Second Floor San Bernardino, CA 92415 Cear Lynn: Re: Final Payment for City-County Land Sale Agreement, Contract 82-113 Please find attached the second and final payment to the County of San Bernardino From the City of Rancho Cucamonga in the amount of $316,585.96 for the purchase of 8.69 acres near the southeast corner of Haven Avenue and Foothill Boulevard. The city would appreciate a letter from your office confirming that a pa}~nent has been received and the city has met all of its obligations within County Agreement 82-113, dated Mazch 17, 1982, between the County o[ San Bernardino and the City of Rancho Cucamonga. Again, thank you for all your help and cooperation in completing this land sale agreement between the city and county. Sincere!l~~y, ~ J la ..^.obinson A sistant City Manager JR/mk EOC 1JSn Ca cc: Lauren Wasserman, City Manager File 9JS0 BASELINE ROAD, SUITE C F09T OFFICE B01007 RANCIIO CL'CAM(INCA, CALIVONNIA 917J0 • (711)880.1851 ~:a.~ „:c:,a \V COUNTV OF SAN BER NARDINO CONTRACT TRANSMITTAL 2nd: $31fi,58S. 96 Contractor. CITS OF RANCHO CUCAMONGA Con[racwr's Representative: JIfd ROBI NSON, Assistant City Manager Address: Cit^ Hall, 9320 Base Line Road, Unit C Phone: (714) 989-1851 P.O. Box 807, Rancho Cucamonga, CA 91730 Natur^, Of Contlaci: lBne7ly describe the general terms of the contractl Provides foz sale of 8.64 acres near Raven and Foothill in the City of Rancho Cucamonga to the City of Rancho Cucamonga for $1,066,585.96. 1. Provides for payment to County of $750,000 at close of escrow. 2. Provides for balance to be paid to County on or before January 15, 1983. 3. Allows County to collect any unpaid balance not properly paid by City by deduction from City's secured taxes. 1.1 oar 11 rhrt rc,;n •.:nrlL:I !n x;11 I'nntrarls not PrrB;arrrl nn the "$tarrd.nrl CnnbdrY' lorrn.l •~nl i In :• it im n~. Ra;v re~.veJ as in budricl vlrenl C~rmlV G~o;mwl ` '/j ~, ~ CnuntV Atlnnnltilna no Olllw ox rxxna ,or V a.V z Go,lnty Ue;nrnn~n, CG.ie ACT tiULtaEn County Administrative Office ~a -~ CnumY UeVarunenr l'onvacr HeWesenlairve ~~ Pene:.able ~ Ternmaul John Michaelson en e„ 1535 o„e P;ing~f Urn NO SuO nnlecr\a Find NO. JaO NO. Door of Conr•act 240 9860 j.76 00780670 $1,06fi,685.96 cneck G~ v 6oennm. ^ ae.em c n cowac, nai pore :nay one pav~^em or racemr, - 5 s a comNere me rnnownrg. enera ~Nvmbrr nr navmems 2 -- -- ernomver lo: Esumaran an.or,m or lst• s750-np0.00 Rwe 1 ar ROBERT B, gIGNEV AdminittlJllM ~/~%Ce/ March 25, 1983 C011~VT, ;OF SAN B~~i~~DINO P COUNTY ADMINISTRATI V E OFFICE County Civic quiltliW ~ Eas/ 15J Watt Fi1s5 Straas Sen ernrpma, CA 9IU 5 b111 9838010 Mr. Jim Robinson Assistant City Manager City of Rancho Cucamonga 9320 Baseline Road, Suite P.O. Box 607 Rancho Cucamonga, CA 91730 Dear Jim; waw a aurEmvswa Jenn JOY^^r fvn p+n<t Ctl M+Eirv.in, Clwrm+n 3+[wN Durrr[/ OrvML M,aow In'rO N+lrcr PaMrrO iownw-0 iwna p+frc/ va.irL P.mm«r r./m a+rMr In response to your letter of March 22, 1983, this will confirm that the County has received final payment for the purchase of 8.69 acres near the southeast corner of Haven and Foothill Boulevard. With receipt of this payment the terms and conditions of Covnty Agreement 82-113 have been fulfilled. I hope that this will satisfy the needs of the City, and look forward to the joint development of this project area with your organization. Vety tr y y rs, N KIRKHOFE A istant Adm n'strative Officer Fi cal Manag t LK:db RECffIMffD CITY OF RANCHO CUCAMONGA ADMINISTRATION MAR 28 1983 718~911DIll~1211~2~9i418ie Lrj z a a 0 U m C d pp u 7 i y O H ~ y Z +~n z F ~ z ~ a I V {~y.~ W •~ ~~~~v z a ~ ~ i J m 1 L 6 . , ~ ~„~ d 0 z q s i eLi +~ K N ~. C trtr rt f. ' ~ ~~ r I First American Title Insurance Company 323 CO!RT STREET In. C. BOX G32T SAN BF. R':4RDIAD, C4LIF. 92412 ~ I>f41 B°a pat ~. rase anal Vour No. Our Order No. fip33~5~ J Form of Policy Co7e~epv~uQlues[ed: CLTA OMIIERS In response to the above referenced application for a policy of title inwrance, this Company hereby reports that it is pre pared to isw e, or cause to be iswed, as of the date hereof, a Policy of Title Lowrance in the form specified above, dewrib~ ing the land and the estate or interest therein hereinaker set forth, inwring against loss which may be wstained by reason of any defecq lien or encumbrance not shown or referred to as an Exception below or not excluded from coverage purwant to the printed Bchetlules, Conditions and Stipulations of said policy form. This report land any wpplements or amendments thereto) is iswed w;ely iar the purpose of facilitating the iswance of a policy of title inwrance and no liability is aswmed hereby. If it is desired that liability be aswmed prior !o the iswance of a pol rey of title insurance, a Bintler or Commitment should 6e requested, Dated as of at 7:30 a.m. _ ____ __~_ _ _ Mares] 25r 1982 TITLE OFFICER Title lv said estate or interest at the date hereof is vested in: JoDn C. SansCOek COG:tTY OP SAN IISRtiARDINO, a DOd~ yolitia and eorporate of IAa StaCe of California, D~ Deed raaorded Augaat 78, 1951, Instruinnt No. 81-190967. Otfiaial Records. The estate or interest in the lantl hereinafter described or referred to covered by this Report is: A Yee At the date hereof exceptions to coverage m nddhion to the printetl exceptions and exclusions contained in said policy form would be as follows. 7D7314 _2_ . 1: General and Special taxes Por the Piacal year 1982-83, are exempt. 2: The foot that access rights to Haven Avenue, mere relinquished by dedication on the Map of said land (Parcel Map 1Jo. 6206 reaorded in Book 59, Pages 91 through 95, inclusive, oP Parcel Mapa) to the City of Ralleho Cucamonga. Location: Westerly line of said Parcel No. 2, Parcel Map 6725, being a divie ion of Parcel Map 6206 3: Oaner'e Certificate Por Parcel Map 6725, in part, recites: "An Offer to de dlcate and aoceptanae by the City of Rancho Cucamonga, a 10 foot aide eidexalk easement ad~aoent Lo and abutting all publla streets, together xith a blanket puDllc utility easement saroee said land." DESCRIPTION: All those portions of Parcel tJO. 2 of Parcel Map No. 6725, in Lhe County of San Bernardino, State of California, ae per plat recorded in Book 67 oP Parcel Mapa, pages 4 to 7, inclusive, records of said County, more particularly deearibed ae foliose: COMMENCING at the intersection of the oentarline of Civia Center Drive (formerly Sequoia Avenue) 88.00 feet aide, with the aenterline of Haven Avenue, as ehoan on said Parael Map; theme North 00° 10' 24" West along eaifl aenterline of Haven Avenue, a alstanae of 454.00 feet; thanoe leaving said centerline North 89° 49' 36" Enet, a dlatanae of 101.00 Peet to a point Sn the East line of said Haven Avenue, said point also being the TRUE POINT OF BEGINNING; thence continuing Plorth 89° 4y' 36" East, a distance of 386.00 Peet, to angle point therein; thence mouth 00° 10' 24" Eaet parallel with said centerline of haven Avenue, a distance of 72.49 feet to the beginning of a tangent curve concave to ~b7314 -3-' the Northeast, having a radius of 50.00 feet; thence Southesaterly along said curve, through an angle of 90° 00' 00", an arc distance of 78.54 feet; thence tangent to Bald curve, North 89° 49' 36" Eaat, a distance of 240.40 feet, to angle point therein; thence South 00° 10' 24" East, a distance of 270.00 feet, to an angle point therein; thence North 89° 49' 36" East 489.81 feet to point it the Southeasterly line of said Parcel No. 2, which is situate South 42° 10' 00" Weat, a distance of 330.14 feet, from its intersection xith the Southwesterly right-of-way line of Alder Avenue, 88.00 feet as shown on said Parcel Map; thence South 42° 10' 00" West along said Southesaterly line of Paroel 2, a distance of 547.79 feet, to the moat Southerly corner of said Parcel No. 2, which corner Sa also situated on the 27ortheasterly right- of-~~ay line of said Civic Center Drive; thence North 32° 52' OS" Weat along said 1:ortheatterly right-ot-way line, a distance of 217.73 feet, to the beginning of a tangent curve concave to the Southwest, having a radius of 444.00 feet; thence Northwesterly and Westerly along said curve, through an angle of 57° 18' 19", an aro dietanoe of 444.07 feet; thence tangent to Bald curve South 89° 4g' 36" West along the North line of said Civin Center Drive, a distance of 282.00 feet, to the beginning of a tangent curve concave to the Northeast, having a radius of 24.00 feet; thence Northwesterly along said curve, through an angle of 90° 00' 00", an arc distance of 37.70 feet Lo a point of tangenny xith Lhe East line of said Haven Avenue, (said East line is parallel with and 101.00 feet Eaet of said centerline of Haven Avenue); thence North 0° 10' 24" Weat along said East line, a distance of 386.00 feet, more or less, to the TRUE POZNT OF BEOINNZNO. EXCEPTItiO TriEREFROM ell minerals, mineral rights, oil, oil rights, natural gee, natural gas rights, petroleum, petroleum rights, other hydrocarbon substances, geothermal steam, all underground water, and all produote derived from any of the foregoing, in or under or which may be produced from the property which underlies a plane parallel to and 500 feet below the present surface of the property together with the perpetual rights of drilling, mining, exploring and operating ti~erefor and storing in and removing the same from the property or any other land, including the right to whipstock or directionally drill and mine from lands other than the property, oil, water or gee wells, tunnels and shafts into, through or across the subeurtaee of the property, and to bottom such whipetocked or dire cLlonally drilled walla, tunnels, and shafts under and beneath or beyond the exterior lf.rr,its thereof, and to redrill, retunnel, equip, maintain, repair, deepen, and operate any such wells or mines, without however, the right to drill, mine, store, explore and operate through the surface or the upper 500 feet of the subsurface of tine proyerty, as reserved to Daon Corporation, a Delaware corporation, by document recorded March 9, 1981, ne Instrument AIo. Est-049396, Official Records. 487314 -4- t70TE: Upon recordation oP the County of San Bernardino, the oi-` lying item will become an exception in Schedule "B": Reserving unto the County oP San Bernardino-Grantor, the right of acaeae including vehicular ingress and egress over that certain portion of the hereinabove deacriDed Parcel, said portion deearlDed as follows: COh1MENCING at the intersection of the centerline of Civic Center Drive (formerly Sequoia Avenue) 88.00 feet xlde, xlth the centerline of Haven Avenue, as shown on said Parcel Map; thence North 00° 10' 24" Went along said centerline of Haven Avenue, a distance of 454.00 feet; thence leaving said centerline North 8g° 49' 36" Eaat, a diatanae of 101.00 feet Lo a point in the Eaat line oP said Haven Avenue, said point also being the TEUE POINT OF BEGINNING; thence South 00° 10' 24" Eaat along said Eaat line 13.6 feet; thenne Borth 89° 49' 36" East, a diatanae of 346.00 feet, to the beginning tangent curve concave to the Southxeat, having a radian of 25.00 feet; thence 3outhesaterly along Bald aurvs through an angle of 90° oG' GO", an era diatenae of 39.27 fast; thence tangent to said curve South 00° 10' 24" Eaat, n aistanae of 33.9 feet, to the Deginning of a tangent aurve aoneave to the Northeast, having a radius of 65.00 feet; thenne Southeasterly along said serve through an angle of 90° 00' 00", an era distance of 102.10 feet;thence tangent to said aurve North 89° 49' 36" Eaet, a distance of 183.00 teat, to the beginning of a tangent curve conaave to the Southxeat having a radius of 25.00 feet; thence Southeasterly along said curve through an angle oP g0° 00' 00", an arc diatanae of 39.27 Peet; thence tangent Lo said curve South 00° 10' 24" Eaat, a distance of 288.86 feet, to the beginning of tangent curve conaave Northwesterly, having a radius of 62.00 feet; thanes Southwesterly along said curve through an angle of 45° 35' 00", an arc distance of 49.33 feet; thenne tmgent to said aurve South 45° 24' 36" went, a dletenae of 36.06 feet to an intersection xith the Northeasterly line of aforesaid Civic Center Drive 88.00 feet •ide, said intersect ion being a point in a non-tangent aurve concavo to the Southxeat having a radius of 444.00 feet; thence Southeasterly along said curve through an angle oP 8° 23' 43". an arc diatanns of 65.05 feet, to the end thereof, (a radial line of said aurve through said end bears North 49° 36' 28" Eaat ); thence North 45° 24' 36" East, a distance of 36.06 feet, to the bagSnning of a tangent curve concave Northeasterly having a radius of 127.00 feet; thence Northeasterly along said curve through an angle of 45° 35' 00", an arc distance of 101.04 feet; thence tangent to said curve North 00° 10' 24" Nest, s distance of 58.86 feet; 70`!314 -5- thence South 89° 49' 36" West, a distance of 32.5 feet; thence ;JOrth 00° 10' 24" West, a distance of 270.00 feet; thence South 89° 49' 36" West, a distance of 240.40 Feet, to the beginning of a tangent curve concave to the Northeaat having a radius of 50.00 Peet; ^hence Northwesterly along said curve through an angle of 90° 00' 00", an arc distance of 78.74 feet; thence tangent to said curve North 00° 10' 24" west, a distance of 72.49 feet; thence South 89° 49' 36" West, a distance of 386.00 feet, more or less, to the TRUE POI:JT OF EE6INNIN6. _:. 12, r~s.,R.7wsse. a ~. ~ ~ /mar. I 4w FTanCta eucdrnc~~cr Clty 208- .~. .. . T'ox RatB• Arty - '. ~ I5C.09,1301'~ . • •,~ rr-- u, ro' a ° ~.~ .. .. , . F'4 F^ f \ T1~`^ Pp•. E r+~ ~;5.`,r~ FW r.. r t~? ~).. .M~~~ •° ~ P' ~ , N 1436 FC, ' - }~1 ~. ~. t t ~ ~ • • .l ~~ . ~ ~ 1 1 ~. r ~ rr ~ r ,., ~ - , ~' '.i, , etsa: ~3 s, 1 .. ... ~,• ,+ ~ , I , _~ ~ jl ,~ fa ooe~r, na. ? ~ ,4 9 - ~, _ ) ~. 1. Y-i`DN~`5" r~1 ~ ~~~°~~~ it nY ~~ ~ ® l~ O ~ ; ~: ~.. + • e ~ .'t } ~ :'' ~ ' .. 1 , .. . ~.. ,, ...,~. r ' ..••fl • . , k+~u-~s~or: eta, a w ,6xR 2es ~! ~ ~t• » t!~ . ~ ' '~ ~,~.-,....c C• .n In /":-,.4e F^n P.,-... /~- ~.~_ ~.ft_~ W • .. I. P-}-- - .. ~ ~' i0q INDUSTPoAL OR COMMERCIAL PURPoSES L(F . PARCEL MAP N0. 6725 IN THE CITY OF RANCHO CUCAMONGA tCINO .1 SUEOIn S10M q /APCCL }3 ff PM[El WP Iq t}Q(~ AS PEP YIP ~ nECORDEf IR BUOx St, PL4E3 f1-93 [f WPCEL WP; 31 THE OPT6E Of M IIFCOIIDEP 0E M COWT1 01 LN IEMMgNO C01MTY, STAl[ OE CALIEOPMA ,~Nalu LD NINCA.tl~oniu MARCH 1981 JOHN K FEENSTRA,R.4E IS870 «. ~ ~N, . wrtPnlo, o i~i..N 1~ . «... 4.v n«. ..1 11.,. N...,.n NOTE wlltp Y«1e w..n »n1.N ~ u r..1n1 .r 'u• . w w n1« SEE SHEET 40F4 FOR :,N"', ' '~'~""•,','~° °~` °°°° STREET INTERSECTION p"~":` .~.. 1.T'rT,l_ ,1._.b,...,,11.,_. DETAILS ,,,,.. «„ ,«.1 YIM 1N «14 NU N_. _n .N r,Mr .,Kr< . r i iao ..n`iN ewanN ~.~ r 1. r 1N A[.E mo a P..f.•r. war N' ..... •.. rA .,...._.,a. -. ..u.r . r~_r_________E roarw2t__L. ____~c______efJU[wAlrO _____________1 _"___ t h ` : S 8 • :0 ~.Z I + I~ Pore/ Y ib 1 D i I a'I ,. ° ~~' ire '} i . a ~ ' v::1 - ` .a. ,.a a«o, aw"...~ o= w I E' ~: ai°:; 6 al Ca ... as .aP ~1 _. l 1~ , N I /tlJe L.v I. 3~~ ''1 b P ~ r o 1 ~~ { f . , •• ~ ~T+ ~,. • tw E ~, YIw YY.N4 ~ ~ ~ ~: ~ri1 •. , ~ ~ ~ ~ 1-t 1 ~. . V ' ~' . 1 • "br P 3y ~ ! + f!1 , ~ ril' "i. / ii oi. ~1 ~ ~ / ; c .3 ~ r. .f c ~ 5 .< + I Q ~ E„+rr..rc wd . R~ ~ r b. I ~ 1sJ 3 .r i a I ~ ~„~ St i PARC((. 3 \ 11.3 '1J O ~ N ..~~ u ` ' °• ±I ~ .« r u a ~. e. f.w.i .: .r...a«~ ,.? w. Nrre•/ ~ f a ....ar.fY Nr' ry Le P JJ r ~~ ~ r _-_ --" k'L. __-__- MA/NO ~iI/ rir ~ . _ ( wD A lJw.r,<'[ ry y~_ SY~ li G~ ..,~ l ~ ~ 7 10AIYF •L•'p'4Y. vLr _ C.i:- 4 . /1 N.I. iSIfFfP i _r y rl. / !/ I ~ ~ -f-~ rHry. r( {I __~/fin •nr . /p.'.iPUl M/14/ /Tr l/Lrtr, p/ ___ • .rqr pv.ra ~1 ~ r• L S I ) 1e' s ;10.11// 1 O. br / I 0: S S~Cv1 ~ ^ • ' R MPC ._.__ __ _ Ira r;l~ar ~-. . _2_. _ _fF - I p 3t [I. / h --. ~-~a. a M al Q ' ~ I PI '1 i« i iro•r. I me::.~ l o i /P ~ 1 ~ I u ,} h m_ tu i rNAt } /LrO. /l)OO - I 11 H /S T YZ-l6 ^ ~ / t 1 , ,. 1Nrvr/7~. Iw.l1 A PB Ihn. a V'/ ~ ~ /r n I ; I /S la 1 . I~1 r~.lN.aN i u...... .n"n ~ +1 IRYON 1~ ~lilriT(~rr :'----1k ~ . sour[ . ~frm~ rarm--.-__ -" _"' •.r •,.« ~.. ..amwc~ 1~ . 1n.. 1 m. ... nvra >.~ 1 v. u V',M r+l m f'V'W' ' v]o' a' M II~ z. 4ie m Irn.le )5 )Im ' I ' 11' n w. w' b-M Y 1 n'n1 Y' " M.n Yq m' ~ 1 n Mm il m ) r{ mm 11 m' Y r .Nm N'11 M' tl)M 1 1 N. m' 1 m n' ~'S I1' In. N' N] tl' II II' }I «' P ), .'Sl M y 10' N M' ~ Y YI m N )I.m' M ~ N m ' 11' ' Mn' Il M' n r Ntir m y10' W n M'~M 14' l b «~' ~'S ~~ M 11 nm Nn . II N' RII A InN ~ 11 1 S1 ' 1 4 V 1 q Ilm . )5 411. 11 1•N 1• N ' fi M 11'11 nl Ny 0' ~IN .IN \ gym, )A I 1 b 1i^N «V' V M il'M T' ! µ. y «• . ' N I N m ' N'n V' I~ 1w 1 V II ~b M m V•X II' 11.1.11• 11 II li) ,~ N1 ' F.n ,.1 p L N. T T•Y 5I' It M' }ie 1]' A m N Yr 41 II' IN ~ m ml n mIm ns'}e l' IIN nN' y~ IDm. e. y'M' IT Ia N)11 X ' 1 m r N' n'I N tl' v- 1N « w e' 11 T m' m' N~ I i N ' n~ Y' M 1 1 ' ' ' 1i M ]51M A1', ~' ' I{)T nl li' N NO m 1•Y tl ' ' ' ' le 1! ', 1 V.m 11 11 11 ' ' 11 F .v ®m 11 «I) 11 )1 m' n' a ) ' ' I 11A 1 11 v M1y 1) V111 Ii 11 Y N°M !'n'V' )111 UM v I ' Vi N 01 N I M u m mrlr_ 1 n 1 w r NORTN j n ~1~ ~'ii u' ' ' ' n« 1 . 1y a w Y ii ,m.' 'e nb r a nm m~ le•«'1 nr N' ' ' ' ' ry r'1 htlN: /"•!oo 11 . N M m ' ' INN 1q N i•ii ~ N Nm « 11111 1 ' ~ m' n!' 1 11 « m n 01 Y Ifl 01 iM Y 1N iJ l 'N' )n 51. m 1 11 )1 IY IP « tl n V/V[ Qry/ p r GM..dY .' __ N~rst American 7Ftle Company ~ San Bernardino. cxu roRrvu rc~crnorvc I71G) 889-0411 ESCROW INSTRUCTIONS ~~x ~~ ~~ our ER . ESCROW SUMMARY TIIESE F,SCROW INSTRUCTIONS Raio oursipE ESCROW s _ __ SCPERSEUE OUR PREI'IOL'S CASH rNROUCH Esc sow JuA,ti C.4LLOwAY EBCROk' IN51'RC CTIUNS UATF.D ENCUMBRANCE Or RECORD ESCNU'W OFFICER MARCH 31, 1982 ErvcuMBRgNCE OR RECORD __ Ord er Kum bar 8775-.7 PoRCH 0.5E MCN EV ENCUMO Oa!e APRIL 7, 1932 r_orgC CONSiUERgTIO~s ],U66,58i 96 To EI NtiT ASIERIC'AS TITLE I he: ebc agree to purchase the hereinafter described properh~ fora !oral :onsideration of 5 1,066, SBi.96 and wU:' un or before APRIL 30, 1982 hand you said consideration which is payable as follows $i 10,000. 00 shall be deposited h7 Hucer on or before close of escrow, and an additional sum of 5316,185.96 on or before January 15, 1983. Said purchase shall be in accordance with rile terms of the Agreement between the Canty of San Bernardino and the Ci[y of Rancho Cucamonga, attached hereto as EXHIBIT "B" and incorporated herein. (See Item no. c below) I will delix er to you any additlonal Ponds and ez sate any instruments which arc necessa n' to co m ph' with the teens hereof, ali of whkh you may use when you hold Ior me a deed exsuted by COBNTY OF SAN BER,NARDINO, a body corporate and FoL[ic of the Sta [e of California and when you ran issue your standard em~erege form policy of title insurarce with liability of 5 1, 066,>85.96 on the following described property siNeted in lh¢ CiN of County of San Ae rnard ino State of Cel0ornia. All [hn se portions of PARCEL ti0. 2 of PARCEL MAP N0. 67[5, as per plat recorded in Book 67 of PARCEL MAPS, pages 4 to 7, inclusive, records of said County, as more particularly described in EXHIHIT "A" attached herto and made a part hereof comprtisi ng one page. showing !iUc res!ed 'm CITY OF RANCHO CCCA.MONGA .:\p4 '>70 `:.J". Ti~~R fm' of uncu m bra nee= except: 1. General end epxiel lazes for fiscal year 19 82. 1983. 2. Such recorded covenants, conditions and restrictions which might exist thereon unless disapproved by City es provided below. 3. Any liens, encumbrances, easements, rights-of-way, rights of record, items, exceptions or conditions which might exist against title, unless disapproved by City ae provided below. 4. Auyer will deliver to Escrow a fully executed contract, Exhibit "H", which shall he recorded with Exhibit "A" attached. Exhibit "B" coneains all relevant terms regarding payment Eor said prop arty by City of Rancho Cucamnn ga to County of San Bernardino. x x r w< A• a x A• w x a A x x f ,t ,t ~ x• x• ,t w• x a s w••• x :t i< • ,t ,k ,t The Buyer shall have the right [o review the Preliminary 'lit le Report and the items and exceptions thereon. 1'he consummation of this escrow is contingent upon Che Buyer's approval oC said Preliminary Title Report vi thin 15 days from receipt thereof. If Escrow Holder does not receive Buyer's written approval within said specified Cime limit, such report shall be deemed approved. In the event Auyer disapproves said report within said time limit a»d Escrow Holder is so not ifed in writing, this escrow shall be canr.elled. L'pon receipt of cancellation instructions executed by Seller and Buyer, Escrow Holder is inst rue red to return all documents and funds to persons depositing same except that all cancellation fees shall he deducted from Buyer's deposit. Fo twith standing any refere»ce to the contrary pertaining to escrow and title fees, [he usual sellers and buyers expense oP this transaction will be shared equally between the Buyer and Seller. Page 1 ESCROW INSTRUCTIONS PAGE 2 Escrow No. 8335-d No[withstand ing any other proviaions of these instructions it is under- scood that this escrow is entered into pursuant to [he terms and provisions of thac certain COUNTY-CITY LAN- SALE AGREEMENT dated March 17, 1982, by and between COUNTY OF SA.Y eERNARDINO (Seller) and CITY OF RANCHO CUCAMONCA (EU }•e r). A copy of [he aforesaid Agreement has been deposited with the Escrow Holder and [he same is hereby incorporated herein and marked E%HIEIT "E" attached hereto and made a part hereof comprising 11 pages. Each of t}~e parties to this escrow specifically acknowledges that. the con- summation of this escrow is contingent upon compliance with some or all of the executory terms and provisions of said Agreement and Chat the parties to said Agreement are and shall be the sole persons entitled to and authorized to determine whether all of said executory terms and provisions due to be performed prior to [he close of escrow have been met or complied with prior to such close. Accordingly, the parties hereby agree that a[ least (2) days prior to the scheduled close of this escrow, they shall each deposit with Escrow Holder a WRITTEN lns[ruc Lion or acknowledgement specifying Chat all the executory terms and provisions of said Agreement, insofar as the same pertain to each said party respectively and any obligation of Escrow Helder relative thereto, have been fully met or complied with, or are waived. Fur [her, each said party shall specifically release Escrow Holder from any and all liability, if any, which it may have in connection with [his escrow because of any party's failure to meet or comply with any such executory term or provision of the aforesaid Agreement prior [o the close of escrow. -eposit of such wT it[en instruction or acknowledgement with Escrow Holder shall consti[uce each said party's specific authorization [o close [his escrow. ESCROW INSTRUCTIONS -Pape 3 Order Numher 8335-J prorate and'or adjust the following as of CLOSE OF ESCROW OF ITEM NOS. 1 and 2 ONLY 1. Taxes baud on the amount u( the lass tax statement of the Tax Colle<tm issued poor w the clue of escrow. {I( the amount of the new tax bill issued by the Tax Collector a(Ier close of euruw is nmre or less than the amount used fur prurahun purpoxs, the difference, if any, wdl be ]djus[td by the parties herein ou tnde of euruw.) 2. insurance (including FH.4 mortgage insumnee, daryq. 3 Interest on all encumbranes. except on any impruvemenl asussments or hands. 4. Rental pet rem stalenxm handed you 5 "Charge the buyer and credit the idler the amount of any (ands held m an impound account, a any, in can necuun wuh an existing loan." You are to hold forme Np shares o(water stuck of the Company. 1 hereby agree [n pay am charges including usual Byers escrow fee and an) advances and expenus that arc pnipery chargeable to me rerudless of the consummation of this rscmw. At the clue of escrow you are to marl all documents. ele., to the persons rniuled thereto, GENERAL PROVISIONS All disburuments shall be made by your check. All funds received in this escrow shall be deposited in one or more of your gem eral euruw accounts with any bank doing business in the State of C]Idornia and may 6e transferred m any other general escrow account or accounts. The expression "clou of eurow" means the date on which instruments referred to herein are filed fur record. All adjustments are to be made on the basis of a 30-0ay munch Recordation of am instruments debvered through this eurow, B necessan or proper in the issuance of a poliq' o(title insurance called (or, is hereby aulhonred. Execute nn behal(uf the parties hereto, form assignments of interest m am' insurance polities (other than Utle insurance) called for herein and forward them upon duo of escrow Iu the agent with Ihe~request, first, that insurer consent to such transfer or attach loss payable clause or make such other additions or corrections as may have been specifically regwrrd heren, and ucond, that the agent thereafter forward such polimes to the parties entitled to Them. Ir. all acts in this escrow relating to fire insurance, including ad~ justments. if am, you shall be fogy protected in assuming that each such pubcy is m force and that the necessary premum [hcrefu! has been paid. Tou are to famish a copy of these instructions, amendments thereto. closing statements andror any other documents deposited in this escrow to the lender or lenders, the real estate broker or brokers andlor the atlomey or attorneys involved in this trans action upon request of such lenders. brokers or auornevs. Should you before or alter clox of escrow receive or become aware of am conflicting demands or claims wish+espect to this escrow or the neh[s of any u( the parties hereto, or any moray or property deposited herein or affected hereb7, you shall haee the right to discontinue am or all furl her acts nn yom parr until such con0icl is resolved to vour satisfuctiull, and you shall have the further tight to commence or defend any action or proceedings (or the determination o(such can OicL The parties Kerr to jointly and severally agree to pay ail costs, damages, judgments and expenus, including reasonable attorneys fees, suffered ur incurred by you in connect ron wuh, or arising out of this escrow, including, but wnhuut limiting the gene rainy of the fore. going. a sun in unerplcader brought by you. In the even! you fde a suit in mterpleader, you shell ipu facto be loth' released and discharged (rum all obligations imposed upon you m this eurow. 1( fur any reason (ands are retained or remain in escrow, you arc to deduct therefrom a reasonable monthly charge as custodian therro(of not less than 510.00 per month. Time is declared to be the essence of these instructions. I(you are unable m comply within the time speci0ed herein antl such addmonal time as is reywred m make an examination o([he ofOnal records. )'ou will return all documents, money or pmpert)' to the parry entitled thereto upon satisfactory written demand and amhonzatrun. Any amendmem of andsur supplemem to am mst ructions muss be m wrung. The seller agrees to all and the buyer agrees to buy the properly herein d¢unbed upon the terms hereoL These escrow instructions, and amendments hereto. may be ezecuted in one or more counterparts, each u(whuh independemly shall have the same effect as d n were the original, and all of which taken together shall connnuto one and [he same ins[ruc lion. City Manager's Office Name _CITY OF RANCHO CHCAMONGA gddress Cicv Hal l,_9t70 a=mot t,.a od Phone Unit C, P. 0. Box 801 Name BY'- Rancho Cucamonga, CA 91730 SELLER I approve of the foregoing ms[ructions and agree to all and wdl deliver to you papers, instruments grid/or funds regmred from me wnlun the time limit specified herein, which you are authorized to deliver when you can issue your policy of title insurance as tit forth above I agree m pay any perwnal property taxes properly chargeable tome. You are instructed to uu [he money and record the instruments to comply' wuh card instructions and to pay all encumbrances of record necessary wnhuut further ap~ prm'al nuludmg prepayment penalty its to show title as herein provided. I agree to pay your usual ullerseurow fee, drawmR of documents and such other charges which are advanced fur my account regardless u( the consummation of this escrow. I also agree In pay the poliq of Isle insurance premium and recording fees which are properly chargeable lu me and documentary transfer tax m the amount of S ----- which you are instructed to enter tin the deeJ and a(Oz your signature thereto, if regmred. In the event Iles amount is incorrect, you are authorized and instructed to enter the correct amount tin the decd and deduct the additional cost therefore from funds accruing ro my account In the event an mcurrecl amount is entered on the deed and said decd rs recorded,l hereby hold you harmless and agree to reimburse you fur any loss you may sustain by card amount being incorrect. At the dux of this transact wit you are authorised to pay commission in the amount of S - to', ---- Broker's License No. --- County Administrative Office Name COUNTY OF SAN BE_RNARDINO__pddress 157 W. Fifth Str gL_ Phone e San Bernardino, CA 92415 Name y AI the dou of eurow you arc to mail your check and any documents to wh¢h I am entitled to the above address. 10]9 a EXHIBIT "A" All [hose portions of PARCEL NU. 2 of PARCEL MAP N0. 6725, as per plat recorded in Book 67 of PARCEL MAPS, pages 4 ro 7, inclusive, records of said County, more particularly described as follows: COMMENCING at the intersection of [he centerline of CIVIC CENTER DRIVE (formerly Sequoia Avenue) 86.00 fee[ wide, with the centerline of HAVEN AVENUE, as shown on said Parcel Map; thence North 00° 10'24" Wes: along said centerline of HAVEN AVENUE, a distance of 454.00 feet; [hence leaving said cer.[erline North 89° 49' 36" East, a distance of 101.00 feet to a point in the Ease line of said BAVEN AVENUE, said point also being [he TRUE FOINT OF BEGINNING: thence continuing North 89' 49' 36" East, a distance of 386.00 feet, to angle point [herein; thence South 00' 10' 24" Ease parallel with said centerline of Haven Avenue, a distance of 72.49 fee[ [o the beginning of a tangent curve concave to the Northeast, having a radius of 50.00 feet; thence Southeasterly along said curve, through an angle of 90' 00' 00", an arc distance of 78.54 feet; [hence tangent Co said curve, North 89' 49' 36" East, a distance of 240.40 feet, ' to angle point [herein; thence South 00' 10' 24" Eas[, a distance of 270.00 feet, to an angle point therein; thence North 89' 49' 36" Eas[ 489.81 feet [o point in the Southeasterly line of said Parcel No. 2, which is situate South 42' 10' 00" West, a distance of 330.14 feet, from its intersection with the Southwesterly right-of-way line of ALDER AVENUE, 88.00 feet as shown on said Parcel Map; thence Seu th 42° 10' 00" West along said Southeasterly line of Parcel 2, a distance of 547.79 feet, to the most Southerly corner of said Parcel No. 2, which corner is also situated on [he Northeasterly right- oE-way line of said Civic Center Drive; [hence North 32' S2' OS" West along said Northeasterly right-of-way line, a distance of 217.73 feet, to the beginning of z tangent curve concave to the Southwest, having a radius of 444.00 feet; thence Northwesterly and westerly along said curve, through an angle of 57° 18' 19", an arc distance of 444.07 feet; thence tangent Co said curve South 89~ 49' 36" Wes[ along the North line of said Civic Center Drive, a distance of 282.00 feet, to the beginning of a tangent curve concave to [he Northeast, having a radius of 24.00 tee[; thence Northwesterly along said curve, through an angle of 90' 00' 00" an arc distance of 37.70 feet to a point of tangency with Che East line of said HAVEN AVENUE (said East line is parallel with and 101.00 Eee[ East of Said centerline of Haven Avenue); thence North 0° 10' 24" Wes[ along said East line, a distance of 386.00 feet, more or less, [o the TRCE F'OINT OF BEGINNING. .. ,u . n ~ ~ ..S EXHIBIT "B" COUNTY-CITY LAND SALE AGREEMENT THIS AGREEMENT, dated March 17, 1982, is between the COUNTY OF SAN BERNARDINO, a public entity and agency ("COUNTY"), and the CITY OF RANCHO CUCAMONGA ("CITY"), a general law city organized pursuant to California law. W I T N E S S E T H WHEREAS, the COUNTY, a body corporate and politic, is the owner of certain real property located within the City limits of CITY consisting of approximately 25.5 acres, more or less, more particularly described in Exhibit "A" attached hereto and made a part hereof; and WHEREAS, the COUNTY has determined to sell to the CITY 6.64 acres of the property described in Exhibit "A" to be used by the CITY for the development of a city project for a comprehensive Civic Center described more specifically in Exhibit "B" attached hereto and made a part hereof ("SITE"); and WHEREAS, the COUNTY with the concurrence of the CITY is of the opinion that the SITE should be developed as a part of the compre- hensive Civic Center of the CITY by the construction of certain public facilities such as a City Hall, Police Building, and Cultural Center, together with parking facilities, walks, and other appurtenant facili- ties as contemplated by this Agreement. NOW, THEREFORE, in consideration o£ the payment of 51,061,182.08, plus costs in excess of direct land costs, and the performance of the mutual promises and agreements herein contained, the parties hereto agree as follows: SECTION l: Premises. The COUNTY hereby agrees to sell and the CITY hereby agrees to buy the SITE, more specifically described in Exhibit "A", subject to any conditions, reservations, exceptions and rights-of-way which may be of record, after review by CITY as set forth below. SECTION 2: Ownership; Possession. The COUNTY covenants that it is the owner of the real property described in Exhibit "A" hereof and the COUNTY shall sell to the CITY 8,64 acres, plus oz minus of the total acreage described in Exhibit "A". SECTION 3: Purchase Price and Method of Payment. The COUNTY agrees to sell said property and CITY agrees to purchase the SITE as follows: ' The CITY shall pay a purchase price of $1,061,182.08 plus the City's share of ACQUISITION costs of $5,403.88 in excess of direct land costs for the SITE (described specifically in Exhibit "C", attached hereto and made a part hereof), payable to the COUNTY OF SAN BERNARDZNO as follows: (a) The sum o£ $750,000 to be paid by check to the order of COUNTY, to be delivered through escrow on or before the close of escrow, and the sum of $311,182.08 plus ACQUISITION costs of $5,403.88 in excess of direct land costs to be paid by check to the order of~ COUNTY, to be delivered on or before January 15, 1983. If CITY fails to deliver either said check, in said amount, as agreed, the portion remaining unpaid of the total $1,061,182:08 plus $5,903.68 in ACQUISITION costs in excess of direct land costs shall be payable from CITY's apportionme.^.t of secured taxes until full satisfaction and shall be made payable by a warrant to COUNTY, prepared by the Auditor-Controller's Department from funds deposited with the County Treasurer-Tax Collector on behalf of buyer, CITY OF RANCHO CUCAMONGA. (b) The CITY, following its acquisition of the SITE, shall assume all taxes and assessments of any nature whatsoever levied upon the property or CITY's interest therein or upon the CITY's operation thereof or the CI TY's obligation under applicable tax laws. SECTION 4: Title Insurance. (a) Preliminary Title Report. Escrow holder is instructed to procure a CLTA standard form policy of title insurance as soon as possible after escrow has been opened as a prerequisite to insuring title in CITY, issued by title insurance acceptable to both COUNTY and CITY, ir. the full amount of the purchase price and costs herein agreed to be reimbursed pro rata share by CITY for the SITE, and shows title subject to the followinc conditions: (1) General and special taxes not yet delinquent; (2) Such recorded covenants, conditions and restric- tions which might exist thereon unless disapproved by City as provided below; (3) Any liens, encumbrances, easements, rights-of-way, rights of record, items, exceptions or conditions which might exist against title, unless disapproved by CITY as provided below. (b) Review of Preliminary Title Report. CITY shall have the right to review the title report and the items and exceptions shown therein. Should CITY not disapprove said title report by serving written notice of its objection to any item thereon to COUNTY within fifteen (15) days after receipt of said -2- title report, it shall be presumed that CITY has,accepted the same and escrow shall no longer be subject to the requirement of CITY's approval thereof. In the event that CITY shall disapprove said preliminary title report or any item referre3 to therein, COUNTY shall use its best efforts to correct those matters prior to the close of escrow. SECTION 5: Escrow. Within ten (10) business days after execution of this Agree- ment an escrow covering the sale of the subject property shall be- opened at an escrow mutually acceptable to the COUNTY and CITY, and each shall execute escrow instructions and such other documents as are reasonably necessary and convenient to open the escrow and to satisfy the terms and conditions of this Agreement. This Agreement shall be referred to and made a part o£ said escrow instructions where applic- able and appropriate, and to the extent this Agreement is inconsistent with or conflicts with said escrow instructions, this Agreement shall control in all respects. It is the intent of the parties hereto that, where applicable, the provisions of this Agreement shall survive the close of escrow. It is specifically understood and agreed that time is of the essence of each and every provision hereunder. SECTION 6: Term of Escrow and Conditions for Extensions Thereof This escrow shall close no later than 30 days after opening. The cost of escrow shall be borne equally by the parties hereto. Taxes and insurance premiums, if any, shall be shared by the parties at the close of escrow. Assessments, if any, shall be paid by the COUNTY and CITY. The cost of title insurance shall be shared by the COUNTY and CITY. Possession and title to the SITE shall be trans- ferred to CITY at close of Escrow. SECTION 7: Default by Purchaser - CITY. In the event CITY fails to make any payment of the purchase price promptly when the same shall become due as therein specified, or promptly to perform any covenant or agreement herein contained, COUNTY may elect to specifically enforce this Agreement, or to exercise the rights given to it under Section 3(a). Service of all demands, notices or other papers may Lc made by registered mail at the CITY O^ RANCHO CUCAMONGA, City Hall, 9320 Base Line Road, Unit C, P.O. Box 807, Rancho Cucamonga, California 91730, or at such other address as CITY may indicate in writing to COUNTY. SECTION 8: Default by Seller - COUNTY. If COUNTY is unable to convey title in accordance with the terms of this contract, CITY shall have the right of specific per- formance. -3- Service of such demand may be made by registered mail at the County Administrative Office, 157 W. Fifth Street, San Bernardino, California 92415, or any such other address the COUNTY may indicate in writing to CITY. SECTION 9: Assignment. This agreement shall no t. be assignable by either COUNTY or CITY without the consent of the other party. However, both parties request that a notice of intention to assign be mailed to the address as listed in Section 12 and that only after written approval is given by the other party may the assignment in fact be allowed. SECTION 10: Condition of Premises. CITY and COUNTY stipulates that a full inspection of the property has been made and that neither the COUNTY nor their assigns shall be held to any covenant respecting the condition of any improve- ments on the premises, or to any agreement for alterations, improve- ments, or repairs, unless the covenant or agreement relied on is in writing and attached to and made a part of this contract. SECTION 11: Notices. All notices, statements, demands, requests, consents, approval, authorizations, offers, agreements, appointments, or des- ignations hereunder by either party to the other shall be in writing and shall be sufficiently given and served upon the other party, if sent by Gnited States registered mail, return receipt requested, postage prepaid and addressed as follows: COUNTY OF SAN BERNARDINO COUNTY ADMINISTRATIVE OFFICE 157 West Fifth Street San Bernardino, California 92415 CITY OF RANCHO CUCAMONGA CITY MANAGER'S OFFICE City Hall, 9320 Base Line Road, Unit C Post Office Box 607 Rancho Cucamonca, California 91730 SECTION 12: Partial Invalidity. If any one or more of terms, provisions, promises, covenants or conditions of •this Agreement, or the application thereof to any person or circumstance, shall to any extent be adjudged invalid, unenforceable, void or voidable for any reason whatsoever by a Court or competent jurisdiction each and all of the remaining terms, pro- visions, promises, covenants and conditions of this Agreement, and the _q_ application thereof to other persons or circumstances, shall not be affected thereby, and shall be valid and enforceable to the fullest extent permitted by law. SECTION 13: Attorneys Fees. If suit is brought hereon, whether settled or pursued to final judgement, or if any attorney is employed and expenses are incurred to compel performance of this Agreement, or any portion of this Agreement herein, the undersigned shall pay all attorney fee's as a result of any action or proceeding, including appeals or further litigation thereon. As used in this contract, Attorneys Fees refers to full costs of any and all legal services performed and calculated on the basis of usual fees charged by attorneys performing these services and not limited to reasonable fees, as defined in any statute or ruling of the court, including but not limited to Rule 402, Section 1 0£ the Los Angeles Superior Court. Chapter XI of the San Bernardino County Superior Court Rules re Counsel Fees, Rule 1112.1. -5- IN WITNESS WHEREOF, the parties hereto have caused this Land Sale Agreement to be executed and attested by their proper officers thereunto duly authorized, and their official seals to be hereto affixed, as of the day and year first above written. ATTEST: LAUREN M. WASSERMAN City Clerk of the City of Rancho Cucamonga, CA ROBERT L. HAMMOCK, Chairman Board of Supervisors County of San Bernardino APPROVED AS TO FORM: By: CHARLES A. DUERBECK Dep~_ty County Counsel County of San Bernardino CITY OF RANCHO CUCAMONGA ey: PHILLIP D. SCHLOSSER Mayor of the City of Rancho Cucamonga, CA JOHN F. MICHAELBON, Representative County Administrative Office County of Ban Bernardino -6- _ r, - R!• INC'7 RPORATED AREA ~Tnwnyh ip 1S Ranyr 7W .Sec ]7 Ci CV Ha11 and Police Station Sites Funcum N00570 gfed CiCy of Rancho Cucamonga This is to to rcity [Im[ Chc into rest in real property <onv eyed by [he within 1rs [rumen[ to the CiCy of Rancho Cucamonga, a City in- corporoCed under [hn laws of [he St n[c of Ca lif ornla, is hereby accepted by order of Ch< CiCy Coun<11, and the grantee consents to the re rorda non thcreo[ by its duly au Ntori zed officer. Dated: By: Exhibit A City/County Land Sale Agreement ~: ~ :mot •1 y ~~~.. j-J ~ .. i~ ~~~PAACEI ~. 208-35]-20(P Cn) Reto rd ing requested by GRANT DEED When re<ortlM return to: 1. Transportation D¢pt. RAN ^ __ Che City Council Rea] Pro ere Div, B2. orzv (NO TAX DUE) 2~ p y ~ - The COUNTY OF SAN BERRARDINO, a body corporate and poll tic of state of California, hereby GRANTS co the CITY' OF RA^1CH0 CL'CA*tONGA, real property in the ¢i cy of Rancho Cucamonga, in the Coun cy of Bernardino, [ace of California, described as Follows; All chose portions of PARCEL N0. 2 of FAACEL MAP NO 6725, as per t recorded in Rook 67 of PARCEL MAPS, pages 4 [0 7 inclusive, Records said county, move par [i cularly described as follows: 1D ]1 12 13 14 15 16 17 18 I9 20 21 22 23 24 COyNENCING a[ the incersecci on of the centerline of CIVIC CENTER DRIVE (formerly Seq unya Avenue) 88.00 fee[ wide, wi [h the centerline of HAVEN AVENUE,'as `shown on said Parcel Map; thence North 00° 10' 24" West along said centerline of HAVEN AVENUE, a distance of 45..00 feet; thence leaving said Centerline No r[h 89° 49' 36" East, a distance of 101.00 feet co a poinc in the East line of said HAVEN AVENUE, said point also being the TRUE POINT OF BEGINNING; thence continuing North 89° 49' 36" East, a distance of 386.00 fee c, to anSl.e noint [herein; [hence Sou Ch 00° IO' 24" East parallel w1 [h said centerline of Haven Avenue, x discance of 72.49 feet Co Che beginning of a tangent curve concave Ca the Northeast, having a radius of 50.00 feet; thence Southeasterly a7 ong said curve, ch rough an angle of 90° 00' 00", an arc discance of 78.54 fee[; [hence Cangenc co said curve, North 89° 49' 36" Easc, a distance of 240.49 fee[, co angle point therein; [hence South 00° 10' 24" East, a distance of 270.00 fee c, to an angle point therein; [hence North 89° 49' 36" Easc 489.81 feet tw point in the Southeasterly line of said Parcel No. 2, which is sicua ce South 42° 10' 00" West, a distance of 330.14 feet, from Sts ante rsec [ion with the Sou theses cerly right-of-way line of ALDER A\'EKUE, 68.00 feet as shown on said Parcel Map; [hence South 42°,10' 00" Wesc along said Sou rheas cerly line of Parcel 2, a distance of 547.79 feet, m to the most Southerly corner of Bald PARCEL N0. 2, which corner is also situated on the Northeasterly rf gh t-of-way line of said CIVIC CENTER DRIVE; thence North 32° 52' OS' Rest along said Northeasterly ri gh [-af-way line, a distance of 2]7.73 fee[, to the beginning of a cangenc curve concave to [lie So;.: hwrsc, having a r?dius of LLL,On fee e; ch ~~er No[chwesce rly and ;es tatty along said curve, Ch rough an angle of 57° 1b' 19", an arc discance if 444.07 fee c; [hence [angrnc co said curve Sou ch B9° 49' 36" West along the North line of said CIVIC CENTER DRIVE, a dis lance of 282.00 fee c, [o the beginning of a cangent curve concave to the Northeas c, having a radius tf 24.00 Ceet; [hence Nor theses cec ly along said curve, chrou gh an angle of )0° 00' 00", an arc distance of 3].70 fee[ co a point of tangency with :he Easc Iine of said HAVEN AVENUE, (said Easc line 1s parallel with and ]0].00 free East of said [rote rl inr of Haven Avrnur); thence Norch )° 10' 2G" Wrst along said East line, a distance of 386.00 feet, more or ~.ess to the TR L'F. POINT OF BEGINNING. Pa gr ] •• SLBJECT T0: Al] reservations, res [ric[fons, ri gh [s and rl gh[-of-way of record, including access res[ric dons along the East line of said Haven Avenue, as shown on said Parcel Map No. 6725. NOTE: The hereina6ove described Parcel contains 8.64 acres of land, more or less. RESERVING unto the Coun Cy of San Bernardino - Cran tor, [he right of access including vehicular ingress and egress over that certain portion of the herei nabove described Parcel, said porci on described as follows: COMI4ENCING at the intersection of the cence [line of CIVIC CENTER DRIVE (formerly 8equcia Avenue) 88.00 feeC wide, with the centerline of HAl'EN AVENUE, as shown on saki Partol Plap; [hence North 00° ]0' 24" Wes[ along Bald cence [line of HAVEN AVENUE, a distance of 454.00 fee[; [hence ]eavi ng said centerline North 89° 49' 36" Eas C, a di seance of 101.00 feeC Co a point in Che East line of said HAVEN AVENUE, said point also being the TRUE POINT OF BEGINNING; thence South 00° ]D' 24" East along said East line 13.6 feet; [hence Ndreh 89° 49' 36" East, a distance of 346.00 feeC, co the beginning cangenc curve concave to the Sou thwesc, . having a radius of 25.00 Eee G; thence Southeasterly along said curve [hrou gh an angle of 90° 00' 00", an arc distance of 39.27 feet; thence cangenc to said curve South 00° 10' 24" Ease, a di seance of 33.9 fee c, to the beginning of a cangenc curve concave co the Northeast, having a radius of 65.00 fee[; [hence Southeasterly along said curve through an angle of 90° 00' 00", an arc distance of ]02.10 feet; thence tangent co acid curve North 89° 49' 36" East, a dis cance of 783.00 feet, m [he beginning of a cangenc curve concave to the Sou thwesc having a radius of 25.00 fee[; thence Southeasterly along said curve through an angle of 90° 00' 00", an art distance of 39.27 fee[; Chence cangen[ to said curve Souch 00° 10' 24" Eas[, a distance of 288.86 feeC, to the beginning of can gent curve concave Northwesterly, having a radius of 62.00 fete; the nee Sou Chwes Ce rly along said curve through an angle of 45° 35' 00", an arc distance of 49.33 fee q [hence tangent to said curve South 45° 2G' 36" West, a distance of 36.06 feet co an in [e rsecti on with the Noah- eascerly line of aforesaid Civic Cen cec Drive 88.00 feet wide, said inters[[ [i on being a point in a non-tangenc curve concave to the Souch- west having a radius of 444.00 fee[; thence Sou Gheas to rly along said curve, Ch rough an angle of 8° 23' 43", an arc distance of 65.05 feet, [o the end [hereof, (a radi a] line of said curve Chrou gh said end bears North 49° 36' 28" East); thence North 45° 24' 36" East, a distance of 36.06 feet, [o [he beginning of a tangent curve concave Nor [hues cerly having a radius of ]27.00 feet; thence Nor [heasterly along said curve [hrou gh an angle of 46° 35' 00", an arc distance of 101.04 feet; [hence tangent co said curve North 00° 10' 24" West, a distance of 58.86 fee r, [hence South 89° 49' 36" West, a distance of 32.5 feet; thence North 00° ]0' 24" Wes c, a dfscance of 270.00 feet; thence South 89° 49' 36" West, a distance of 240.40 feet, co the beginning of a tangenc curve concave to [he Northeast having a radius of 50.00 Fee c; thence North- westerly along said curve [h rough an angle of 90° 00' 00", an arc dis cance of 78.54 feet; [hence tangenc co said carve North 00° 10' 24" West, a dis cance of 72.49 fee q [hence Souch 89° 49' 36" ides c, a distance of 395.00 feet, more or less, co the TRUE POINT OF BEGINNING. Pa{;r 2 ,,_ Wicnrss [hc Land of [hr Chairman of [he 1lon rd of Supervisors, and for sral of thr Cmmty of San Bernard inn, of the S[a[r of California, this day of 19A 2. COL'NTT Or SAN BERNARDINO ey Chairman, Board of Supervisors STATE OF CALIFORNIA ) ss COUNTY OF SAN BERNARDINO ) On 19 , before me, the undersigned, a Notary Public in and for said County and Slate, personally appeared known [o me to be the Cha itman of the Board of Supervisors of said County [haC executed the wif hin instrument, and known [o me to be the person who executed the within instrument on behalf of fhe body politic and cor po ra [e therein named, and acknowledged Co me Chat such bodv politic and co rpora [e executed [he within instrument pursuant to its~by-laws or a resolution of its Board of Supervisors. FITNESS my hand and official seal. Notary Public in and for said County and State (6na rd Nn[a r)') rev. 3-51 Page 3 . ~ A ' . 4 PARCEL NO I .. .., !~~ 3 ~R ~~ =i ~.. n L _ n.:.. ~,~ ~ ~ ~- .i .. ~.; I~ ~ ~ .. nar~~ I I PARCEL NO 2 : ~ I I . ' e 1 ~ . PARCEL MAP NO 6725 •~" ' ~ `` 1 . P M 67/4 -7 • =' ~' ~ ~ ' f .~• \ ' ~~ ` f ~ r~ ..~ .. ,, ,~~ p vvn toead. ~''{{ CWn1• P(Y eP[e~l6 B6 eCi '\ ,,,.. ~ ~ \ ~ '-. ~ ' " y "~0 " ~ ~ ~ . .:tea ` . ..,.r ~.:°;,: .. i'~. y ~ ..~.. .O i ~, DATE. March 15, 1 2 fa":"n~~ • • [1M f[ F.RONI Jk,+SES L. MATT ~t S, JR. , Director PHONE 2887 Architecture ngineering/Real Property Department ~~~~ :~^~ TO JOHN MICHAELS Administrative Analyst ~/ Coun ~y .va ,,,. ~ tive Office SUBJECT WEST VALLEY~LAW 'AND JUSTICE CENTER - RANCHO CUCAMONGA Listed as follows is a breakdown of actual costs incurred for the acquisition of land for the subject property: A. Labor charges: Administration, appraisal and negotiations ,$ 3,769.52 B. Escrow fees ~ 650.00 C. Partial reconveyance 50.00 D. Title Insurance 6,038.25 E. Title report 100.00 APPROXIMATE COST JLM:fa cc: Tom Sharpe $10,807.77 Ii~Uf >~OOD a.. I, II 1 M E M O RAN D U M T0: Jim Robinson, Assistant City N,anager FR02f: Edward A. IIopson, Assistant City Attorney DATE: April 16, 1982 RE: City-County Land Sale Agreement. i have reviewed the proposed revised escrow instructions and the preliminary title report for the purchase of the Civic Center. I would have the following comments: // ~/''\ ~ (1) I would request that you have someone in the City (a„~ Engineer's Department review the legal descri tion in the pre- i/' ~ liminary title report and co~care that with the legal descrip- tion in the Land Sale Agreement to determine whether they are the same. To my layman's eye, they cope ar to be identical. I would also ask that you have the City Engineer's Office review _ .„ the exception for vehicular ingress and egress which appears on LT,J,I~U1`y~"~ page 4 of the preliminary title report, which again appears to be consistent with the legal description in the Land Sale Agree- moot. Other than this, the preliminary title report is accent- able. ~_ (2) The amended escrow' instructions provide for recor- dation of the Land Sale Agreement along with recordation of the grant deed as of the close of escrow (April 30, 1982). Recorda- tion of the Land Sale Agreement is not required by the terms of the Land Sale Agreement itself -- in fact, the Land Sale Agree- ment is entirely silent on recording the Agreement itself. Ob- -1- r viously, the County is seeking yet another way to ensure that title to the piece is tied up, indirectly, until the sum of $316,585.96 (the balance of the purchase price due on or before January 15, 1983), has been oaid. The County does not need this additional protection since they have, according to the terms of the Agreement and as a practical matter, first access to the City's share of the real property taxes collected by the County. While recordation o£ the Land Sale Agreement doesn't rea7.ly create any great difficulties, once the terms of the Land Sale Agreement have been fully complied with we would want a quit- claim deed from the County of San Bernardino or any other docu- ment necessary to clear the City's title to the property from the prow isions of the Land Sale Agreement, about which a third party could not be certain of compliance after January, 1983, but o£ which the third party will be on notice because of rec- ordation of the Land Sale Agreement. In the best of all possible worlds for the City, the Land Sale Agreement would not be re- corded. I understand, however, that this provision in t2,e amended escrow instructions was specifically required by Mr. Dierbeck of the County, according to Joan Galloway, the escrow officer. Legally, thn County cannot insist on recordation of the Agree- ment since that was not. a part of the Land Sale rlg regiment between the City and the County. (3) It should be noted that the Cit, will be sharing equally in rile escrow, title and other expe nsec incurred in the purchase of the property from the County. This is consistent with Paragraph 6 of the Land Sale Agreement. I have reminded the es- _2_ crow officer that the County will qualify for a short-rate prem- ium on the title insurance. Hopefully, this will reduce the City's share of the closing expenses for the purchase. (4) The escrow instructions do provide (although some- what indirectly) and the escrow officer verifies that, as of the close of escrow a grant deed from the County to the City will be recorded, which will put title to the Civic Center site in the City. (5) I might note that Exhibit "A" to the escrow instruc- ,/~,,/~ ~ tions, which supposedly is the legal .description of the land J being purchased by the City from the County, would not appear to be correct and would appear to be only a portion of the legal description set out in the preliminary title report. The City Engineer's Office should verify this fact and should advise the escrow officer to attach a correct amended Exhibit "A" to the (1' escrow instructions if the current Exhibit °A" is incorrect. (6) The escrow instructions require the City to agree that "all executory provisions" of the Land Sale Agreement have been complied with at least too (2) days prior to the scheduled close of escrow. The escrow instructions appear to amply and Fully contain all of the executory provisions of the Land Sale Agreement (excepC for the unsecured payment of the balance of the purchase price -- secured by the County's share of t_he City's real property taxes), so this requirement would appear to add nothing to the escrow instructions and would not appear to be objectionable on the part of the City. tJith these additional usherances from Engineering, and -3- the correction of Exhibit "A" to the escrow instructions (which appears to me to be simply an oversight on the part of the es- crow officer), if the City is content, as a policy matter, to allow the recordat!~n of the Land Sale Agreement both the es- crow instructions and the preliminary title report are otherwise acceptable for signature, should be signed and returned to the escrow officer. EAN:sgg Enclosures _q_ a 0 N O b H Vi w m x d m m m a~ m v a n a r r w 7 0 0 a• n 0 c rt O M H / ~.?A/ ' AGREE2ICNT TO PURCI!A;E TAX DF:F. D!;D LADiD ~aIS AGREEMENT, made this 18th day of December , lgg 0 by and between the Board of Supervisors of the County of San Bernar- dino, State of California, and the Sar, 6err,ard ino County Flood Con- trot District, pursuant to the provisions of Division 1, Part 6, Chap- ter 8, of the Revenue and Taxation Code. W I T N E S S E T fl THAT [vHEREAS, the real property situated within the City of RANCHO CUCAMOtJCA, County of San Bernardino, State of California, here- inafter set forth and described in "Exhibit A", attached hereto and made a part hereof, has been deeded to the State of California for the non-payment of delinquent taxes; and WHEREAS such deed to the State for taxes includes taxes levied by the San Bernardino County Flood Control District, the taxes of which on the property are collected by the County officers; and WHEREAS, the hereinafter-described property does not lie within the boundaries of any taxing agency other than that, or those, spe- cifi_d hereinabove; crow THEREFORE, it is mutually agreed as follows: 1. That as provided by Section 3800 of the Revenue and Taxa- tion Code, the cost of giving notice of this agreement shall be paid for by the San Bernardino County Flood Control District. 2. That the Board of Supervisors of the County of San Bernar- dino agrees to sell to said San Bernardino County Flood Control Dis- trict and said San Bernardino County Flood Control District agrees to purchase from said County the property hereinafter set out in the A790/03026 5-8-80 Page 1 of 3 aforesaid ':Exhibit A", which shall not have teen redeemed as provid- ed in the Tie venue and Taxation Code, upon payment by said District to the Tax Collector of said Count :~ the sum set forth in said "Exhib_' A" after the description of the property and designated "?urchase Price", within 45 days after this agre_ment becomes effective. 3. That said San Be rn ardine County Fl ocd Control District will not share in the distribution of the payment required by this agree- me nt IN WITNESS WHEREOF, the parties hereto have caused their re- spe ct ive names to be hereunto subscribed and their respective seals to be hereto affixed by their respective officers thereunto duly au- thorized. ATTEST: BOARD Of' SUPERVISORS Of THE COUNTY OF SAY BERNARDI[JO ANOAEE DISHAROON, CLERK Of THE BOAg1 EC 5'REPViSOQ: Of P'E ' mixtt OE SlJI BERIUi,'JIi:J By ~' iJ Clerk of Board of Supervisors an By r Deputy (Seal) ATTF.S T: SAN BERNARDINO COUNTY Fi.00D CONTP,OL DISTRICT 5 cre tary, S Bernardino County Flood Control District F9 r '~ ~ Chairman A790/03026 Page 2 of 3 Pursuant to the provisions of Sact ion 37'75 of Revenue and Taxation Code, the governing body of t}~c Cite ofRancho Cucamonga herby agrees to the selling price as provided in the above agrc±ement. ATTEST: ~~---~- By Depu*.y (Se31) CITY OF RACICNO CUCAMONGA riayor This Agreement was submitted to me before execution by the Board of Supervisors and I have compared the same witl: the records of the County of San Bernardino relating to the real prone rty described therein. __ ~C~ou4nty Tax 6 lector APPROVED this day of 19 STATE CONTROLLER By A790/03026 Page 3 of 3 "EXtIIBIT A" PURCHASE DESCRIPTION PRICE TRACT NO 7290 E 60~FT LOTS 2 AND 3 AND W $40.00 40FT E 100 Ff SD LOT 2 LYING N OF ELY PROLONGATION S LI N 1/2 GOV LOT 7 NE 1/4 SEC 6 TP IS R 6W FIRST YEAR CURRENT PARCEL DELINWENT NUMBER 1973/74 022715235 .~' , , MINUTES OF THE 80AR0 OF SUPERVISORS - OF SAN BERNARDINO COUNTY, CALIFORNIA APRIL 28, 1980 RESOLUTION N0. 80-115 RE: REAL PROPERTY: F/C: PPOPERTY BUY: 1, 2, S 4, DAY CRF.F.K, UPPER WARM CREGK, MOJAVE RIVER ~nvTVm.• 'l.O NES(FORNA. OB.TR CTION TO SALE OF PUBLIC SALE OF VARTDUS PAP.CGLBg_AP On motion of Supervisor Hansberger, duly seconded by Supervisor McElwain and carried, the followinS resolution is adopted: RESOLllTION N0. 80-115 WHEREAS, by action taken by the Board of Supervisors of San Bernardino County, State of California, the Tax Collector of said County has been authorized to sell certain tax-deed property at public auction; and WHEREAS, certain of said tax-deeded parcels are needed for the public uses of flood control and Water conservation purposes: NOW, THEREFORE, be it resolved, that pursuant to Chapter 8 of The Revenue and Taxation Code, the San Bernardino County Flood Control District, based upon the premises that the hereinafter described parcels of property are needed for the aforesaid public uses, hereby makes formal objection to the public sale of said parcels and authorizes [heir purchase in (accordance with said Code: ` ~ Assessor's Parcel 227-152-35 Assessor's Parcel 286-163-41 Assessor's Parcel 480-031-07 BE IT FfiATBER RESOLVED that the Clerk of this Board shall file with the County Tax Collector and [he County Board of Supervisors a certified copy of this resolution. PASSED AND ADOPTED by the Board of Supervisors of the San Bernardino County Flood Con- trol District, State of California by the following vote: AYES: supEAVISORS: McElwain, Hansberger, Townsend, Hammock, Mayfield NOES: SUPL•'RVISORS: None ABSENT: SUPERVISORS: None (eh) ! t ~ t t >ti STATE OF CALIFORNIA COUNTY OF SAN BEENtiRDINO ss. I, _ANDREE DISHAROON_ Secretary of the Board of Supervisors of the Saa Bernardino County Flood Control District, San Bernardino, California, hereby certify the Foregoing to be a full, true and correct copy of [he action taken by said District Board of Supervisors, by unanimous vote of [he members present, as [he same appears in the Official Minutes of said Doard a[ its meeting of APRTT 78 1980 Dated: APr i.l 29, 1980 ~k25 ec: peal Property; PWA; flood Control Tax Collector Auditor File Deputy Se~tary of the oisors of San Bernardino County Mood Control District, San Bernardino County, Ca lifomia. a - 95 ~~ - 1a3 i 0 N O h b y O d w ^ a w Sm W 7 m rt n m a ~ w w ^ 7 0 n• m n 0 c a n 0 M I~ .~~~ Grp ~. Conn oene~n~m: w 1 p..:...~ ~ T`_ans ner Cation £FI::\ COUNTV OF SAN BER NAR DING ~' R J Ingram d STANDARD CONTRACT I ,,,~ ~ ,,,,, Cneu Ono ..". E F¢tlrra E:mm~ve• If) e covtu nct numeEa - ,- - - ~-374~ He::ewab~e C 1r:::,i:,a~es M1•b • 1001 ~, n.l•,e o M1 ra',a ~ lab \u I Amnon o' Cnnvacl 021 ~71H03208 53 000 annua ly F"•~ : a :..,err;: ba• .n,o ma:: o,,. n.+rrem o, re~e:p,. n,n ..br fo'~imn~q. i ENmb~ep anwnm of eacM1 $ THIS CONTRACT a entered into In the State of Callfornla by and beM~een the County of San 8crnardmo, hereafter called the County. and -CITY OF R.\NCHO CCC:I.NONCA hereafter called IT IS HEREBY AGREED AS FOLLOWS: Nse sndrx hemrv and reverse a,de nl lnm: J ne:•ded. Sef /orth senare ro bn rnndererl, a~~,ounf fo he pard, n:annor o/ pnW:,anL hrnr fog per/nrroenre or romplepon. Oetenn:nanon oc sdbslnnory Pe:lorrnanre Dorf cause for terrn:nauon, other terms and condrnons, and attach plans, spenhranons, end addnntla, :l any I WHEREAS, the intersection of San Bernardino Avenue (FOUL th Stree C) and Etiwanda Avenue is 25`S within Che Ci [y of Ontario (Southwest quadrant), 25R within Che CITY (Northwest quadrant), and ~0`/, within the COUtiTY (East half); and WHEREAS, Surunit Avenue aC San Sevainc Channel (0.2 miles West of Cherry Avenue) is i01 w'i thin Chc CTT1' (South half) and 50`/, within the COUNTY (\"oreh half); and 'dHERE:\S, said intersection and said por Cian of Summit Avenue is subject to heavy debris deposition during major storms requiring traffic posting and debris removal; and [CHEREAS, in order [o minimize overlapping maintenance and provide continuity of tcatf is signing, it is more economical to have one agency peefocm said functions; and WHEREAS, the GOL"NTY and CITY desire m corer into an agreement Co set forth responsibilities and obligations of each as pertains to par [icipation for costs and maintenance. ;;OW, THEREFORE, IT IS MCTUALLY AGREED :LS FOLLOWS: i.0 WCSTY AGAEES 1.] To place hoe ri codes, warning ]igh CS, etc., and remove debris including supp ly Ltp lahor and equipment, etc., as needed to protect the public and maintain said int:crsec[ion and said portion of Summit Avenue. 1.2 Te pc apace and submit invoices Co CLTY for all labor, equipment and mater iaJ costs including ove ritead and a 13i; administrative chat ge pet Cor card under this agc cement. 1.3 'to no CiCy CITY iC and when road closure of said streets becomes nacessaty. Airy Vruvisinnt en ih:• ~ry:Jrs^ w and Irinrvl¢; •:I di ld'h::::^q;, IL••I ~,I tunal'b.l" a PNI nl Ihr, ~'nnn dtl And dle m60rpnralyd h,•ml:: ut lull 2.0 CLTY AGREES 2.1 To pay COCSTI' within 30 days upon receiving billing from COl1TT for labor, equipment, material, overhead and administration perfor;ned W1dC[ ChiS agreement. 3.0 IT IS Fti RIHER MCTUa1.LY AGREED :15 FtILLOhS: 3.1 In the event of major structural damage involving bo tlt agency areas, CI TI' and GGC~TY xep rasenCa ti vas will meet and decide on repairs needed and .^..e thod of repair and billing, 3._ Fo tili ng in Chis agreement shall Preclude the CITY from doing additional barricading ox cleanup in their jurisdiction as they so desire. 3.3 Sothi ng in this agreement shall rescind, supnrcede or modify the traffic signal maintenance agreement between [he CLTI' and COUST'i for [Iris intersection. 3.4 Nei [her party [o [he agreement nor officer nor employees thereof shall be responsible far any damage or liability occurring b}' reason of any- thing done or on [Ced to be done by o[he[ party [o the agreement under or in connection with any work, authority or juci sdiction delegated [o the parties under [his agreement. IC is also understood and agreed [hat pursuant [o Government Code Section 895.4, each party shall fully indemnify and hold the other party harmless from any liability for injury (as defined by Government Code Section 810.8) occurring by [Boson of anything done or omitted Co be done in connection with any work, authority or jurisdiction delegated under this agreement. 3.5 This agreement shall terminate inm~edia to ly upon receiving written notice requesting termination from either agency. THIS AGREENEiv'T shall inure Co Che benefit of and be binding upon the successors and assigns of both parties. IN k'ITNE58 w'HEREOF, she parties hereto have caused this agreement Co be executed by Che it respective officials thex tun CO duly authorized. COUNTV OF SAN BER/NAR DING `e.Y~ ~ rig Chairman, Board of Supervisors Dated JUN 2 9 1981 ATTEST F. D /~~~ ~y~~ e___~/ Cler'rc o? thr Roar:! n' Suu^rviso CITY OF RANCHO CUCAMONGA - Sram r/ cornoranor. ronmany, etr.l By w ~,~' ~ ~,~~ 1 ~~~ ..-~y.-- . Phillip 0 Authonterl 9gnanve5chlosser Dated Mav 7. 1981 Title Address P. 0. Box 807-93?0-C Base Line Rancho Cucamonga, CA 91730 ATTEST: ~~ "1 nnp:nar;rl nt p~,lnq,d Inrrr Hpva~,. wi . 1 win r, i Bev r. r~ - i' ~ coon" r,~~~~~„ ~ ~;.r,~~~,~, /„~~ ~ ~,.~..~~ r~n~~.~ .,: z _ z_ [, ANDREE DISHAROON, Clerk of the Board of Supervisors oC the County of San Bernardino, State of Cel]fornie, heraby certify the Poregoing instrument to be a full, true end correct ccpy of Lhe original now on f ile in my office. Doted: ANDRF,E DISH.4ft00N Clerk o£ the Board By Deputy TRANSPORTATION DEPARTMENT 825 Ent Thirtl Street • San Bernardino, CA 92415 • (7141 393 July 13, 1981 Mr. Lauren M. Wasst rman, City Manager City of Rancho Cucamonga P. 0. Box 807 Rancho Cucamonga, CA 91730 Dear Mr. Wasserman: JOHN n. SHONE, Dvector Forwarded for your files is a fully executed copy of the road maintenance agreement for San Bernardino and Etiwanda Avenues, and Summit Avenue. Should you have any questions, please feel free to call me at 383-1001. Very truly yours, JOHN R. SHONE, Director Department o)f Transportation/Flood Control BY -~ ,.'~ YYly1G.s+~ B. L. INGRAM Assistant Road Commissioner, Operations Bll:hs cc: John Steger w/atch. Edys Owens " Nim Ihrig " Bob Hignigh[ " COUNTY OF SAN BERNARDINO '_,..,~:~ ENVIRONNFNTAI ~., PUBLIC WORKS AGENCY Atch. b ~nN M 7 m m m r rv H m7 w oA o. d M ay a n 0 c a n << ~~ :. , •r-^, C vU^narr. -----'.---- C9 re.\. i.C~C ~.`,pEn rte- , ~n--- ~-- P.:1. A. - Transportation ~ 78-h59 A-2 r~ Icv„nron•.,a,,: ~~„r.,,::n.,,i nom: n.,r,~nm~,:^ \' ., :,.. ~,~ COUNTY OF SAN BER NA RDINO ~ R. L. Ing rant 1Q01 R""' X% rw rvner _ _ _ ~ na,~~ 07/30/80 ~~9ilann: :Inrt Nn-.~1: UPia:, Nn :,J Vb ~Jnl, llc ~Awv,t o. COn--. STANDARD CONTRACT ~ ~ i _ :i ~cea,~o~,_~'E.ImnL: .w-~ e-lu~, ~n.,~.,, n,a ,, ,.,.,,~~.,: ~,.r,.~u~. 5[q ~~rn •:~~"m tM1r. rn ng.~ •Fealnri Vin ro. of nav nm __.__ EnpIUV?r IU :: ____F. at r.•,nra a~•on• a~M1 5_-___ A;1Ei1019ENT THIS CONTRACTA is entered into in the State of California by and benveer. the County of San Bernardino, hereof tei called the DOLlnty, and CITY OF RANCHO CUCA~t01VGA hereafter called CITY __ IT IS HEREBY AGREED AS FOLLOWS. I(/c~ sndro heme! .Ind rever50 wle of loon i/needed. Se Uprth service fn he rendered, amount ro hr, Pa:d, marrnnr of paynlen r. Wolf Inr nNr/P/Ir:ru~~~a n/ fOn,PrRhOrl, dC rOrmmatlOn Or F(:(IS/dit0/p Per/0/n)anfe Bnd f.Jl/SP fOr rOrnling rlO,,.OfhP/ ffllnlS Md ronrhbuns. and afro,^lr Plans, sP^nlvations, and addenda.. 11 any.l Sl!IEREAB the City of Rancho Cucamonga and the County of San 3erna rdino have entered into Contract =78-459 A-1 for the performance of street and road maintenance, and 'elHEREAS the narti es have agreed that arnendnent be made to such Contract fIU1J, THEREFORE, IT IS AGREED THAT Section 13 of the Contract shall be amended to read as fol lorvs: ..//p unexpendecy7 13. If, at the termination of the agreement, COUNTY has on hand any RRR%RRRk fQ CITY funds which is in excess of any obligation of CITY to COUNTY for the performance of such functions by said Road Commissioner, any such excess shall thereupon be paid to CITY by COUN11'. 1979 This contract shall have an effective date of Jul 1, kA~Q, and unless sooner terminated as previ ded for herein, this agreement shall run for a period ending July 30, 1980_ Any provisions on the inverse side and referenced attachments hareof constitute a part of this contract and are incorporated hrrein in Lull. COUNTY OF SAN RE RNARDINO ~ CITY OF RANCHO CUCAM NGA,__,._____.________ Cheinn'ni, Bn,ud of Snporviznrs~ ~~ ~~ ~- - - ~--c5r r I ~npnrn' nnpany. •rr 1 Datrd .__..__. __._ By ~ ._-_ !A r 9pna rurel ATI ESTED: DaWd March ~, 6~~ I _~. ._- .__-.-__.. _.___ ~ _ _ __ TitTe~ Mayor Clerk of the Board pf Su pei visors i PO Rox 791, Rancho Cucamonga 91730 Address .__.____._.._---.---__.- APVfnwM xF in Ir,I ,I lo, nl Rnv:rwGd d•. to Lndgrl n•p9nd:(nrt: __ _ _ y~... (. , _ ~_. ~.-_ ___~~ .. r n _ Cn,m~y Cnunw,l Counly Adnvn wtlauve O(hcn ,•e^~r" _ m vv,v ia: I'....,.r ,....,n - ~ ~r-l„•, ~..,,,r t.~r, err.,,, ~,~,.n,~,. `~._.,..~I P':b\ - Trans aorta tion _ 18-459 A-1 Cre,n.y 7+pa.I n~..,n r., ~Ir a[t neC~n:^~Id litre 1001 i(C nen.wame ^Trrmmnrc5 !rCOUNTV OF SAN BERNAR OINO B. L. Ingram vn E ~ wre aurlgm Umt Pl o. So b~Obittr '.lo F,.ntl '.) Jot. qo IPmqum of COnlrac\ STANDARD CONTRACT ahecs on- ^E,peraurua :7 ne, `arc it ,.mnram has ~r 'r. ne paymem or recmvt. s s A = __ ~.n„ ~eee nre mi~o. .,n n ,. Fad:jai ~•lnml,er nr vov~,.~,nrs _En`mrr; err0= _. ______ Esn mrsaarnm.m of each 5 AF1EWOh1E l1T THIS CONI'R ACTH IS rntered into in the Srate of California by and between the County of San Bernardino, hereafter called the County, anti CITY OF RANCHO CUCAItONGA hereafter called _ CITY IT IS HEREBY AGREED AS FO LL04VS: l(/(0 SPdrP hflp P: ,n)d rCrOGt9 4(iP Ol 10^^ d nerderl SPf IO rlh Sn/cIPP IO he renllerell. do 1011n(f0 h(• ndi(l. m.lrlnfr ol4aVTenL rim ~q lnr per{ormanrr m romnlo ur n, deMr,r, r• rt%rn o! sa hs'artOry pnr/nnnann• and rausP rnr ;arrnirrapml, ether terms and conrlrtmrrs, and .l rtarh Plans, sprcr Ar:mnns. and ar/rlrnt/a, it airy 1 IIIIE REAS the City of Rancho Cucamonga and the County of San Bernardino have entered into Contract y18-459 A-1 for the performance of street and road maintenance, and FJHE REAS the parties have agreed that amendment be made to such Contract 11041. THEREFORE, IT IS A,REED that Sections 8,9,11, and 13 of the Contract shall be amended to read as follows: 8. All persons employed in the performance of such services and functions for City shall be County employees, and no City emoleyee as such shall be taken over 6y County and no person employed hereunder shall have any City pension, civil service, or other status of right. 9. City sha 11 not be obligated to pay, and assumes no liability whatsoever incurred by County, and County shall in consideration of the payment of the sums hereina bove provided to be paid by City, hold City harmless from any and all such other costs, expenditures, charges or liabilities except heretofore described. City shall not he liable for conmensation or indemnity to any Count/ emrlnyre for injury or sic{;ness arising out of his employment labile en 9agnd in the performance of this Agreement by County. 11. The Tran snorta tion Department shall keep a reasonable itemized and detailed work or ,job record covering the cost of all services pe rfo rn~e d, including salaries, wages, and other compensation for labor, supervision and planning, the reasonable rental value of all County-owned nn chinery and equipment, rental paid for all rented machinery and equipment, together with the costs of an Any provisions on the reverse sidr, and rnfrrenced attachments herrof cmrstitu to a part of this contract and are incorporated herein in full. 02~It 11 L101 ILOnq rorml raga 1 or 2 operator thereof and furnished with said machinery or equipment, " the cost of all machinery and supplies furnished by COUNTY, ' reasonable handling charges, and all additional items of expense, incidental to the perfonnan ce of such functions or service, including markups for administrative overhead, payroll costs, and risk management. Flark up in effect July 1, 1979, are as follows: 49-~ on labor costs for payroll overhead; 136 on all cost for administrative overhead; 5~ on all costs for Risk Panagement; labor markups are subject to change from time to time to reflect actual costs. 13. If, at the termination of this agreement, COUNTY has on hand any unexpert ed CITY funds which is in excess of any obligation of CITY to COUNTY for the performance of such functions by said Road Commissioner, any such excess shall thereupon be paid to CITY by COUNTY. This contract shall have an effective date of July 1 1919, and unless sooner terminated as provided for herein, this agreement shall run fora period ending June 30 1980, and at the option of the City Council of CITY, with the consent of the Board of Supervisors of COUtiTY, shall be renewable for successive periods of not to exceed three (3) years each. In the event CITY wishes to renew this agreement for any sucee ding three-year period or less, the City Council, not later than December 1 next preceding the expiration of this agreement, shall notify the Board of Supervisors of COUf1TY that it wishes to renew the same, whereupon said Board of Supervisors, not later than the last day of January, shall nctify City Council in writing of its willingness to accept such renewal for an additional three-year period or such other term as it deems advisable, otherwise such agreement shall finally terminate at the end of such three- year period. Notwithstanding the provisions of this paragraph here inbefore set forth, either part may to rnli Hate this agreement upon notice in writing to the other party of not less than four calendar months prf or to the date of Bach termination. COUNTY OF SAN BERNARD~NO "/~ .' ~` ~ / ~ ~ ~~ _ Cit of Rancho Cuc amon a Chairman, Board o Supervls rs'" ~' Isnne it cornorari rf con !any, erc.l Dated _ ~ By ~ lAurho Signature! ATTESTED: Dated June 21. 1979 i..S: (1 tc ~ _ __ Clerk of the Bry~Brd pf Supervisois.~ ~Uly I'TiUe Address 9320-C Baseline, Rancho Cucamonca Approved as eo legal loon ~~ k~ County counsel budnrt r Vege 2 or Z CITY rq~ pn,l~, , rt'C~V1n1;;n ANlll!AL 4:021; FP,OhRAn 1!?79 -;ip PROPOSED MA[tiTEM1iAtdCE 79-80 pRnPOSED D[RCCT f,G j7 pCo 79_pp BUOf,ET ACTIVITY MAiI UAYS _MAf!/DAY (Preliminary Supervision 372 S 121.00 4 45.012 Traffic Maintenance 22p 136.00 3D ,000 Miscellaneous T13 14;1.00 16,754 Tree Work 117 L73.O0 3D,1n2 Structure Maintenance RS 137,nQ 11.ROsi Shculder Grading 102 149 „n 15,100 Cleaning Debris 20 130.Op 2,600 Chemical Weed Control p O,pO D Mechanical 4leed Controi 37 145.00 5,328 Sr+eeping 26 156.On 4,056 hand Patching 111 14 P.OD 16,09$ [guipment Patch 214 210.00 44,9gp Storm Maintenance _324_ 154.00 50,000 1,794 S 2ft0,815 + 1?". 0.dministr at ive 50 557 Overhead A 57 Risk , -~- -- M,anagement TOTAL 4 331,432 Facilities Rental Charge - 2125.00 per month EAGi~R F,11ES IN EFFECT 7!l/7n ClasSifita lion Public Works Operations Supervisor Fla intenance b Construction Supervisor fI Equipment Operator [II Equipment Operator II Equipment Operator I Flaintenance 8 Construction Worker I Tree Crew Supervisor Tree Trinmer 13 asic Hourly Rate Ranae . 58.54 - 810.39 7.20 - 8.97 1.03 - 7.75 F.59 - 7. aft G.O7 - 6.69 5.12 - 5.64 G.69 - 8.15 7.!13 - 7.15 'I.ahoy rates are subject to a payroll nverhrarl n•.art yip to doer cost. of vacation, sick leave. ,jury duty, wp rM. ~~ien's comnens ation, nrr.. Thr, ra tr in effect in June 1979, is 49ry„ This rate is cuh,ie rt. In c:haneln from time to timd to reflect actual costs. EpUll'i.I'.T RAT FS .luny 1979 Type of Equipment Ranao n( Iinm~ly Rnn tal Rates Excludin Depreciation `)-~~ Patch Truck $ 4.00 - 4.65 Hoist Truck with Tree Crew 5.00 Aerial Tower Truck 15.D9 Weed Spray Truck n. 50 - 9.16 Oil Spreader Truck Y4,41 Compressor Truck 41 Water Truck 9.63 - 11.30 Oump Truck 7.53 - 16.26 Low Bed Tractor Trailer 18,67 Tailgate Sand Spreaders 1.60 - 2.08 Backhoe 10 On Gra da 11 20 10 Loader P.13 - 20.15 Dozers 17.10 - 27.74 Motorgraders 12.50 - 23.56 Brush Chipper 5 42 tumbleweed Chopper it TO Steel Nheel Roller 4.45 - 12.05 Self-propelled Pneumatic Roller 9.36 q,78 Tractor Broom 13.59 - 13.86 Street Sweeper IS.00 - 30,Ut1 Air Compressor 1 ~~ Chain Saw 1 73 Mobile Crane 25.50 RWC:hs ~~ ~~ ~ MINUTES OF 7HE BOARD OF SUPERVISORS OF SAN BERNARDINO COUNTY, CALIFORNIA RF.: AGREE. 78-459: TRANSPORTATION lJ/CITY OF RANC}SO CUCAMONGA: STREET MAINTENANCE & IMPROVEMENTS: APPI:OVED Acting on the recon¢nendation of the Public lJorks Agency Administrator, on motion by Supervisor Kamansky, duly seconded by Supervisor Mayfield and carried, the Board of Supervisors hereby approves Agreement 78-459 between the County on behalf of the Transportation Department and City of Rancho Cucamonga foz street maintenance and repair within said city through .tune 30, 1979; further, the Board authorizes the Chairman to sign said agreement indicating this Board's approval of the terms and conditions therein contained. PASSED AND ADOPTED by the Board of Supervisors of the County of San Bernardino, State of California, by the following vote: AYES: SUPERVISORS: Mayfield, Kamansky, Hansberger, Hammock, Townsend NOES: SUPERVISORS: None ABSENT: SUPERVISORS: None (mw) `,. 11 25 -n MHO srnn cl cn~ r•o,l~w r, cn~,ual nr sna ~ear:nllocv;. >~. I, I fON t. BdPC ^Ofli. Cn'~ ~ ` ra or SuP~ Innpnr ,l In b~ ~ loll, Un•~ as"v, . , ~ iLr ro, ` . ~.. tl o: m j°l'7 ~,L ]•'9 / 8- Tujy 1 L " rlv~ Olll . .: .,:. :~ .,.:,~ II .,,~ ~~ , c,:,~nY, <.:,l d,:::,:.1. I:..~,.w~ , ,orr m^ , .nl ol`IL~• d I. o~' i Iry 1, nA l •~.vA nl $„in.:vrec'.. by rroM n( ~~, pl ~4nlil..•, ,.! •. ..;I I' "::d nl rl•. r~•...ryn,l ul o~li,.,~Jiily ZI;~~I4T8-ad/mw ja16..._.. - ~ Il~.~•,nl;nr.ro:;r eel Shone, Pr.ansportation w/n;{rer, PFIi~„i4•-ne r; l;. ,.1 ~,1,m„n ~. CiC~ of Ron:ho Cucalnongx wj:Ip, rr•e; , ~. .. •...,,.I ~:, ,..,. ~ .. '. 1~' 1 ~~~' COUNiv OF SAN BERNgRO1N0 STANDARD CONTRACT Cou rrv Ufnartmr r NTgACT f MBER PWA - Transportation County oenmlmrm Cnvraa Repmxmah.e B. L. Ingram 1001 r. Renewable Terminalq a ~~ n E r Doll,, . emlgel Uml No. ~ Sub Obl<a No. Fund No Job No, Amoum or Comrad Check One ^ Eerxndnur< ^ Revenue ^ contact n h 55 A = or more t an onf Rry~nt or rern01. omplem the lallowing. n~ Federal Numher of paVmenn. E mploy<r r0 = Estm:red arnoum of each. S THIS CONTRACT is entered into in the State of California by and between the County of San Bernardino, hereafter called the County, and CITY OF RANCHO CUCAMONGA hereafter called CITY IT IS HEREBY AGREED AS FOLLOWS: (Use space Dcloly and rnsmrse side of lprm it needed. Set Iorth xrvrce rn he renderM, ampon r to he paid, manner o/payment, NnrP /Or pCA0II11.inLE nr Cn/npl¢rlnll, d¢lernllnaflnn n/ SafiS/allOry p¢r/O/IrrdnGP and faUR IOr rP/ITIIra (lan, Orh¢f rPlmS and conditions, and attach plans, speci/¢afrons, and addenda, i! any.J IdH EREAS the CITY is desirous of contracting with COUNTY for the perform- ance of certain street maintenance and improvement functions within its boundaries by COUNTY through the Road Commissioner thereof; and IdHE RE AS the COUNTY is agreeable to rendering such services on the terms and conditions hereinafter set forth; and WHEREAS such contract is authorized and provided for by the provisions of Article 1, Chapter 1, Part 2, Division 1, Title 5 of the Government Code; THEREFORE, THE PARTIES AGREE AS FOLLOWS: COUNTY, by and through its Transportation Department, will perform for C[TV any and all functions coming within the jurisdiction of the Noad Commissioner relating to the maintenance of streets, subject to written request therefor and to the general terms and conditions hereinafter set forth. 2. Said Transportation Department shall maintain and repair all public streets within CITY with the same power with reference thereto as if said streets were within the unincorporated area of COUNTY, the City Council of CITY exercising the same authority with reference to work on <_aid streets as the Board of Supervisors would exercise if said streets were in the unincorporated territory of COUNTY. Nn thing herein contained shall be construed as in any way divesting CITY of any of its powers with respect to the supervision, manage- ment and control of streets within its boundaries. Any provisions on the reverse side and referenced attachments hereof constitute a part of this contract and are incorporated herein in full. 021}]1 LtW lL nnp Fnrm) Pann. 1 al 0 6/23/18 3. For the purpose of performing said functions, COUNTY shall furnish and supply all necessary labor, supe rvisi nn, machinery, equipment, materials, and supplies other than those to be fur- nished by CITY, necessary to carry out the instructions of CITY and to maintain CITY streets in a condition desired by CITY. Both oa rties agree that they and their officers and agents shall cooperate in the tarrying out of said functions and that the Road Commissioner shall have full authority, possession and necessary control of ttie work with full assist- ance when necessary, from Lhe police of CITY or such other law enforcement agency as may be rendering police service therein. For the purpose of facilitating the performance of said func- tions, the City Council, upon request of the Road Commissioner or his duly authorized representative, will order the temnora ry closing to traffic of all streets, or portions thereof, necessary to be closed before any scheduled work is conMenced thereon. Emergency road closures may be made by COUNTY without prior approval of City Council. 4. For the purpose of performing said services hereunder, the work is divided into two categories, that: (a) ordinary maintenance and repair; and (b) work other than ordinary maintenance and repair. Ordinary maintenance and repair of streets within CITY may 6e, in writing: a. Requested in advance and listed in accordance with Section 5. Such ordinary maintenance and repair shall be performed Zvi thout demand. 6. Requested as services are desired by CITY. Work other than ordinary maintenance and operation will be performed only under order of the Council of CITY or such agent or representative thereof as may he designated by such Council of CITY, and with the approval thereof by the Board of Supervisors of the COUNTY or such agent or representative thereof as may be designated by such Board of Supervisors. Such work shall encompass all work not, in the anininn of the Road Commissioner, ordinary maintenance and repair, and shall include but not be limited thereby, the construction of new streets, bridges, or like facilities or structures, or the _Z_ construction of new improvements therein or thereon; relocation of existing street facilities; major street reconstruction or alterations; roadway weed abatement programs, excepting herbi- cide application; and the taking of measures necessary to pre- vent or relieve from the effects of storm or flood waters. Requests for services hereunder shall set forth in detail the facilities and/or services desired and estimated cost thereof. 5. During the life of this agreement said City Council, before the first day of January each year, shall define its ordinary street maintenance program for the ensuing fiscal year. This definition shall be in the form of an annual work program listing the work activities desired, the estimated man/day resources desired and the estimated cost thereof. q11 special construction and maintenance projects shall be requested or consented to by said City Council. 6. The Transportation Department of COUNTY shall not perform any function hereunder not coming within the scope of the duties of such department in performing services for COUNTY. Such services or functions shall be performed at the times and under circumstances which do not interfere with the perform- ance of regular COUNTY operations. 7. No service shall be performed hereunder unless CITY shall have available funds previously appropriated to cover the costs thereof. 8. All persons employed in the performance of such services and functions for CITY shall be COUNTY employees, and no CITY employee as such shall be taken over by COUNTY and no person employed hereunder shall have any CITY pension, civil service, or other status or right. For the purpose of performing such services and functions, and for the purpose of giving official status to the perform- ance thereof where necessary, every COUNTY officer and employee engaged in performing any such service or function shall be deemed to be an officer or employee of CITY while performing service for CITY within the scope of this agreement. -J- 6/23/78 9. LITY shall not be called upon to assume any liability for the direct payment of an;~ salary, wages, or other compensation to my COUNTY personnel performing services hereunder for CITY, or any liability other than that provided for in this agreement. Except as herein otherwise specified, CITY shall not be liable for compensation or indemni tp to any COUNTY employee for injury or sickness arisi nS out of his employment. 10. CITY shall pay for such services as are provided under this agreement at rates shown on the attached schedule. Said rates for personnel shall be ad,ius ted to reflect current actual cost. Attached equipment rates may be readjusted semi- annually to reflect current operation costs. 11. The Transportation Department shall keep a reasonable itemized and detailed work or ,job record roveri ng the cast of all services performed, including salaries, wages and other compensation for labor, supervision and planning, the reasonable rental value of all County-owned machinery and equipment, rental paid for all rented machinery and equipmen t, toge ther with the costs of an operator thereof and furnished with said machinery or equipnent, the cost of all machinery and supplies furnished by COUNTY, reasonable handling charges, and all additional items of expense, incidental to the performance of such functions or service. 12. All work done hereunder is subject to the limitations of the provisions of Section 23008 of the Government Code, and in accordance therewith, before any work is done or services rendered pursuant hereto, an amount equal to the cost or an amount IDS, in excess of the estimated cost must be reserved by CITY from its funds to insure payment for work, services or materials provided hereunder. The Transportation Department shall render to CITY within 30 days after the close of each calendar month an itemized invoice which covers all services performed during said month, and CITY shall pay COUNTY therefore within thirty (30) days after receipt of such invoice. If such payn~nt is not received by COUNTY within 30 days after the date of the fnvoice, the COUNTY is entitled to recover interest thereon. Said interest -4- 6/23/78 shall be at Lhe rate of one-half (',) of one (1) percent per calendar month or any portion thereof calculated from Lhe last day of the month in which the services were performed. If such payment is not received by the COUNTY at the office which is described on said invoice within thirty (30) days after the date of the invoice, the COUNTY may satisfy such indebtedness, including interest thereon, from any funds of the CITY on deposit with the COUNTY without giving further notice Lo CITY of COUNTY'S intention to do so. Notwithstanding anything in this narag raph to the contrary, COUfVTY may bill CITY for the entire cost of any specific project at the completion thereof, and such cost will be paid within a reasonable titre thereafter. The words "specific project" as used herein shall include, but shall not b= limited to, all construction, reconstruction, relocation and other similar caoi cal projects within the road rights of way. 13. If, at the termination of this agreement, COUNTY has on hand any unexpended CITY funds which is in excess of any obligation of CITY to COUNTY for the Derforma nce of such functions by said Road Commissioner, any such excess shall thereupon be paid to CITY by COUNTY. This contract shall have an effective date of ___ July_5__ 19 78_, and unless sooner terminated as provided for herein, this agreement shall run fora period ending June 30 __, 1979, and at the option of the City Council of CITY, with the consent of the Board of Supervisors of COUNTY, shall be renewable far successive periods of not to exceed three (3) years each. In the event CITY wishes to renew this agreement for any sutteeding three-year period or less, Lhe Lity Council, not later than December 31 next preceding the expiration of this agreen~nt, shall notify the board of Supervisors of COUfVTY that i*. wishes to renew the same, whereupon said Board of Supervisors, not later than the last day of January, shall notify City Council in writing of its willingness to accept such renewal for an additional three-year period or such other term as it deems advisable, otherwise such agreement shall finally terminate at the end of such three-year period. -5- 6/23/78 Notwithstanding the provisions of this paragraph he reinbefore set forth, either party may terminate this as reement upon notice in writing tp the other party of not less than four calendar months prior to the date of such termination. 6-30-78 LABOR RATES IPI EFFECT 6-30-78 Classification District Road Supervisor hlainten ante & Construction Supervisor II Equipment Operator III Equipment Operator II Equipment One ra for I Maintenance f. Construction Worker I Tree Crew Suoe rvisor Tree Trimmer Basic Hourly Rate Ranae 57.94 - $9.66 6.86 - 8.34 5.93 - 7.20 5.50 - 6.68 5.00 - 6.07 4.32 - 5.24 5.22 - 7.56 5.78 - 7.03 *Labor rates are sub,j ect to a payroll overhead mark up to cover cost of vacation, sick leave, jury duty, workmen's compensation, etc. The rate in effect on June 30, 1978, is 53 ;. This rate is subject to change from time to ti me to reflect actual costs. EQUIPMENT RATES IN EFFECT 6-30-78 Type of Equipment Range of Hourl,~_Renta_1_Rate Patch truck S 5.50 Iloist truck with tree crew 7.30 Aerial tower truck 13.00 Weed spray truck 10.00 - 12.00 Oil spreader truck 20.00 Compressor truck 6.00 Water truck 12.00 - 17.00 Dump trucks 8.50 - 18.20 low bed tra ttor trailer 22.35 Tailgate sand spreaders 2.50 Back hoe 11.00 Gradall 17.50 Loader 10.00 - 19.00 Dozers 17.90 - 29.80 Mo to rg ra de rs 10.80 - 20.00 Brush chipper 6.00 Tumbleweed chopper 12.00 Steel wheel roller 5.00 - 12.85 Self-propelled ne uma tic roller 10,65 Tractor broom 12.50 Street sweeper 33.00 Air compressor 4.20 Chain saw 1.50 Mobile crane 28.25 6-30-78 "Equipment rates are marked up to cover administrative costs. The mark up rate is currently 13i:. ;. ~._ [N WITNESS WHEREOF, the CITY OF RANCHO CUCAMONGA 6y resolution duly adopted by its City Council, caused this agreement to be signed by its Mayor and attcs Led by its Clerk, and the COUNTY OF SAN BE RNARDINO, by order of its Board of Supervisors, has caused these presents to be sub- scribed by the Chairman of said Board and the seal of said Board to be affixed thereto and attested by the Clerk of said Board, all on the day and year first above written. COUN F S N BERN DING CFi3Srman, B of upervisors ~J Dated ~7 / ~ ~JJ ~~ AT T~Z~2 !,r OepO' Clerk a the Boats of Supervisors Apµ ovcll ax to Inqal lorm County Cminsel C[TY OF RANCHO CUCAMONGA lSfaM i/ torpor company, erc.l Y~ rr~ed Sipnanvel Da ,TUly In" 1978 Title Mayor Address 9340 Sasellne, Rancho Cucamonga, CA ATTEST• _ C 1 ty ~k~ a rive Offic€" wy.9 ur • AITII:P~1:1'1'1Vli ACI'IUN C(1DII'LIANCD 'Chis is to certify that CITY OP RANCHO CUCAAfON G,"". 1~'`amc ofContractor r'~ Ilas an "Approved" Affirmative Action Program and is in eompl.iance with the San Bernardino County Affirmative Action Compliance Program for the ( roject). /~7 lias an "Approved" Affirmative Action Program and meets the San Bernardino County Affirmative Action regvire- ments for Amnial Qualification for period (Dates). XX Is exempt from compliance Faith the San Bernardino County Af:f.irmative Action Compliance Frogram for street maintenance and improvement /-7 The Sa;n Bernardino County Affirmative Action Compliance Office, Personnel llivision, will render all possible assistance to the contractor in establishing an Affirmative Action Program: Address: San Bernardino County Contract Compl i.ance Office Personnel Division ... 157 I1'est Pif.th Street San Bernardino, CA 92415 Phone: (/714) 383-2364 i ~ July 11, 1978 Signature, Sall Bernardino County ate Contract Compliance Office Personnel Division ~~ This form should be attached to the Clerk of the Board's copy and the Auditor's copy only. Has not met the San Bernardino County Affirmative Action Compliance Program to qualify as a Responsible Bidder. Returned for revision. P O N O b f] V1 c w n p w o ~' w w w n n w. rv y w o F- n 0 n 0 'n ~s '~ f ~ ~ R E P L A C E M E N T B E T T E R M E N T A N D C O M M O N U S E A G R E E M E N T Cucamonga Creek, Phase V Bridge Crossings At 4th St.; Hellman Ave, 6th St., 8th St., Vineyard Ave., 9th $t. , . and Arrow Rt. THIS AGREEMENT, made and entered into this 21st day of March 1979, by and hetween the CITY OF RANCHO CUCAMONGR, a municipal corporation of the State of California, hereinafter referred to as "CITY", and SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT, a body corporate and Dolitic of the State of California, hereinafter referred to as "01 STRICT". W I T N E S S E T H ' WHEREAS, CITY is owner of or exercises cognizance over certain rights of way and easements for street and highway purposes for certain public roads, hereinafter referred to as "RORDWAYS"; and WHEREAS, the flood water of the Cucamonga Creek hereinafter referred to as "CREEK", pose a serious threat to health, life, and private and public properties including said ROADWAYS; and WHEREAS, the United States of America by and through the United States Army Corps of Engineers, hereinafter referred to as "CORPS", proposes to construct a flood control facility and appurtenances thereto, hereinafter referred to as "CHANNEL", in accordance with plans entitled Cucamonga Creek Channel, hereinafter referred to as "CHANNEL PLANS", for the purpose of aiding in the confinement of waters of CREEK through CITY; and WHEREAS, DISTRICT is owner of or is acquiring lands for the construction of CHANNEL: and A7R9/01036 Page 1 of B pages ~ ~ WHEREAS, DISTRICT is local interest representative for coordinating construction of CITY'S facilities within CHANNEL, and obtaining rights of way for CHANNEL; and WHEREAS, DISTRICT desires to conditionally occupy portions of ROADWAYS with constructed CHANNEL; and WHEREAS, CITY desires to Conditionally occupy portions of DISTRICT lands with ROADWAYS facilities and public utilities; and ' WHEREAS, neither CITY nor DISTRICT entertains objection to the occu- pation of these portions of their lands or rights of way to he used by the other, which lands and rights of way are hereinafter referred to as "AREAS OF COMMON USE", and are outlined in cross hatching on attached sheets marked EXHIBIT "Al through A7" and are made a part hereof; and WHEREAS, DISTRICT is willing to replace CITY'S facilities which removal is made necessary by reason of the construction of CHANNEL with replacement facilities of equivalent function, as determined by the •Sta to of California Department of Water Resources, hereinafter referred to as REP LACEIAENTS; and WHEREAS, CITY desires to have DISTRICT improve severs l~ of the existing CITY facilities, which improvement of existing facilities shall hereinafter be referred to as BETTERMENTS; and WHEREAS, said REPLACEMENTS AND BETTERMENTS are itemized and the con- struction costs are presently estimated vn attached sheets marked Exhibit "A", made a part hereof; and WHEREAS, DISTRICT is wf lling to incorporate REPLACEMENTS AND BETTERMENTS into construction; and WHEREAS, CITY and DISTRICT will mutually benefit by setting forth herein the rights and responsibilities of each with the AREAS OF CDMMDN A789/01036 Page 2 of 8 pages ~ ~ ~ USE and with regard to construction and costs of REPLACEMENTS ANO BETTERMENTS. NOW, THEREFORE IT IS MUTUALLY ACRE EO AS FOLLOWS: SECTION 1 CITY SHALL: 1.1 Acknowledge the right of DISTRICT, ~i is successors, pe rmi ttees, or assigns, to construct, reconstruct, operate, and maintain CHANNEL for flood control and water conservation purposes and for purposes of access under, over, along, and across AREAS OF COMMON USE without need for any further permit or permission from CITY; provided, however, that any such use by DISTRICT and/or others specified herein, shall not endanger, inter- fere, or conflict with the use of ROADWAYS by CITY or the traveling public without first obtaining approval as set forth hereinafter. 1.2 Approve BRIDGE PLANS and plans as set forth in SECTION 2> Paragraph 2.3 of this Agreement. 1.3 Submit to DISTRICT, at least 30 days in advance, plans for any proposed construction, reconstruction, or maintenance within AREAS OF COMMON USE which may occupy, endanger, conflict, or interfere with CHANNEL or its functional operation, and obtain written approval from the Flood Control Engineer of DISTRICT of such plans which approval shall not be withheld, provided that the work contemplated does not or will not, in the opinion of the Flood Control Engineer of DISTRICT, unreasonably con- flict with, interfere with, or endanger CHANNEL or its functional operation. 1.4 Indemnify the United States of America and the DISTRICT, their officers, agents, and employees against and hold them f~~ee and harmless A789/01036 Page 3 of 8 pages ~ ~~ ~ of and from all claims and liabilities of any kind arising out of, in connection with, or resulting from, acts or omissions on the part of CITY, its officers, agents, contractors, and employees in its operation and main- tenance of ROADIJAYS, and/or in the performance by CITY of any work within or adjoining AREAS OF COMMON USE. 1.5 Accept full responsibility and cast for any and all reconstruction, maintenance, or operation of the REPLACEMENTS and BETTERMENTS subsequent to transfer thereof to CITY, including that portion of street bridges lying above the plane of the soffit of the deck structure, and including roadway approaches, parapets, walkways, and railing. Transfer of REP LACEFIENTS and BETTERMENTS to CITY by DISTRICT for operation, maintenance, and responsibli ty shall be effective as of the date of final inspection and acceptance by authorized representatives of CITY and DISTRi CT or within ten (10) calendar days of final inspection of CHANNEL by CORPS and DiSTR ICT whichever is sooner. 1.6 Upon billing by the DISTRICT, furnish and deposit funds with DISTRICT equal to the estimated cost of the proposed BETTERMENTS as follows: a) E280,000 by April 4, 1979, and b) $156,692, the balance of the estimated BETTERFIENT 6y June 15,1979. The cost of BETTERMENTS shall include the design cost, office overhead, con- struction costs, construction engineering, and other costs directly attributable to this work incurred by DISTRICT. Total estimated cost to the CITY is four hundred and thirty-six thousand six hundred ninty-two dollars and no/100 cents (8436,692) as per attached cost breakdown, Schedule "A". 1.7 Promptly pay to DISTRICT actual costs in excess of estimated cost of BETTERMENTS as determined by audit fn Section 3, Paragraph 3,2 of this Agreement. A789/01036 Page 4 of 8 pages ~ ~ ~ SECTION 2 DISTRICT SHALL: 2.7 Acknowledge the right of CITY, its successors or assigns, to use AREAS OF COMMON USE in common with the public; to reconstruct, operate, and maintain pub}ic utilities, REPLACEMENTS and BETTERMENTS; provided, however, that any such use by CITY does not or will not occupy, endanger, interfere, or conflict with CHANNEL or its functional operation without first obtaining approval as set forth hereinhefore. 2.2 Prepare BRIDGE PLANS, and plans as set forth in SECTION 1, paragraph 1.3 of this Agreement. 2.3 Submit to CITY, BRIDGE PLANS for CHANNEL, REPLACEMENTS and BETTER- MENTS at least thirty (30) days in advance, and plans for any. proposed construction, reconstruction, or maintenance within AREAS OF COMMON USE which may interfere or conflict with public use of ROADWAYS or endanger the safety of the traveling puhlic, and obtain written approval from the City Engineer of CITY of such BRIDGE PLANS or other plans, which approval shall not be withheld, provided that the works contemplated donot or wfil not, in the opinion of the City Engineer of CITY, unreasonably conflict or interfere with the public use of ROADWAYS or endanger the safety of the traveling public. 2.4 Indemnify CITY, 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 acts or omissions on the part of DISTRICT, its officers, agents, contractors, and employees A789/01036 Page 5 of R pages .. ~ ~ ~ ~ in the construction, reconstruction, or maintenance of CHANNEL within AREAS OF COMMON USE, and/or in Lhe perfo~Tnance of any work within AREAS OF COMMON USE. 2.5 Coordinate construction of CHANNEL with CORPS. 2.6A Administer contract for construction of Arrow Rt. Bridge. 2.6B Coordinate Construction with CORPS bf REPLACEMENTS and BETTERMENTS of 4th Street, Hellman Avenue, 6th Street, Bth Street, Vineyard Avenue, and 9th Street Bridges herein described and transfer to the LORPS costs of BETTERMENTS paid herein by CITY to DISTRICT for that crossings. 2.7 Notify CITY ten (10) days in advance of final inspection of work encompassed by this Agreement. 2.8 Promptly refund to CITY all funds in excess of actual cost of BETTERMENTS as determined by audit in SECTION 3, paragraph 3.2 of this Agreement. IT IS FURTHER UNDERSTOOD AND MUNALLY AGREED: SECTION 3 3.1 Except as expressly set forth herein, this Agreement shall not terminate CITY'S or DISTRICT'S rights within AREAS OF COMMOfi USE. Both CITY and DISTRICT shall use RRERS OF COMMON USE in such manner as not to interfere unreasonably with the rights of the other. Nothing herein con- tained shall be construed as a release or waiver of any claim for campen- A789/01036 Page 6 of 8 pages ~ ~ ~ sation for damages which CITY or DISTRICT may have or may hereinafter acquire resulting from the construction of additional facilities or the alters ti do of existing facilities by either CITY or DISTRICT in such manner as to cause unreasonable interference with the use of AREAS OF COMMON USE by the other party. 3.2 Wi thinsixty (60) days after determination of final accounting and reimburs ability analysis by Department of Water Resources, DISTRICT shall present to CITY a statement showing detailed breakdown of actual costs involved in the design cast, overhead, and other ios is directly attributed Lo BETTERMENTS. CITY may audit DISTRICT'S accounting of BETTERMENT costs and verify DISTRICT'S statement of BETTERMENT actual ~ ~ + + + x • • x ~ * * f ~ R ! • 1r f/ ~ ! * # # 1t • /~ * R * * * R 4 * ! * R ! • ! • • k x f x • A Aiag~otas6 Page 7 of 8 pages ~i costs, which verification will not be unreasonably withheld should such additional auditing be necessary to clarify or adjust said statement. TH[S AG REEt1E NT shall inure to the benefit of and be binding upon the successors and assigns of both parties. .. i IN WITNESS WHEREOF, the parties hereto have caused their respective names to be hereunto subscribed and their respective seals to be hereunto affixed by their respective proper officers thereunto duly authorized. APPROVED AS TO FORM Alan K. Marks County Counsel County of San Bernardino SAN BERPIARDINO COUNTY ~FyL0~w00t CONTROL OI STRICT ~ By a y,~ Chairman, Board of Supervisors Saq B~~i~~yi__yt Flood Control Oistrict "::-.2rv,cors of thmA~Covnta~ of ~ ~~ of '.,c r.P r111fo ;_ Y San Bernardino, J'" ATTEST; ~,~t~~~ / _ By f/Le-~Y-w~ r _ ;..;, , , rn. °~ hei''°bYcertiPgthePorc+ r` ty; c:; n. ::ii, ir.:e esd eM~- :..•~ ~ ira oaf ,, e.v,; on alc in c ... , ... p.~pu.-r Y cretary, Board of Supervisors San Bernardino County ~ .. . ~' / Flood Control District 'Y~~""""'~ ~~ De?uby ~- APPROVED AS TO FORM CITY OF RANCHO CUCAMONGA By ty A torney A769/01036 Page 8 of 8 pages ! ~ • CU CAMONGA CREEK, PHASE V United States Army Corps of Engineers Improvement Project Cost Estimate for CITY OF RRNCHO CUCAMONGA Use $66.00 per sq. ft. Betterment ' Width Length Area ~ Cost Fourth Street 17'(2) 44.39' 755 $ 49,830 Hellman Avenue 6.25' 139.67' 873 57,618 Sixth Street 6,25' 46.44' 303 19,998 Eighth Street 4,0' 110.56' 442 29,172 Vineyard Ave. 31.5' 65.12' 2,051 135,366 Ninth Street -- 47.41' -- -- Arrow Route 4.0' 48.52'(1) 194 12,804 Total $304,788 Total Widening Cost ~ $304,788 Piers extension cost at 8th Street (1) 26,040 Sub-Total 330,828 10~ Contingency 33,082 Sub-Total 363,910 20% C/E & F .C.O, Engineering and -7_2_ ,782 Overhead ---- Total $436,692 (1 )Estimate (2}Half of Lhe betterment for City of Ontario Exhibit "A" A789/01036 m~ See O,P/ BOO,h 40 I L?I T~~. - p NB9°52'3/"W 4476/ a FOURTH- -.. -..._-.3794u'_ 3~co an6' a- - ~ ', ~ -- (SAN BERNARD/NO AVENUE) II ;' ` i STREET o_ I ~ Area of Common Ilse-a ~~ I ~~iU"~ ., o ~ ~ o I~ ,r 03°A`!t°f J h °. o 0 40 ~ rq°: c o , s Z ~+ _ .}}.~-675'- an 43 .i o o29F` s i~~'o ' g755 875'- ro o a3 ~ A V i ~11 ~ ,o = i p / U 4 s(j1 p3 ~Ac qn n' ~„ T I~I~ ,~ ~i ti >. II'I ~ a 340g~ j22' a3 D w ~ i~ a ~' "- -~ - ~ ~I~ ~ ~ ~ ~; r~ al I a~ ~~ A a.Il ~ ~~~ PDr. ~• ,~ ~ III ~~ 66 j'• . E G ~ ~ ~ --J °3 .r" ~I W A ~s I I w ao o i ... o a o I II u I u i~ N O ~ p m M U i ~•~ I I °~ I' •T. ml~'o SCALE l"-/00' 1 _ 'r ~ 1 ~ i~~ ~ 342 - T.E. ~ ,/ ~ 0 0 2g22:n335/ mI U . o~~ ~ R -A° - ~ m /1~5y oI II _ '. 66 ~~ _ ~ ~:~°1 II1 1 E / ( ~ 4 Ae ~ ~~ 3 A~ y Por. Yg04 I 12 ~~9 _ 340c 0 JA 4,7 sa. .675 ~~ 6 75'. ~ N82,32 L I.,See O!'/900//7Q, ~A75 "r~g15'-. V~ SAN BERNARDINO COUNTY CUCAMONGA CREEK FLOOD CONTROL DISTRICT REVISIONS DWN. BY DATE PORTION OF TRACT NO 2244 M B 35/50 JED, 9-8=78 BETWEEN ~~O~~STREET AND FOURTH STREET FIlE NO. ' DPI 300 / 139 EXHIBIT nl 3EE QP N9 /-.100~ MJ ~ 5/xrN sroEEr:: - - -~ -~ 348 ' ~gREM 2%/c~- i 7E a0t3~~ ~ :; $~1/. L•tr (af /e.\ •-$69.99'22-E e3.cb' -~- ~~ 1 -`OYO YOE 1b OY fr Gevq. o~Enginrrie .C~egmn'i--; +_~'C.:: _,ve9•.n zew ea m' • ' 'u A ~ Areo of Common Use ~ • a~ ' n3 , °:~~ ` ~~ ~ b ~ g9~ Q• .vJ TE p ~.~ u, ~ B ~W . ya .. F/F7N u, ~ a v,A^ p y r d , i:, ij• q y ~ $ __ : 2 : ~°~ Guerre f Y=a.~~ r8 ~ z ~ ~ m s ti G; : . ~ 6 6+~e _ :.. o ~: r./On ~ A O ~ ~ N1v'/~mE 2~ . C•v-x ~m i ~ 1° ~~ c1 ' ..N T. 99 ~O '1 .I '~ `1, p9 ., J W 1 f ~~4 'E .~~ // ~ ~ G ~ 3S' Y~7) m F ^ . I ~7' xt ~~NO 1: i ' Ex/e~/ '~...~ '..~' Cape. o' Eiy,~eas.,b i 5/9CEG0. RequimnxM II ,a.An~ a<~wdy L E~iLYGpTN OTRCET L ~__. JAN 121979 SAN BERNARDINO COUNTY CUCAMONGA CREEK FLOOD' CONTROL DISTRICT C Q REVISIONS DWN. BY GATE ucariongD Londs MB 4/, Por p a.,¢.~e JS Between 41h Slreel and 6th S1ree1 FILE ND . OR/,9Gb~/JG r SEE O . P / 300//I6 ~ E 50. ~ ~ 1 9i' ~ `*_ r ie?mss e a~ F` 353 w D ~ r ''~) ~ ~ ~ ~ ~~ b v ~ p s / it "e Pc V ~~~n '~ j' ~' O.JS REM 0. SCALE I o" m ^\ 4 \ .\,~ w w ~o R :+ ~? r- ,•- -~ ~3 O~j2 ~- 6`~~ ~ 21 ~~~ `~° N° /.tee Lai /~-' ~" \ \~`~. ~, ~ .. ... .. 352a Ac.n \~'~ ~ a'...... .. i" D n t^~ = \~~1~i 5- ^~~ i O~ -~ 1 p•. T_ N ~. ~~ ~ .-. A\N lP ~z. ~ ,N O ~ ~ ~>o j ..a Tom'\N U\ ~ J p\ ~ ~, N >,~ o ,y ~~ ~ RfM ~ iJO3 Art 6~~ ,bl v~ \ ~~ I/ ~\ 352b ~~~~ ~~~~ ~~ 0 (o _ W ~~ •) ~ V co ~lL.~ ` al SIXTH ? -- -,G CUCAMON~A CREEK PORTION OK CUC AMONGA LANDS 'M B. 4/9 BETWEEN SIXTH STREET AND EIGHTH STREET A ~ ~" W ~ RE,N \= ° 319BA.t Q m r\ N 0 F. ~ O - .~' :.~ f T.: \O • .. . . ~~ :,4; ~~~ vim. .. ':'v.: ~i , a \r` `t' 6 ~' ~~ 60 \ ~~ ~ V e~__ \~51 z ~,~ _ _ r65a~~~ .~ ~~' ~ '` 0 N3gbpa N z - R/ n i .°i a.o f~ ~ ,. r a 2 I 1 a Z 1 Arso of Common 352c use °>. ~ D es~~W ., A• IAA[A. I C`/jai. caY ~ JAN 1 21979 _ 7 750°08 S7"W '~ l 37.00 :'7/(O' _., 67~--STREET ' -- N89°s~'O3"w 338 b7' See O R / 300//49 as ssiga - SAN BERNARDINO COUNTY FLOOD CONTROL bISTRICT NEYISIONS OWN. BY GATE J.E.D. 8- 30= 78 D.P.1.300/144 ~I -~--••-- .~ seE pv 7sae /so ~ _ f ,I/~n/h.v~ 569'Sh]'E O/7 ~ . . _ ~ DETA/L X IIO% ~' HO ,JCgLE N/np OR2O . ~ ~ C3 NdF W h PER RS 35/90 . ~ 370 °~. D ' b' ~i~ ~. Q ~ \v i l: l wV z~ ~ 1~/ ' ` ~ ~ `~ `d.o 0 //~~~ q ~ \~ ~. moo ~~~A° KK , /o.. , w ~ ~ '• ~ ~ c ~r ..,10 372 _--- ~ --;- - v v _ _ _ -OS ~ SEE DETA/L j ,~~3 ~ Dn ~ ` e ~ ~ eft c L(OPA F 1j o. .ne / 37D tOJL/!bl D1 ~ ;,f /b~ /~I' .4E.N a PoR ~ 9:103 .k 1 D ~. ~ ~ o ~ wt ~7f REM ~ ~. ~D p1VIP PJ4 ~ ~ 7E -..oaie. a ~,1, Db LO tl~/Pp 402 O ~ y ~ Ate, ` ~ ~ '^,`- q ~ ~~ ~V ,, yp0 UI9~ . -sT as ~ ' 3. F ~ aY Poo A T e R. R. ~' U ~ a. :~ i 0 ~ /7s Je/~ ~ ~ ~v ~. 7 4~t • C.f ~P / d ~ `B ,I~ $:, ~'g i 369 ___ -~ __-- _ TE oat~,kz-__--- \.~d' /e30t. I ./e5°09 i9 H/. ~ a~FI ~r.r 'J6~8 _~ ' .. 6~ ~ I %OO'... .- ~-- ~" : I /o3.; D ot1cO,4o- ~ •, ~.~ ~ ..oFII ' .-~ ~~ a (d0 al \ ~~..@. '...:. • ~~ I ~ _ 310.9$' ~ Ne9'39:f2E ~ B~' STREET \ n g73 Area of Common Use ~\~ ~~ ~~~ °~~ ~ M R •5779G5 401 o-o'ii la 9 54 9~ L •/eeg E D ee~ u.r? I yw1/.A SAN BERNARDINO COUNTY CUCAMONGA CREEK FLOOD CONTROL DISTRICT Lb.Q, CUCAMONGA U/NEYARO ~R PEVISIONS DWN. BY DACE MB PO/O/ .1,~ Mf~Jrz err, ,/Sa 9-/2~7C I .Piv,..NK, 37D a cc FILE NO. OP /90a~/49 JAN 12}979 -- - Y...:.. .L..w..w~............ . _........ . EXHIBIT tIA411 i -- .. .. //I.55 rJ ~~ U 1 ' ~ 373A \ ~ i TE ' ~~' ,oi sc1 I~. v t~ F~ t U~ ,~ A- tf~9~V C~~I C ~ii~ ~ .~i; C~' , :4 ., .;- V y C 1~ it ZC ~ ', 40 .1 4~.ir , 1, ` \ wJ,^ /I I 1, 4. Uv :. ~..~ ~1 .. _ ____'- ' 3 D ' r + i : a 0 ' A „(. ,: ' ~3-0 J:: SLi.. ;v:.T ^' 4 'u6 l ~~ ` ' '' `~ ~~ ~-Area of Common use i c E • ., / .. ~ ``Y ~<>:~ K,pri Air o v.+ ' ' ~ ~i e ~ ' ~ I~ ~ u4, . ~ ~~ ~ , ~ hl; ' 3i2 A a o y_~ ~ . ~ s _ „ ~ i~.~ ,, ~., 372 ~ ~ ~ •~I III ~~~~~ ~~~,;~ j`~0:~~~373 ,li,~ ~v F1v :,'~~~L .5 gt,~ /,,' ' ~~- \. .~ ~~ gnu + ^ p79 ~~ 9Ee A~° ieoa/i49 ~ ~ ~',\ SAN BERNARDINO COUNTY CUCAMONGA CREEK FLOOD CONTROL DISTRICT Ht VISIONS DWN BY O~iE Par .a,bd~rsio~of!ol ~~ ~icooy~¢t/ct~r/Ti' V0.1oa 9•Z9.7E FILE N0. O. P L3Oo//50 cvulolr n~ ~ - J~ 1 3EE D a i 9aoiS2 p ~ ~~ c. F[aa. Ao '~~J9)AOe ~1 -~ i eF ~ rJ^s/dh~] 395 '~, ai ~i90e TM„ ~ ~$ ~',a. ~. .. _ I 1 396 ~.'_-±~K. ~ S y - .~1 .a',.J•.H,. ~` to N ,. ~~" 1~ - 1 Area of "rrmon Use . ' ~ ~ ~ ~~ ~ ~9 Q; r G ~r ~l r~,~ in 4o, h ~~.~'.e. '~ ~.~, ~7~ 9 a ~~aA i4 ~~1~. qv ~W ~?,. ~ P ~a ~"' J .'~ a - ~ ~aY74~' .5 ~ .n ~ ~~V ~ .1: .~. ~, i ~~~~pp--pp '. Ol. '.Y ~~~~., ~~an6 g,,, ° .~~ E >; '~ .+ STREET ,~, v,-ssa•, y~vc~ a I,. ~ '~ _ .i. _f _.. _..ie''Ta ~` ~ N ~ - T oas 3948 Jti<YJW.` .!.~_~ m ~•, ~. ~; `' _ '-t:.`t< 394A TE ana O'. Je9•n Y`=e-71:'.\U r ~ 'o~ F '~ °e, TE 1 Y a. ~~~ ; ;Ij9 EB ~~ 'at. ~ tG\ .P ~~` o; .`\\../""'~~ Cf.ym !fit .~, ~ ~„ ,~ <;'?9 t,1 .^ •~'\~~~ 6~yi ~ \.oP0~7-1 U' ~ pro ~ y n : iroi'si" 3760 ~\R` ~ . n 4 4 nee e~ O nti r rv u .m.~ (a ~ ',s 1?~ NS'' \ U R^R^R^ ~~ ~ ~ ~.' 393 A 52 ` ~ c'. ~s ~ ' ~ Y ~3.~ cx, ~ ~.., 1. ~' ~ ~ v$ ~` oa' 6~ w ' ~ ,. r ~ f ~~ o~ 3788'n~~~ 4. ,J' ~~_ 4 ~ D .,;'a ' ~ -','OSJ k. ~7C0 ~ i ~ 37ai nl 376 U I\ I71~ ~L7..J A'1 JoA`~/c) ~2's`i, V _ _ U . __._- .... _. _. ___ _ ._ ___. -_ N L - O . ~~~• l 375 -~{ ~' JAN 1 21979 SAN BERNARDINO COUNTY CUCAMONGA CREEK FLOOD CONTROL DISTRICT ~'O/~ CUCAdlU./GA LgH09 REVISIONS DWN. eY ~ DATE Be`w<en Yineyera Avenue ~ /$a ?!5 ~78 9*g Sheet FILE NO. ' ~ '~'' VNI IT 11 SEE u P ! 3pC ~gq PoR, 1 1 4E ~ ;~ Por D -'----~ ~ ~. cl, , v ;~ ~ ~!~~ ! „~,~ '~ r ARROW a ~ .. .... _ . ~° ~e d l ~ - _a T__,.. ~ _ II II N ~ 0 wh V 7E .`~ ~ a~ ~ ~A, qi'~ ~ i y H~ ~ O~'I {Y all y Q ~ ~ ~ ~ 39~ V 1 ~~ t~O~ TE ~ L__ r _ G z~~ ~~ J~ ~ - V 'tl~ ~~ U Q ti ~ ti 2 4~ lO (~ 0 C' A~i ~ ~. T~ ~, W i 2 0'. ..L .- ._ ... _ U f ~ ,. I ~ ~ -- y~Rl ~ _ I 384 D 'Area of Common Use ROUTE // G52iN ' ` ~ ~ 4 :: -- ~ U> n { ... ...- -- -- ... n/,+GHJc ~~~ d9~di e 97~L ~ '~. 2•.tl 40G/ ~~ I J W _ Z ,.y ; 41 Q I irn,, ` I ) .s~kP. ~' / O Oc 'A~s ~~~,"' ~ ~,3 to j w 2 , 1 W -y ~4 1~ E m I• I ~ 1 ,j61 1 - 1 ~/5~ fbR ~ \ •a f. S t ~. • S ... __.... _ __ .. L ._ _ ~ ~) ~, JAN 1 91979 \ SEE DP 1300;152 SAN BERNARDINO COUNTY CUCAMONGA CREEK FLOOD CONTROL DISTRICT .4.'JQ CUG4i31OA/GA GA.V05 REVISIONS DWN, BY DATE a a eFaw 4toui'E .V' CNAN NEL IN 1'ERSf?C1lON 5 ~ !v'T5 FILE NO. ~n2~ I-- yen [l P / -d 270,' JO C ? I cn ^t D' ~ ~ .V~49'.52'9 /'{V 646!" FOURTH-~--- 3'y'`' ~'~cc i (" 3'~R 1 S' (SAN BERNARDINO AVENUE) ~ Area of Common Use- + ! 3-/ O \~ 340f - ~;; v3a,~~ ~.~. o ., o bJ ~A~' "o b' D ~ z v.I O / 1,.. ~-JJZ')A- ~~~' _ 343 n D II ={ f a 4 w n' 9A° r~ ~ rt sil' J3 a'A° v; II r`h_ a3 ~~ 3409 ~, °" ,, s I D i I dG2 3` I -~ SB2'JZ L'W ~ I 3 Is '~ ~' . •.. .,,. r:, •:. i 'b:1 -~ .-.a SHWA,: ~ 342 T.E CITY' OF Cliv OF n- U to r IIU ~ ~ II a In' ~ o VI P ~75~~_675~ ~ _875 S `~ ti ~ a A a3 75 r 'I o m ~, R' ~ .~ n ~ ~ N P I, I, a ~~ C ~. ~i ~ ~, ~'~ y 1~ ~~ eo I Z C1 h ., ~ . a. ~,m ~ ~. c ~ n~ s a ~ t ~ ~~ I ~ ~~ ~ y'~ ~Ai 1 6 ~'s fy. v N :I ?. <, fT I~ 1 ',I 1 1 I ~I I- ' I I Por. 66 E O V ~j ~ ~ I O ,ry I ~ Ln R ~~ i Iq ~~ c~ 5 ~ i' I I v 133 ~ I G - R ): ' ~ .~,5~' I of ~ ; I Por. ~ ~'s.A) II I 66 ,. Tot 1~ E ,,. ~)nr' 1 -' 1 Por ~ 0 )~ A~ 1 ----J ~ 340c J~7 5J` t y75~~.+-515 D I ~--'1.~'s' MAR 2 B 197 SAN BERNARDINO COUNTY CUCAMONGA CREEK FLOOD CONTROL DISTRICT HI VISIONS OWN PY U~TF JED 9-B~7B pOPTlnnl OF TRACT N0 2244 M B 35/50 -'-'------- --.-- FILE NO BETWEEN ~~G'~STHEET AND FOUR 7H STREET __ ppl 300/139a- FXFIIRIT DI sE as .vo i-3o~ f 5/XTH 5J,PE'Er~: - .: 1 5 W Gd Lm ie Guioe of Er~.~nerfe ,Pc9rnnl -, Area of Common Use D G.. ~.cf P: N.b.b J =. 'dI:53 = c ~V Jo' r- im ai _ FiFrN __ Iw_ S'ecer u I I -__-._._ ( d8 ~REM~ 4 T E 9Z'JB 4v- -OOt3k'~ .~ 569.99 22 F e3. w>' ~~ -J J2N .'.` E RlW S ~ a 0 ~1 P 0 ~<.~~c T'•R'J:9 L^ n -rid +e- • i.GH 39 T . o9lr) `\ A /Gig' A~ sq ° ' 3d7e Nay =~ n m/ T E r`~ S ^ 1 \1~W. - 75 ~~ 75 `~ 1 ,t't°'~ '' 11 ~ ~ Exienn9 . i BfJCEGO .Pignn/-way F FA'i~PTN aracEr .-_._- 1-_.~______ .--. __ CUCAMONGA CREEK P:~r CucorrWngv LvnJs MB a `- Hrlween 41/~ Slreel vn0 6!h S~rpel ~:. ~~~ey9i a3y 6~ .,, 6~~ D ~ ° W o-,.E i7 G~rvel aurae e 07T J~ 9 ~ .. ~. 70 per. ~ ~ . 0?4 '~-9~ 347, ~ ~~ 'bd~ TE ~~GI Ccra~ aF Engirxv~.i RequircmrrA MAR ^ 61919 SAN BERNAROINO COUNTY FLOOD CONTROL DISTRICT REVISIONS OWN BY DATE /Sd e•i4--re fllE NO DO/3D0~/6E a FXHIRIT "A~° SEE O P / 300//46 59 ~ ., `=. o'P~° 353 J ~ ~ ~~ u ~ ~,._~ :,~ i ° ~ ~ I v ~. JB P: ~ 7n `x ' 1 19c A.. T o ;• ~ ~~~ Dd?` I r ~ ,3 ` ~ ,. r - ' _ . \ v _ ~., .... .. ... .. 352a ,, I _ . r .~ D xi°. ~J .. .... ' 1 I ~\ w a Q: . II I ~~ lu ' i~'x Z. . ~ CI \ ~ ~ p :' I n y~ F - t' -,c ~, c m J29P n,r I: u '~, o ~ . ~p w~ 4. Q • ..' ~ i. !t• ~ v .~. - ,x . .~, m ~, ,c' ~ ~, C . - ~ v o- t~ ~ - ~~ ~ ~, ~s, N \ v 6~ ~ m I . A~a ,s ' E ~" I .. , D-, ~ ~~ ~ T ~ H a o f ~ ~~ I n F /~b~ 1 ~y q r:~a r 4F+f y I l J'~ ' - __ r ~, w L J, ~ ' 352b : v, "-, Ar¢a of Common 352c II\\// `. v` ,-0 sJ- Use ~ ~ ~ n ~ iJ T~ W ~// r~ ~' .\~ ' -. p` ~ c` pa x ~~' p T '\ 1~y - , w 6 ' ~ \ CJ ~'t 1 ~ I.s~~~B S/ W - ~_'_ - -STREET-... SIXTH ~a ~' 1;` ~ ' ' ._,~---- , ., F~ ' x,6.75 ~,. b~JJ -~ ~ , ,y~ryq~si'J3"w 338 ti7' I ~ se~JP;.i(tr Jj;O.i ~.v?. ~xr' ~ MAR 2 61979 SAN HERNARDINO COUNTY FLOOD CONTROL D ISTRICT CUCAMONGA CREEK H„~,,~NS ~W„ A , ~,~TE _ J E D . 8-30=78 PORTION OF CLC AMONGA LANDS MH 4/9 ~--~---- . BETWEEN SI%TH STREET AND EIGHTH STREET -°°-~-- i aE eo. D. P.1. 300/144a rvi llolr n, .n 3fE O P. / DoY/ /SO I sa987zi E o::.~ DETA/L / _ ____ F ,tinih Sf2 0 C'S .u .>;F i N.',..e UR2036k u0% ^' Ne e<g4E ~ ~~ PER RS 35, 90 I { b . ~ ~fi. / , m ~• ' R~ ~ 5~ t^ ~_' c,9 • y ~~ ~~ ~ o \/// 372A ~ ~ c _ _` p A ,~ q V. r'u . (ld ' ~ \\ \ ~ f °~` \ me . ~ ~~ .;;~ \ ~ c ~ r /;D~ 7 ~ r \ ~ 372 \ \ p ~ _ v _ ~ Sy ~ V ~ ''` - - m ~ SFE UErgiG ~ : 0 ~ ~ ` i/~ qDl 4 ~ i ~ ~ 4' ' . e o. I \ y LOJSiJ61 1 OS'i S.r I• Z~ 0.iR 370 a 9a~_i's. - ~~. p ~ ~ o ~'~ 373C o 0 ~1 U6o ~ ~ `~ ~ ` ~p u ~ a ~h RC .• ~r ~ L. C ~+. f Y. ~,. '371 REM ~ 4V~/~ /O f]q t ~/ ~ ~' '~' WL n ~'.I~ ~Yl a1~t Y ibR Y ~ ~ ° ~ s re °~ ~ `'N r aoZ voti ~s aal il , , e _ ~ a a 3] ~~ 7a ~ L• / D G1 ~\ ~, (~ Ye Inc ~ 6664 / \ _ %)T ]2 i F \ ~ Pc 1 I a' 11 , Y' '~ / ~ ~~ - --- - -- ~ -~ ~~._" ~~ \~ c 1 I~ ~ (~ 369 ~s TE ooze .doi" -___._ ~, ~ ~ a. .aaoz ./8.509 /9 'µ' ~ ~aF~t•' \ o I ~ 368 ~.-.0260 Ac= _. ~~ ~ ' f _ ~.. --~ b~ ~[ A'~~i~0 el.o/h i, C3.: \ ~ ~lS ~ . . • •. ~ ~~ \ ~ V I j]O55 O b l a v / B~' STREET C \ e7° A 1 \ :~~i ~~ n~ Area of Common C,Y d/ R •5779G5 $ ~; Use -~~W ^N h N F 54 V401 8 e•o9i74' ~ =>5 G •/Ccr9 D 5cr u.P I y:1'I .A SAN BERNARDINO COUNTY CUCAMONGA CREEK FLOOD CONTROL DISTRICT Fold CUCAMONGA !//NEYARD 1R REVISIONS DWN BY DATE MS POC/ a,!„'iv l,~r ry~,~ ~xr /Sa 9~/17B ' ` i .Pm~r/5. 37L ~ FILE ND . % c7 P / 300 49a ~28~g~g EXHIBIT IIA411 I. 4~~',^..;' ~~ to ~. ,, 3T3 A rE n `h, ,° ' ; .. .., c e v, \ "~ „t'r' ~~ a. C41: 1 • . ~u~~> _ . ~' ~ _ -- -----*5--. .. ~ , .. ., ., • ra O U ~ . ,. ,~ ; '~ 37z o ` Y' -Area of Common Use I":I~ ~ • 53 I / e ... ~. ~. ~J- E ~ 37 Z B ~ ` v s D ., r~ -~ 11 , ~JA', ~~ ~L ..,a ~ .. ,'13 ~ ~y Ara . '.rv`.' i Iii pa. 'wy ?, ~' I i ~ - V _ . 7 'M, ~~' ~ /.. ~ ~ ' ~r ~ '<s! nt ., Oc`T ~ ~ ` 1 ~' 3T9 ' ' ' MAR 2 61979 \ \ \ SAN RERNARDINO COUNTY CUCAMONGA CREEK FLOOD CONTROL DISTRICT /~C~' ~1' / Si N?O ' LO ~ ~~`) : ' ~hO fJgk~ ^ )l'd:Y 'd! !~ • ~,I HSIONS DWN BY ~ATF. :. , . . - , . , ~i . 6 4 pie ~?::1.~ __...._ f ~"G,.~ 9•Z9•~e vN.r No OP, /300//.90a EXHIBIT A5 3~ ~ _._ ~~~ _ ~ _ ~ .rrv ... ~ ~I ~t 395 ii ~ ' 4 'n' I ~4i ~.. •. e y,A r~ ~~n.' ~o _ ;a s~ ~ 3~~. ~~ `mot' F. E~ :: `a~ ~ . ~ ~ ' ~ ~ ` ~ b[ ~ ~y ~;' " ~ ~` ~ Area of , ~ C~ainmon Use r: ' ~ ~ , ; , ~ ~ / s . c; H~^ ~ ~ I \ ~y >d° yt~^~,ees'araw~~ c I ' ~r I 3948 U . ~ '~ ~ TE 4e.. / R s ,fevreNr ? `V' is ` ~ A p. r, '\ ~ ~v 1 '• ~ .. `~~'„C C•P ~. n; ~J ~ .: e. r~ ti 4 ~h,' ~ ~ A V ~ / / -. ~'.~ ^ r. ir ,~ 393 C52 •.. •.o ~ rn~ "'" !\ / i I .. ~ E . ~, - . \ '~ v .Y v l v ~ _ ,,~ ' .. a.. ~` t. t ~ 37BA ~ v s }~ e s j :1 378 B =' I ~ ..a 37D~ ` ~ ,, e ~ ~ I f j ' _ r ~ _ 1~. . L' .. -. _.- _- __-. ..._ .____.-__...__ ~ ~J'~' fit- ~ il~ ~iE ~ V I " i f ~. ~___'.-~ __._-.._ _._._____-_-_ - 1 MAR '~ 61979 j SAN BERNARDINO COUNTY CUCAMONGA CREEK FLOOD CONTROL DISTRICT .,..^ r",, E;.7.N~M4id :_d62~9 Hl v~~ions owN ev o,1TE .,, ~~a ~, ~ ~vr1 L3e'ween ~'rneyaro Avenue ~ _._..-._. 9:y Jft'CGP _ _... - FILL N0. ___ !JP/ ~~/5, a • ~ vlll r'f1T n_ II 4 t, 6 I 1, ~ + 1 ~,1 > ' 1 PoR , ` I ~~ ~ ~~ ~ \ ~..~ „ o \\\ A BROW ~:~ Iw ~ - .. ~ ' ~ - "_ ~ ~ l , t ~,n~ ~ 3'a4 ~ i ^ a ~ ~ 4p ^aN z" .~ ~~ rE i ~ ~ "i ~I j i ~ ~ ,~i i O O ~ pV ln~ 1 ` '~, CpAA V ~0 .•n A P4 m, ~. } i I .. . ~ ._ l .~y"'~~°' J '. YOR .~ ~) ~ I CUCAMONGA CREEK FL74 Gy/GQMONGA L AN05 .u~4'..~:: vJU1 P. .1i' c.linN M1tl.. iN i'ER•_F ,_tipN .. Area of Common Use 384 I D RWTE • `l ', ~., .u if u' Si'...'! I. v 1 .ti m 37~ „o-0 ar ~~~ ul " ~w ~~ 2 W ~ ~ p.. Q ic{ C h ~.f'' Q ~ ~~~..' W p 2 " ~ ~ w ~ ~, U I 1 ^ , ~ ~~ i ~~~~ , •(V .. 5 ~ 5 1 ~~ ~\ 11~ 11 • \ 1~ 1 I c, MAR 2 81979 `•SeC ,,,n i 3oa 'S2 SAN BERNAROINO COUNTY FLOOD CONTROL DISTRICT MI VISIONS OWN BY 'BATE Jt ..:i -~---- iILF. NB. D P ; 300: , ....-~ a ~ • MINUTES OF THE BOARD OF SUPERVISORS OF SAN BERNARDINO COUNTY, CALIFORNIA RE: AGREE. 79-207: F/C, ZONE 1~CAhtONGA CRK. (350) T•7/CYTY RANCHO CUCA- NONGA: FEPLACE., BETTEPu~i^c.VT & COMh1ON USE: BRIUGES On motion by Supervisor Hansbzrger, secondzcl by Supervisor McElwain and carried, the Board of Supervisors approves Agreement 79-207 betcaeen the County, on behalf of the Flood Control District, and the City of Rancho's [ Cucamonga providing for the replacement, betterment and common use for -f bridges at Fourth Street, llellman Avenue, Sixth ST.reet, Eighth Street, f Vineyard Avenue, Ninth Street and Arrow Route in connection toi.th Zone 1, Cucamonga Creek, Phase V, Corps of Engineers Improvement Froject. PASSED AND ADOFTED by the Board of Supervisors of the County of San Bernardino, State of California, by the following vote: AYES: SUPERVISOP.S: 1•icElwain, Hansberger, Afayfield NOES: SUPERVISORS: None ABSENT: SUPERVISROS: To;~msend, Hammock (mw) ' ~~~~o~~~ nPR i~ ~s7s San Be. . flUr. SIA7E OF CAC!pOW~IA COUa:!Y O'r SAN BEFNAFiDIP70 ¢s- X. 6:!D::Ec DIS{C:$0O:=, C!erF o! Gts t!oartl o! Svpervisers o! San q~rwrdino County, Ca!i!mni a, here ;• ecrti!y the longoing to Er a!ol!, trua and correct Soyy o! the feeoM o! the ac[ioa wkrn hV said lfon:A o! Sup^_rv;wrs, by vote o' '-.. Ihr mttaSers present, os the srne spppars in 45e O!Iieiai Ciinu:es o! said au. M o! its meeGnq o! `April 9. 1979 p:dea:epr r~i u, Toro unv gfau _. ---. cc: F/C w/a re Contr. w/agree Co F/C' AwD::EC DIS:t1RO0:! Auditor w agree; File w/agree ~ ci kolsaidana:U, 0 N O ro n N C W n O 7 w m w n ~a n r ~ o rt o F• n ~~ m n m~ Co N M N `__ REPLACEMENT BETTEBhIENT AND CON.MON ti: AGREEMENT CUCAt4ONGA '.EK, PY.ASE VIII Bridge Crossings at Sixth Street, Humboldt Avenue, 24th Street, 25th Street, 26th Street, Haven Avenue and Baseline at Deer Creek, and Haven AVenue at Hi115ide Channel T:iIS AGi2EEb1ENT, made and entered into this 18eh day of Dece~6er, 1980, by and between the CITY OF RANCHO CUCAMONGA, a municipal corporation of the State of California, hereinafter referred to as "CITY", and BAN BERNARD NO COUNTY FLOOD CONTROL DISTRICT, a body corporate and politic of the State of California, hereinaf t^_r referred to as "DISTRICT". WITN'e SSE Tii t•iiiE PSAS, CITY is owner of or exercises cognizance over certain ri,a is-of-:gay and easements for street and highway purposes for certain public roads, hereinafter referred to as "ROADNAYS"; and 4]itE REAS, the flood water of the Deer Creek and/or Hillside Channel, hereinafter referred to as "CREEK", pose a serious threat to healt;l, life, and private and public properties including said ROADD;AYB; and Ii IiE P.DAS, the United States of .l.~ie rica by and throng Y. the L'n ited States Arn~,~ Corps of P:ngincers, hereinafter referred to as "CORPS", proposes to construct a flood control facility and appurtenances t::ereto, hereinafter referred to as "CHANNEL", in accordance with plans entitled Cucamonga Creek and Deer Creek Channel, hereinafter A790/05031 Page 1 of 8 referred to as "CHANNEL PLANS", for the purpose of aiding in the confinement of waters of CREEK through CITY; and WHEREAS, DISTRICT is owner of or is acquiring lands for the construction of CHANNEL; and WHEREAS, DISTRICT is local interest representative for coordinating construction of CITY'S facilities within CHANNEL, and obtaining rights- of-way for CHANNEL; and WHEREAS, DISTRICT desires to conditionally occupy portions of ROADWAYS with constructed CHANNEL; and WHEREAS, CITY desires to conditionally occupy portions Of DISTRICT lands with ROADWAYS facilities and public utilities; and WHEREAS, neither CITY nor DISTRICT entertains objection to the occupation of these portions of their lands or rights-of-way to be used by the other, which lands and rights-of-way are hereinafter referred to as "AREAS OF COMMON USE", and are outlined in cross hatching on attached sheets marked EX};I BIT Al through A~, and are made a part hereof; and WHEREAS, DISTRICT is willing to replace CITY'S facilities which removal is made necessary by reason of the construction of CHANNEL with replacement facilities of equivalent function, as determined by the State of California Department of Water Resources, hereinafter referred to as REPLACEMENTS; and WHEREAS, CITY desires to have DISTRICT improve several of the existing CITY facilities, which improvement of existing facilities shall hereinafter be referred to as "BETTERMENTS"; and WHEREAS, said REPLACEMENTS and BETTERMENTS are itemi2ed and the construction costs are presently estimated on attached sheets marked ExHIBIT B, and made a part hereof; and A790/05031 Page 2 of 8 WHEREAS, DISTRICT is willing to incorporate REPLACEMENTS and BETTERMENTS into construction; and WHEREAS, CITY and DISTRICT will mutually benefit by setting forth herein the rights and responsibilities of each with the AREAS OF COMMON USE and with regard to construction and costs of REPLACEMENTS and BETTERMENTS. NOW, THEREFORE, IT IS MUTUALLY AGREED AS FOLLOWS: SECTION 1 CITY SHALL: 1.1 Acknowledge the right of DISTRICT, its successors, per- mittees, or assigns, to construct, reconstruct, operate, and main- tain CHANNEL for flood control and water conservation purposes and for purposes of access under, over, along, and across AREAS OF COMMON USE without need for any further permit or permission from CITY; provided, however, that any such use by DISTRICT and/or others specified herein, shall not endanger, interfere, or conflict with the use of ROADWAYS by CITY or the traveling public without first obtaining approval as set forth hereinafter. 1.2 Approve BRIDGE PLANS and plans as set forth in SECTION 2, Paragraph 2.3 of this Agreement. 1.3 Submit to DISTRICT, at least 30 days in advance, plans for any proposed construction, reconstruction, or maintenance within AREAS OF COMMON USE which may occupy, endanger, conflict, or interfere with CIIANNEL or its functional operation, and obtain written approval from the Flood Control Engineer of DISTRICT of such plans which approval shall not be withheld, provided that the work contemplated does not or will not, in the opinion of the Flood A790/05031 Page 3 of 8 Control Engineer of DISTRICT, unreasonably conflict with, interfere with, or endanger CHANNEL or its functional operation. 1.4 Indemnify the United States of America and the DISTRICT, their officers, agents, and employees against and hold them free and ha unless of and from all claims and liabilities of any kind arising out of, in can nec tion with, or resulting from, acts of omissions on the part of CITY, its officers, agents, contractors, and employees in its operation and maintenance of ROADWAYS, and/or in the performance by CITY of any work within or adjoining AREAS OF COMMON USE. 1.5 Accept full responsibility and cost for any and all recon- struction, maintenance, or operation of the REPLACEMENTS and BETTER- MENTS subsequent to transfer thereof to CITY, including that portion of street bridges lying above the plane of the soffit of the deck structure, and including roadway approaches, parapets, walkways, and railing. Transfer of REPLACEMENTS and BETTERMENTS to CITY by DISTRICT for operation, maintenance, and responsibility shall be effective as of the date of final inspection and acceptance by authorized representatives of CITY and DISTRICT or within ten (10) calendar days of final inspection of CHANNEL by CORPS and DISTRICT, whichever is Bonner. 1.6 Upon billing by the DISTRICT, furnish and deposit funds with DISTRICT equal [o thr. estimated cost of the proposed 6ETTERMENTS as follows: a. SiC0,000 by February 1, 1981; and b. $100 ,OOC by r;unust 1, 1981; and c. 515!;,'241 ha lanr.e by December 1, 1981. The cost of GETTERMENTS shall include the design cost, office A790/05031 Page 4 of 8 overhead, construction costs, construction engineering, and other costs directly attributable to this work incurred by DISTRICT. Total estimated cost to the CITY is four hundred and three thousand, four hundred and fifty dollars ($403,950) as per attached cost break- down, EXHIBIT B. 1.7 Promptly pay to DISTRICT actual costs in excess of esti- mated cost of BETTERMENTS as determined by audit in Section 3, Paragraph 3.2 of this Agreement. DISTRICT SHALL: 2.1 Acknowledge the right of CITY, its successors or assigns, to use AREAS OF COMMON USE in common with the public; to reconstruct, operate, and maintain oublic utilities, REPLACEMENTS and BETTERMENTS; provided, however, that any such use by CITY does not or will not occupy, endanger, interfere, or conflict with CHANNEL or its func- tional operation without first obtaining approval as set forth hereinbefore. 2.2 Prepare BRIDGE PLANS, and plans as set forth in SECTION 1, Paragraph 1.3 of this agreement. 2.3 Submit to CITY, BRIDGE PLANS for CHANNEL, REPLACEMENTS and BETTERMENTS at least thirty (30) days in advance, and plans for any proposed construction, reconstruction or maintenance within AREAS OF COMMON USE which may conflict or interfere with public use of ROADWAYS or endanger the safety of the traveling public, and obtain written approval from the City Engineer of CITY of such BRIDGE PLANS or other plans, which approval shall not be withheld, provided that A790/05031 Page 5 of 8 the works contemplated do not or will not, in the opinion of the City Engineer of CITY, unreasonably conflict oz interfere with the public use of ROADWAYS oz endanger the safety of the traveling public. 2.9 Indemnify CITY, 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 acts or omissions on the part of DISTRICT, its officers, agents, and employees against and hold them free and harmless of and from all claims and liabilities o£ any kind arising out of, in connection with, or resulting from acts or omissions on the part of the DISTRICT, its officers, agents, contractors, and employees in the construction, reconstruction, or maintenance of CHANNEL with AREAS OF COMMON USE, and/or in the performance of any work within AREAS OF COMMON USE. 2.5 Coordinate construction of CHANNEL with CORPS. 2.6 (a) Administer contract for construction of bridge crossings at Fourth Street, Sixth Street, Humboldt Avenue, 24th Street, 25th Street, 26th Street, and Baseline, and Haven Avenue at Hillside Channel. 2.6 (b) Coordinate construction with CORPS of REPLACEMENTS and BETTERMENTS of Haven Avenue bridge at Deer Creek herein described and transfer to the CORPS costs of BETTERMENTS paid herein by CITY to DISTRICT for that crossing. 2.7 Notify CITY ten (10) days in advance of final inspection of work encompassed by this Agreement. 2.8 Promptly refund to CITY all funds in excess of actual cost of BETTERMENTS as determined by audit in SECTION 3, Paragraph 3.2 of this Agreement. A790/05031 Page 6 of 8 SECTION 3 IT IS FURTHER UNDERSTOOD AND MUTUALLY AGREED: 3.1 Except as expressly set forth herein, this Agreement shall not terminate CZTY'S or DISTRICT'S rights within AREAS OF COMMON USE. Both CITY and DISTRICT shall use AREAS OF COMMON USE in such manner as not to interfere unreasonably with the rights of the other. Nothing herein contained shall be construed as a release or waiver of any claim for compensation for damages which CITY or DISTRICT may have or may hereinafter acquire resulting from the constzuction of additional facilities or the alteration of existing facilities by either CITY or DISTRICT in Such manner as to cause unreasonable interference with the use of AREAS OF COMMON USE by the other party. 3.2 Within sixty (60) days after determination of final account- ing and reimbursability analysis by Department of Water. Resources, DISTRICT shall present to CITY a statement showing detailed breakdown of actual costs involved in the design cost, overhead, and other costs directly attributed to BETTERMENTS. CITY may audit DISTRICT'S accounting of BETTERMENT costs and verify DISTRICT'S statement of BETTERMENT actual costs, which verification will not be unreasonably withheld should such additional auditi ry be necessary to clarify or adjust said statement. THIS AGREEMENT shall inure to the benefit of and be binding upon the successors and assigns of both parties. ~ x x * x x • + : x w + • x A790/05031 Page 7 of 8 i IN WITNESS WHEREOF, the parties hereto have caused their respective names to be hereunto subscribed and their respective seals to be hereunto affixed by their respective proper officers thereunto duly authorized. APPROVED AS TO FORM Alan K• Marks County Counsel County of San Bernardino SAN BERNARDINO CO;INTY FLOOD CONY ROL DISTRi CT ~~ BY ~ -~ lo'1~8c: 2 r(~ ATTEST: Deputy ecretary, a and of Super isors an Bernardino County Flood Control District APPROVED AS TO FORM By t~.i t.y Clerk Chairman, Board of Supervisors San Bernardino County Flood Control District CITY OF RANCHO CUCAMONGA mayor City Attorney „..._ .. i'. ca"t r^ ...~ Boerd of . ~ ~ ..., •.,''-3 =:.%an Oernardino, ` ~ •'~~ ~ ~--^etyccrtifythefore- :.,.,' y ,;c; y u ti,e ori~inel now onufiledln my of fic a. '"">"H^~nnN Paqe 8 of 8 C=Giu f tide ~oard e ty CiJCAF10h'GA '. ., PHASE VI i I ANO ~ ~.SE IX U.S. ARF1Y C0~ ~ OF E~:G IFIEERS 114PRCV E!1ER PROJECT f,OST ESTIi•tATC FOR CITY CF Pf.ll Clio COC AId~~'JBA Be ttercent to Bri dae SU^„c to rrs 1. Sixth Street Bridge )24,610 Be tte rm.e nt wid tii 4.0' 2. Hmi,bolt Ave, r.ue Uridge $ 5,280 Betterment width 1.0' 3. 24th Street Gri dge $22,700 Ee tte rcent width 5.5' 4, 25th Street Bridge 526,600 Be tte r.~~ent width 6.5' ."~. 2otii Street Bri Age $24,150 Getterc:ent width 6.0' 6. Haven ,:venue Bridges 528,150 Ge tte+r~ent width 6.5' i. Baseline Bridges F;e tte rr+ent (north bridge) 13.25' 514,200 Ge tterinent (south bridge abu tn~~ents) $63,000 51 L.F. X $1,235 B. t+,a ven frvenne Srid ,e at Hillside Channel 5 5,400 Be tte rinent 6.5' EXHIBIT B Page 1 of 2 SUMMARY I. Bridge to be constructed by Corps of Engineers Contractor a. Haven Avenue at Deer Creek 28,150 b. Humboldt Avenue at Deer Creek 5,280 c. 24th Street at Deer Creek 22,700 d. 25th Street at Deer Creek 26,600 e. 26th Street a*. Deer Creek 24,150 SUBTOTAL $106,880 10% Contingency 10,688 SUBTOTAL $117,568 20% C/E 8 FCD Engrg 8 Overhead 23,514 TOTAL $141,082 2. Bridges to he constructed by Flood Control District Contractor a. Sixth Street 2v',610 b. Baseline (1) North Bridge 79 ,20D (2) South Sri dge Abutments 63,000 c. Haven Avenue at Hillside Channel 5,400 SUBTOTAL $179,470 10% Contingency 17,947 SUBTOTAL $197,417 10 Engineering 8 Overhead I9 ,7qp TOTAL $217,159 3. GRAND TOTAL (Total of Items 1 and 2) $358,241 E$H[BIT B Page 2 of 2 • t ~r; : , I ,`: tom`.. ..ail yA: r L, "M` yt i ~ I • F''" ' 'P- - - - - - -SIXTH o ~ 669.24" to Turner Ave. 57' S7' ~_ i II S7' S7 58' SB' I I 1 5B' S8' DEER CREEK AT SIXTH STREET " "' AGREEMENT No. A790/05031 I" = 100 of Common Use o, -- - -- ST. - ~, o_ SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT REVISIONS DWN. eY DATE W. S. G. 5-23-80 fILE NO, D,F I-500/57a EXHIBIT AI ~ 56 156 ~ ~ ~ , ~ ~ _ ~D I ~ ~ ~ ~~ i I Y ~ ' n I .. I b ~ a Area of Common Use a = „ 24TH - -- ~; q - -- ST 0 69746' {o Turner Ave. ~, ~ I ~ D l ' i ~ n i i l 9 I -• I I~ i I. ~ ~ = 100 ', I i ~ I j .. [... III I r. - _ ~ I ~" 56' ~ 561 I I I~ ~ :~ - AVE. o, N ~; HUMBOLT - In s7 s7' Area of Common Use I I I A.T. 81 S.F---- - I -+-' ~ ~ ~- R.R. N /1~ ti I BTH - ~ ' f m ~ 653.76 e Turner Aw. O, - ST. s I ! I: j '~ i I I I ~ I i r's~.- - ttt------~~ wi '. I ~, 1 57'_57' i (''~ ~Aiv 6EnNANDINO WUN7Y DEER CREEK FLOOD CONTROL DISTRICT REVISIONS DWN. BY DATE Por. North Cucamonga W. S. G. 5-19-BO M B 4/8 . . FILE N0. D. P. I-500/ 58a ' ~ AGREEMENT No. A790/05031 EXHIBIT ~IQ211 56' S6" •^• - .... ti % . i~ . i~:~~~.'.. . ...:.L ~.i I~~ I 100' I I I I ~' + t`~l ai. LJ. ~. ~ r l1 Area of Common Use o 26TH-- k1 w - - ---------- ST O - 64/.03' to Turner qve. . w O ~D 1 i 3 I yT ~ 9y 2f I I' ~~~~ ~~ ~, A I I h ~ ...i.~.. 1 I 1 0. I ~ . I I : 3 i I D I I T Areo of C mon Use 0 0 o - --25TH---------- .__._.-----ST -- ~ ~ 6'/4.31' to Turner Ave. . ~ i I I ~ '7 I I ~ ! t ICI r~` 'r ` ~ I ' i I D I ~ I ' ~~ m ' ~ ' .: •.: 56 56 I :r f.i~ '4NARYINC +"-OUNTY ~ DEER CREEK FLOOO CONTROL DISTRICT REVISIONS DWN. 9Y DATE Por. North Cucamonga W. S.G. 5-19-80 M.B. 4/8 a 34/63 FILE No. D.P I-500/59a "" '"' AGREEMENT No. A790/05031 EXHIBIT IIA311 l ~ s3 a /343.82' to Cenfer qve. +~ ` Sg. CHURCH"--- gT;- W o '` 33 /O/' ~ / /~ / D m z i I" = ioo' i ~ S3. ' i . .`.sg. _A. • j ~ ~ '` .C C.:. ` . ~ ' -:`y' / / ~ / 1~ ` ~ Area of Common Use Ng. S R X i / ~ ~ / x% S ~, I ~. / ~ G S m ' / / R Y 33' /O/' SAN BERNARDINO COUNTY DEER CREEK fL00D CONTROL DISTRICT REVISIONS DWN. BY DATE AT HAVEN AVENUE W. S. G. 5-23-8 FIL E NO. D.R I-soo/soo '°~"°° '~° AGREEMENT No. A790/08031 FYNIQIT "A~" \~ ~ / Sp~ ' /r / / I" = 100 / ~~ /554.72'}. Nayan o BASELINE of Common Use i i i i / / / / /, % // S , ~ ~~.5/ i SAN BERNARDINO COUNTY DEER CREEK FLOOD CONTROL DISTRICT REVISIONS DWN. DY DATE AT BASELINE W. S. G. 5-29-8 ~-'~ D. P. I-500/61a °,,, - •°° AGREEhIENT No. A790/05031 FXN I R ITNo• I R IT A!~ ' ~ e"s~"! ovseDETAII `~ 113 Ptn. es,.9s• -. l u ~ 9g E 1e9~9G SS..W _.~/~yb '1~i~9 -~-r,- _ / REM. ~ 'y\' PD 8.647 Ac'- dD pq .'!~ .:` a / 0o- ~ !._.. i~_e',j,; ,•' j' REM IN EASM'T. I ~ H• , '~, i' • 11.062 Ac.'- p SEE sB9•ai•ss•w .I, M DETAIL yS~ /902.oa• 29•gg" POWEN ANOU~GH7f5~'r p ds 2z. u8q 5v Al y° /~ s/. ~ SE Cor,~ Sec, 14 -~ ~y2a ov (See D.B L500/45) / ~N'z°H'3z°w ~a s:e-»>r E,].a~~ /-- /60.03' 14 `\: 13 I B62.t5' '~- \ 956.63' 'j ~ \ SB9'46'S5'W \ \ 23 ; ~ 24 .!l ~ I O ~N 89^s0' Il^L of 41 \ , 22D'R~cYi m 0 ~ \ ~ ~ m 2~ ~' 1~ s _ ~ E REM. ~~ 9;!E iA• `>- I Z Ptn. Sz.,c54D '2~ g~ ~' •~ ~` N /:nee S Vz. NE%1, NE%T~ SDC 23 I 92 ry ~ i /008.24' SB9.49'4]'W N D !' N Zs. s 0.34'!4'2e" _~ '0 Do n P w s ~ R • 960.39' / ~ )p by,A v 1~~= 300 'v.~ L = 573.95' REM. 0 p,l,e ~0. ^J 'COURSE A'=~ J 7 • Z95. 63' 6.561 Act IW ry~V ~ O 112 :';`..'• ,-~: ~..;\. `~ `~` r,H R' i 99D 209y e05 ra:"s) I _..~r~ii~ Nay ~uq9%/, T I\ -(oi I •~ \ REM. W ! ~ D ~ ~ 10.119 A<r RESeRVE° 1 --- C~~ _- --i_y - o• g°~52 aw ~ D 99c ~ i/i a B 23 r /.nM E ... ~r~'0q, `-.. 9r6/, ". ~ -y-72.0!' \ See Detail "A~ I ~ .!'ti ', 4c"W 9S 1 // ~ ::: s32.~4 6 Area ~f Common Use 1i D ~'' RCEE55 RE$ERVEp ~4' I I "`i B' 3/'F h I B ~ ~: S. Iint~NE%- T~~- r`I NE 4f, Ste 23 ~1 I D /YII~ 200 ~ S B9'2D'S2'E D ~ I •I 44.°0' ~ ~ DetDil :,A:: •m 4799' I HILLSIDE CHANNEL 81 BASIN ~al~ a~rr:.aRDINO couNrv (DEER CREEK SYSTEM) FLOOD CONTROL DISTRICT REVISIONS DWN. BY DAtE Ptn. NI/2, NE I/4, Sec. 23 ewefs n/r~» Ptn. S I/2, SE I/4, Sec. 14 ~ ~<o ""'" ^' W.S.G. 5-24'•78 , r nt O3 e"w o T.IN., R.7 W., S.B.M. Qpev ixt n2''~'~+ FILE NO. / °~~!e j-+•,,,,, D. P. 1.500/45° - ' ~ ~'"i AGREEMENT No. A790/0503! EXHI81'T DAs" 1 '/ /, I ~ II z z \ 6TN STREET -r 0 0 ~ 0 0 v'le ~\ N N J ~>E \ ~ ~ I T ( ~ O 1 1 I ~- 6TH ` ST. I i ' I \5 7 C ~ I . 0 z 1. 1 ~ a D I ~ n i ~ I c DETAIL "A" ~ ° --- SCALE I"= 50' ~ ----- -- - -- f cv „B„ e=43°zl'oo" R°lan.zo' ' L=1067.71' ° SEE D. P. 1-500/48 FOR DETAIL PAR. 108 108a D /O~ Q a SCALE I"=300' 108b D f c v "A" ea6°52'04" R-1000' L= 119.87' Area of Common Us` I ' BA515 OE BEARING IS TUgNEN AVENUE NO°02'39"W _•_ ~~ . ~H ~\ ~ _ ~~ 5~ D SEE DETAIL "4' / p0 v ` , 0 4 ~V ,i / 0 a b ~' ~ ~i y w P_ ~ 6( p u ~ N ~ L.. LGT 1 %~ '23 ° ~ ` 6 D ,~ n, i ~° , ~• ~ . 0 l a, C X LOT n c ~ i 26 / 0 Oi O Awn ?. JJ9Ac t 1 p ti ~' D V ~ ` J y ~ \0 ~ 2 £~u O ~ 3.~37k'.• '~ i 0 4P°' ti/ea LOT loo „e 31 e P%o^ RS 34/33 /~°~ - - " , ? ~ CV°A .4TH %~~~ ~3~8.93_ _ R__ \N82°3.Lpe"W STREET ~ ~ ~ 666.70' >C r~fl ~- VG~J~']'I'F 1).zo~ DEER CREEK Por. S. W. I/4, S. E. I/4, Sec. 14, T. I S„ R.7 W. - ~~~_ ~ ' AGREEMENT No. A 790 / 05031 / I SAN 9ERN,";RCINO COUNTY FLOOD CONTROL DISTRICT REVISIONS OWN. BY DATE a.A.c. 10-12-7a FILE N0. D.P.I-500/49A EXHIAiT ,sue b~~ c w Wn 7 3 df o rwr~ w 0 w w n n a H W N P w O x- . ~ 0 a ~ w n w ~e <o wrn ' _T c p; r i,n r r.~! r e r, n r,'r__L. Sir I; ., n ~.: i, Curnmr,nl;a C,n ~, I;, I'hnee ': f P,ed II_31 Cnuntr~_Club Drive, SnnLiire _'1 II,~m_a;i St rc~•t_Cnrn:+i i.tn :;r.d Fli lsnn Avenrw, and _L'erel at Ili 11 ~i do 3nnd iir idnes TFlIS TGREL?i!33T, made and cote red into [his 3rd day of OCtOb2r _, 1979, by and be t::ee.n the f.I TY OF R,INCIIO CCC!40YGA, a r..unici.pal ca rp ora[bn of thr. Sta[c of California, here inaE ter referred [o ns "CITY", and 5.\V IIgF.RAP.UI;IO COI?:T1 F'LOnD COYTROL UISTRI CT, a body corpora tad and pnLi[ir. of [he State of Cali(erni a, hercinnf ter referred to as "DI ST?;I C(". WHCRF.AS, CITY is owner of or exert ices rn~nizmrce over certain rights of wny mul eanomen [s for st tee[ and higirana pu fpne¢s (or certrrin puhlic roads, . he rei oaf to re Cc trod to ae "RO,\IlWAS'S"; and [111CIi6A5, [hc (Loud voter of the Cur•,amnngn (:rrcl< anJ/nr prmons Crock Channel here i.nn(ter fc tarred [n ns "CHISP:K", pnsv .; svriem: thrcnt fo hcalt h, Jife, and privy lc :uxl pllh l'ic prnpc rt ice inr ludi nf; ::n id ROAU12A5'S; and IAiliii 6.\::, ~Ilv hnihal ;In; r. n( ,1m~•ri rn i+r :;nJ ihfo; q;h thr hni Led Stntoe Armv (:~+rpr of P.n:;i non r.a, hr reina(tor rota rrvd to n< "COI?i`S", prnpnrve Lo tons [tort a flood roof rul facility and nppil rtrnanro= thr rc tn, h~•rr in:; fT m' rv (v rrvd fn nq '9'.I hdr i:I:L", in nrenrd.;nrn with plan. outi[Ird Cnram,+nGr Crnvl: and Ih+mon: frrelt Ch~nnrl, hvrri n.lflrr fa f,•f rod In ;,; "('.1 L\.`^:Pf. Pi.d`:F", Cnr Ai90/OFDD3 I'as:~~ 1 of 8 tho puruo;u of nid!nr, in the cnn(incrvonr of v~ttr r~ n( C,I'i:I S. thr mn9r 1:1 T'f: 'r n:l l8!III; D:Ag, 117 tiTRLCT i.; arannr of nr In awluir inµ Innda fur tho anon Crncti n^ of CILV.::'. 1.: ;:ul IJiIF.a2:\g, UliTaf CT is loenl into rn;;r ron n•<rn; ut ivr for con nii rot ing constnicti nn of C[T'!'S foci Li tie. within CIIAS;:ICL, and nhrnin in.; rights of r;ne for CiLAA:iF.L; anJ l:'HP:RC~\S, DISTRI (:'i des ires to cmtditionalle ncaupr portions oC ROAU'.:A'(> rai Ch constructed CI:AABEL: and kTICB&\S. CIT"i desires to condi [innallg nccugy pnr tions of DISTI:LCT lands with R9:Al7!•!.AS5 Cacili ttes and public uLili Cics; and LiICP.IiAS, neither CTTS' nor UTSTRICT enter [gins nhj ecti nn Co the occupation of these portions of tlmir land.^, ar rights of v: m• m he used by the other, which fond:; and ri S,h t. of way are hereinn(ter re Fcrrud Cn as "ARF,e?5 OF COiMO)1 C; is", and me nu[l rood in cross ha tcF inp en nUnchnd shco[s markci CXH IG[T "Al ehrwigh Aj° mrd nfn made a par[ hcttwC; and k91 P.:C:\5, UI5TRI CT i.s willing eo rep l:+co CIl'1"ti Lacil hies which Yemoval is, mad.• necep::;tLV by reason of Che consfrurtioe eF CIIA>:Xlii. 'vi th reP lacement (acl lilias of equi•: oleo[ CUnr.C ion, ap do Curminnd hr Cho S[.t[e of Cali,orn in Ucpart mere of lia ter 2esonrves, hw'einnf [cr feCorrcd to as FCI'1,:ACf`fl:':TS: and lJllhli l'.A>;, Ci'I'1' d~•alms to have UI ;TIa CT iml+rnvn ;:evernl of Che oxi st ing CI'T'Y Cnci lilic::, which impr<n'cmonC of oxivt i.np, foci li l'io. ,hall hdr<i nnC for for rat rrrcJ .n ae 14 C'fTl:,;a; ~f(S; •mJ l:'II I:P,IfAF, said Itp;I`I,A(:I:iIP;HT; and 144:9"1'@I!'IU,Y'I'; :n'o ilomi zod and I:hr. rnn- r;trucl inn rn.as ar~~ pro :~`n[Iv oa in~,al ~~d nn nl l.u'hrd ::hook marled P; `:111 Ii I'I' "li", :unl mrolr .i pnrl h~•ren~: vul 1:IIi.CI'.~\9, Uf;;1BICT is vi 11 in^ to incn:'p„ra tc iir.f L,\~ll:'II:::TS :rod fIa'TI;I;:II'.ATS i n[a cons u'uclinu: and ni~n/nsaux r.,,;,_ _ ;.r the purpc•:c of aidim; In I'he cnnfincrvm r. nC •: uer^. of CP. f.IiK. thrnn;,h Ci Ti; and IJtIEhhAS, DISTIil CT is nwnrzr of nr Is :Irqu iri nfi landv fur [hu cons tntc[imt nC CIi.1:+NP.h: and WIIIi1:G,1S, D[Sru r'r is Iuc.tl into rt^:r rvl.narnl aC ivc fur cuordinnCing constnm[i nn of CLTY'S foci Ai [ias within CIIrV:Xta., and ni+tai ning rigit CS of way for CIh1NN1'. L; and 4711 IiREAS, UISTR[C.T desires [n conditionally occupy portions of ROAIXiAYS with cmutruc[ed CHANNEL; and lvTliiREAS. CITY desires to conditionally ncnlpc portions of DISTRICT lands with RDADIdayS facilities and public utilities; and WHEREAS, neither CITY nor DLSTRICT entertains objection to Che occupation of [he5^ portions of their lands or rights of onv to be used by [he other, which lands and rights of way are hereinafter referred [o as "AREAS OF CC?C10:1 ^SE°, and arc ou[li and in cross hatch ittg en :I[tnched Shen is mafked E:tHIRI7 •'A1 through AS" and arc made a par[ herroE; and WIiEREAS, DISTRICT is willing [o. replace CITY'ti Caci Li ties which removal is made necessary by reason nC the cons tract ion of CIfAANEL •.vi Ch rep lacemen[ facilities nE equ Lvu lent function, as de term inert h.a [he SCaCC of Cal iCornfa Department of ;Jn to Resanrces, hereinafter fo(erred to as RF,1'le\f,E`II'7;T5; and W1114RP:AS, CITY desi res to have U[STRICC improvo several of the existing CITY facilities, tah ich improvem<•nt of rxisting Eaci lit its shall hdrefnnEtcr bu re Cu rrrJ to as RETTCR?IIiKTS; anJ l.'IlIp2EAS, ,n id Rf:PLACCD(IiN1'.q and ItliT"I9!R7Ili N'I'ti :u~r itani zorl ;uxl the cnn- str~ction costs nrr prosent L)• n.atimnfrd on of to shed sboecw marked IiSlil l4(1' "6", and made n parC hr nv+f; :Ind IIIGREA.`i", Ui tiTRICT (z wi11(u; GI incorpnratn !ilif l.ACG'IV.:lTS and Rr.T1tiR[IIiNTS f nto constnlrti un: :md Ai9(1/OSCCR 1'ngc ~ f S 1.4 Indemnify Che United States of America and the OIS7RI CT, their officers, agents, and employees against and hold [hem free and harmless of and from all claims and liabilities of any kind arising ouC of, in connection vi [h, or resulting Erom, acts or omissions on [he part of CITY, its officers, agents, contrac[o rs, and employees in its op eratinn and maintenance of P.OAO{JAYS, and/or in the performance by CITY of any work within or adjoining AREAS OF CO`1"ION USG. 1.5 Accept full responsibility and cost for any and all reconstruction, maintenance, or operation of [he REPLACF2IENTS and BETTER"TENTS subsequent to transfer thereof to CITY, lnclud ing [hat por [i on of street bridges lying above the plane of the soffit of the deck structure, and including roadway approaches, parapets, walkways, and railing. Transfer of REPLACEMENTS and BETTER,"TENTS [o CITY by DISTRICT for op era [ion, maintenance, and responsibility shall be effec- tive as of the dace of final inspection and acceptance by authorized represen- tatives of CITY and DISTRICT or within ten (10) calendar days of Einal inspection of CIIANNEL by CORPS and DISTRICT whichever is sooner. 1.6 Upon billing by the DISTRICT, furnish and deposit funds with DISTRICT equal to the estimated cos[ of the prop as ed BETTERMENTS as follows: a) $52,108 by November 1, 19i9 and b) $70,505, the balance eE [he estimated BETTERMENT by January 1, 1980. The cos[ of BETTE&MENTS shall include the desfgn cost, office overhead, construc- tion costs, construction enginuerinP„ and other costs directly attributable to [his work incurred by DiBTRiCT. Total estimated tos[ [o the CITY 1s eigh[V-[wn [h ausnnd, si::-hundred and [h irtven dollars ($fl 2,517) as per attached cost break- down, Exh ibis "B". A 790/08008 Page 4 of 8 1." I'romnt l': Pnv [o OL';a ^,ICT ,,.t nal ~'n-a. in ., •r.,..; : cf .sti:'t.+.erJ ,n;t rf RI;'CT;:I"IIf::T$ ns ,Irt, rmi and icy audit in Srrl inn I, !`n rn;; raph J.~ n( th i:: .la r.tr.mcn[. S Lf:III~.~. ~15Tici CT SII:1i.L: ?.L Acknoeledge the right aC CI'il', its successnr< nt' assigns, to use Af,LhS OF f,0}C!OS O.SG in common with the public.; to recnnstruc t, np_rn [e, and r„air.[ain puL lic uti li tic;, R`: i'LACI?!C:iTS and BPTTF.I64E<7TS; provided, hov.ever. th.u anv such use by CITY do^_s not ar wdtl not occupy, endanger, inter (ere, ur con Fl ic[ with C4d8NIiL or its functional opnrn[i nn wi rmut first ab mini ng npproaal ne set (rrth hercinbe Forc. 2.? "ropare I7C iDf, I: FI„1N5, :and plans a scC Cnrth ir, SCC.TI O'+ 1. I'a rag rnph 1.3 of Phis AG reemon [. Z.3 Submit to CITY, I7RI UGi'1 I'Lh%S for CIId?'tiliL, RCI'L.V1ii:IP;A'CS and 6;iTTCR- If". X'[S nt 1nasC thir[7 (30) days in advance, nr:I plan.4 for any prnpeFed cnn- s true Cinn, rc umsLrur [inn or mai ntcnmsc within .12 C:16 OP GO?(?IUR L'.9'; which may in Le r'i^rc or anal lint wi [h pub ].ir use nC hP,1I)fidPS nr endanr,rr [hn snfrev a( thr Lrrn'eti nq public, and a6lain ariftrn ape ravel front the C1 ty Enginccr~ of CITY n( such i1C.I hG f, ri.,vs nr olh,v' pL+ne, vhicll :q+p r'ncal shall not be taiCh- hold, provided Lhnl thr wm-k:: r.an rompln[cd do nn[ nr will oat, in [ho opinion of Lhr f;ily f: m;iro ,~r nl CI'I"r, nnr,vl^.~,q;th lc rnnl'lirt nr inf nrfrri: wilh tht` puhl is us., nE CgAi;'.'h'i .`i ar rtvl,tm,;^t th~~ :;d(I~ty al' Lhn tfnvol ing puhl.i c. ~.'~ Iml.~c;nif :~ CI'f'i, iL: nl'I'irla's, atp~n LS dnJ ompl n:•oos ar; tuna :uul hold Lhl~rt frrn ;tad harm L•vs :tf .Ind Ir:'m alf :•Ia,imv .IUJ Iirtl'ili ti cs of .nn' kinJ arisinr, not nl', in rnnnrr Lirnt with. ~+r rns1111 in;; Irnm nrl>: at' nrries ions ,+n the i+T10/UR91~,9 Pagr~ 5 01 H nnrl ^( 'll:='flti(:-, ir.; nCCie.c n:, ayp•nt"., :uro' .,m;•Lo~.,..n aCa:^"o nni 'nold (in,~t f rn~• ami Lnni,~;: ..1 and from all claim" anal liaitil itics uC mr+ Find nri sin; nu; ol. In n,nn:•rt inn •.+i th, ^r rc.•,tltim; irnm aces or r,^i;:::imt~ nu Chi• Pnrt ni IIfS1'^I+:"I', iC; n(f i.r;•r,+, nen ts, rn^.Crnr [nr::, and ~.nqa nvoc•: in [ho cony Cl'nr_ tion, rnam:n. r'.mtion, nr r~o inCennncc of r;!Id`:MSI. xi th AIi I:ES OP Cn; Ci J:; 1';; p„ and nr ;n the pcrCcrnanc^ of ar.v work u+i ['nin ARi:dS r.!' fO:I;?('•): L'SE. 2.5 Coo mina CC. cons true eion of gL\li`Ilil, wi[il CORPS. ?.6:1 Adcd nis ter contract f. or consCruCtinn oC Sapphi rc at Bony. n, and 6e rcl ne hill.^, ide Fridge.^,. 2.fi6 Cunrrliun tc construction with f,02PS of RHPG\CC1fiNTS and BISTTLRJ16M1T5 nC Fad !lill Cenncry Clu'o Urive and Cn rne.l i.'ln n[ 'di lsml 5[reeC br i. d.ges herein de.vcribed and n'nnsfer to the CORPS costs n( Blil°I'I: i?:181;'[5 paid hon•in Fc CITi to I)[5l':.1 CT (ar that crossing. 2.7 :7nt ily CITI' ten (lfp days in ndvmue oC final inxpectinn oC worl: encompassed by tL•;s Agreemen L. 2.B Promptly refund to CITY ntl funds in excess of a: [uai cos[ of 6F.?iCR- `Pi::'fS ar. da lc rmi ncd Sy audit in SF.fa'I O:. 3, I'n rugr.q+h 3.2 of th i:: :\+;r•cmenC. rr Ia P!!r,TI!ra; u~uriisTOnu ,v~o ;nrrrnl.hY nr.ue!tu: vccrlnn '1 7.1 G%ri~pt a:; ~. ::pt o::,:le ..^•rt forth hr r~~i n, Ihi:: dl;rot..,trnt :;hall na[ [r r'ci n~ti ~~ r.l'I"~':~ ar pl:;'I'RIf:'I"'~ ri;; L•t ~: within N;I::\f, OI' (i17'CIO): I'S1;, Ba [h Ill'I"i ;u:d UL`i1'CI C'P :!rill ~: ,r .\IE rJ,': nl' (:n""t':1 I'SI'. in ::u~~h r~ann^r a:: nnf to into rfan mu'rnsonnFl; v;ilh Ih•• ri;pht:; of Ih:• n11:rr. h~thinr, hrrnin ran t.:inod shall Fr .A79O/OSO(74 • ~^ _ "` r.nna[ruc,! as a rn lease nt' wa ivr t' of am: rinim her ,~ompcne;tc ion for dur.•:n:^s whicL CIT'i ar 11I ST!; U:'C may have or map ho r.•in:+C crr nrgni re rascal LinC Ctom tho c~nstn;r.Hnn'nf additional fnc ilit i~: ~: car [ho nl [c ration of csi:;tin; (ac it i[ies M' aithcr f,il'l' nr UIS1'RICI' in emit manner as [n cau:+c unn:asnna'oie i n[crferena• with [hc use nC AREA$ l1E COii211Y,; 1!tiF, be [l.c other p.^.rty. 7.? :'i c'tin si::c+' (GO) davs of [cr do tc rmin.~t inn of final accrnuu ing and re imbu rsa6 i]i[y anal7sia by Dnpar [meat of Water F,esnurces, DS BTP,l CT shall peuaen[ to CIIl' a s[a [emen[ showing detailed brenkdnu:n of actanl costs involved in the design coat, overhead, and other coats directly attributed Co BF.TTER2IE::TB. CITY ma;: audit DISTRICT'S accounC ing of RETTER:IE?iT costs and verify DISTRICT'S statement of fiIiTTEPNENT actanl costs, which verif ica [ion will not be unreasonably wit hiteld should such addi [ional auditing he neresaary to clarify or adjust said statement. TIIIS nGi:E(.:1F.NT shall inure to [hc bandit of and 6c hitMing upntl the successor:; and assigns of both part its. * * * {< * * * F .. * x a * .. * * * * * tr x {, h * s * + rt R t * * * rt * * k * r< * ! ,1 A79D/98009 Page 7 oC 8 [S l1CTNF3.'i IJh I:ItIiOP, thn p;rrti c:; by r..t„ ~urv,. ,:,:;nod tiuir r~s r.li•: ~~ - r^ names to I>c hereunto subscribed and their re~;per.[ive sru]s co he hereun [n a Cf i::od 6v their rcspectiW proper oiC iocrs th errun [n July nueiinr izud. APPROI'CU AS 70 FORT Alan f:. ?Iarhs Coun [v Counsel County of San Bernn rdino f' ( 5.15 fti:RAARDISO COCNI'•i CLUOD r,O:(ifiOL DI57RL ~ ;: ~iq _ %~i BY__~~~ Cha rman oard of Supervisors ,San Ber ardino Coun tv ~ Flood Contrnl Uis crier (;;;~ q'q Secretary, 6nnrd of Supervisors San Bernardino County Flood Control 11is[rict APPROVED A5 70 FORM Ci TS' OP RANCHO CUCA;•IONG1 BY- ---_ _ uv _ _ N or ~~!-- _- City C.Iurl; u/~5~~~~ ,. ~•. ~~~~_ i~ ~ -.~ ~~ Citv Attorney Ai90/03009 F.:gc 8 Oi' S f„trnrlian ~ IJil;mt .1vr., ISt.td;:a? BrltcrmonC L Cl atrim; and rrubbi nit L.S. $ 7, 7A0 2- A.C. Cayman[ lA2 Tnns @ $:5.00: 'f~tn 4.150 J. Cmtc rc Ce Curti 5 Cutter ~~ Sidc•.un It 6 C.Y. ,a $150 /f,. }', 900 a. A.c. Oike zs L.e. @ Ss.oo/h.F, 12s i. Cutch basins (2) @ $7,000/P:ach 6,000 6. 4' Chain link Fence 35 L.F. @ $10.00/L~F. J50 7. L'nc 1. Gxcavntinn fi7 C.Y. $3.00/C.Y. 201 8. Unr.l. Fill 24 C.S. @ $4.00/C.S. 96 9- 'Craf Eic fontrol L.S. 445 TOTAL 516,447 Hillside @ Aer}'] Ave., Rnadwav Act[emnnt 1. Clear Lng and Grubbing h.5- $ 3,990 2. A.C. Pnvemenc 167 Tnns @ $25.00/Tan 4,175 7. Curb and (.utter 60 1..F. @ $7.0.00 /1,. F. 600 4. A.C. Uikc 144 L.F. @ $5.00/L.F. ~ 720 5. Catch gasins (2) @ $3,000/finch 6,000 G. Ilncl. Cxcavn H nn 193 C.Y. @ $7.00 /C.Y. 577 7. Ihtrl. Pill IO C.Y. f1 A4.pn/C.1', u0 A. 'f rnffic Cnnl.rt`I L.ti, _,505 TOLV1, $111,609 I:XIlI l41T "g" 1'nFr, 2 aC 3 ,i b Cl'f:,1710I:CA C'I C::A. FIi:S is ':1 O:iITED SL1'CER :1[L~IY COlil'R OF PINY [2IIiERS r!p!;Ol'I'.)I G:T ('f.4.'ifC l' C115"f HRT RiATIi FOR CITY OI' It:\X17110 CI,i!;;ui4'(h1 Red Ilill l:nun CrY CLub Drivo Ii~ula'n': HetfCrmen[ 1. Bridge S[rue CUre Het ferment rsiJth 6.25' or 15.7% X 5120,000' 518,940 2. Clearing and Grubbing L.S. 200 3. A.C. Dike (8") 41 L.F. A 52.00/L.F. 82 4. Curb anJ Gu[ter (A") 136 L.F. @ 510.00; L.F. 1,360 5. A.C. Pavement 21.2 tons @ $25.00/Ton 530 6. Clnss II A. Base 4Z.4 tons 2 $15,00/Ton G3(: 7. Eerthanrk 230 C.S. @ $5.00/C.Y, 1,3R0 TOTAL $23,028 Sapphire @ Banyan Street Rnadcuay De Cte tmunt 1. Clearing and Grubbing L.S. $ 3,240 2. A.C. Pnvmicnt 160 tons @ $25.00/Tmt 4,000 3. Curb mtd Gut trr (A") 90 1,.F. @ $1.0.00/L.F. 900 4. L'nrl. lixcnvntiun AO C.Y. @ $3.00/C.Y, 240 i. Ilncl. Fill 8 C.Y. @ $4.00/C.Y, 32 6. Traffic Control 1...^.. 170 'I'It'I~.AI, $ A,602 %PStlma ceJ r.ii.ct of thr ISr idi;o Exu1nITT ^n" rago t aC 7 sn:rhur: City uC Poncho Cucnmunv,'I Cnsc li=a imaia Cm' By ctcrnCnt 1. rridgc^. to be cony Crur[od Ly ('n rp. of I:n i;i mars I: mtrac l:nr A. I:ed Hill Gnmtrv Club Uriv~• $2},pzy O. QiCnCli.9n n` 111150n 16=_'.7 Sub-Total $J9,475 10% Contingency 3.948 Sub-Total $43,423 20;: Cie E FCb Engineering and Overhead 8,681 TOTA1. $52,108 2. Bridges to be Construe [ed by Flood Cnn[ml District Contractor A. Sapphire @ Bn nynn SCrect $ A,602 e. Ilil lsidn @ Beryl Avenue 16.609 Sub-Total $2=.211 10% Con[inFe ncy ,2,521 Sub-Total $27,132 10% Engincc ri ng and Uve rL ead _ 2,773 70TH I. $30,505 }. 'final of Lund '? GIadBI1 'CO'['dL $.9.,(,47 hxnrnrr ^B" 1'agu 7 nC 7 ~. a 0 1N O ro R P R ~~ n n A' M tl On CO G a 0 ~~ ~~ . RIGHT OF ENTRY Date January Z. 1980 THE CITY OF RANCHO CUCAMONGA, a Municipal Corporation of the State of California, does hereby gran[ to the SAN BERNARDINO COUNTY FL00D CONTROL DISTRICT, a body corporate and politic, its successors and assigns, permission to enter upon the hereinafter described real property for all purposes necessary to construction of the United States Army Corps of Engineers' Demens Creek project, by the said Corps of Engineers, the San Hernardino County Flood Cotttrol District, and/or persons under contract with both or either of said Corps of Engineers and the said District, their officers, agents and employees, the said zeal property situate in the County of San Bernardino, State of California, is mare partic- ularly described on Exhibits "A", "B", and "C", attached hereto and made a part hereof. The permission hereby granted includes permission for Grantee to enter upon said real property with all necessary men, machines, equipment, and apparatus for Che purpose hereinabove set forth. It is understood that this permission is not a waiver, in any way, of the xi ght to compensation fot such land and that Grantee will hereafter, without unnecessary delay, negotiate with the undersigned, and any other person having any right, title, or interest in said property, to agree upon terms of compensa- tion. This permission is granted in consideration of the location, improvement and construction of the Demens Creek project and shall continue in effect pending such negotiations. CITY OF RANCHO CUCAMONGA Witness ~ Accepted: B •~' """'^~'"'-.~,~.~_ CSCy Clerk San Bernard ino Covnty Flood Control District Re: Parcels 122, 135, 187 Project: Demena Creek Hy t ~ /'-~ R-790/12004 - 12-3-79 -~ D.P. 1-400/53 Demena Creek -Parcel .. PROPOSED FEE PARCEL 122 That portion of the East 420.53 feet of Lot 7, Block 14 Cucamonga Homestead Aseoei ation, as per plat recrocded in Book 6 of Maps, page 46, records of San Bernardino County, lying within the following described parcel of land: Beginning at a 1 inch County Surveyor Monument marking the intersection of the cents[line of Beryl Avenue (66 feet wide) with the centerline of Hillside Road (66 feet wide) as said intersection is shown on County Surveyor Plat No. 7118 filed in the Office of the San Bernardino County Surveyor; thence along said centerline of Hillside Road North 89° 32' 44" West, 86.19 feet; thence South 52° 30' 23" Weat, 131.47 feet; thence along a line herinaftec referred to as "Line A", South 53° 46' 33" West, 1194.02 feet= thence at right angles North 36° 1]' 27" West, 3.00 feet; thence South 53° 46' 23" West, 259.41 feet to a point in the Southerly prolongation of the Hast line of that parcel of land described as "Parcel B" in document cecrorded in Book 6185, page 377 official Records said County, said point being distant along said Southerly prolongation South 0° 14' 05" Weat, 88.87 feet from the Northeasterly cornet of said "parcel B"; thence along said Southerly prolongation South 0° 14' OS" Weat, 135.52 feet to a line that is parallel ai th and distant Southeasterly 106.00 feet from heteinbefore described "Line A"; thence along said parallel line North 53° 46' 33" Bast, 1535.12 Eeet; thence North 52° 30' 23" Sast, 159.54 feet to a point in the centerline of said Beryl Avenue, said point being distant along said centerline South 0° 17' 25" West, 67.06 feet from the Potnt of Beginning; thence along said centerline North 0° 17' 25" Bast, 67.06 feet to the Point of Beginning. Containing 1.170 acres, more or leas. "Exhibit A" 8790/12004 Parcel 122 Demens Creek - Parcel 135 PROPOSED FEE ;e1ttCEL 135 Those portions of Lots 7 and e, Block 14, of the tract of land of the Cucamonga Homestead Association, as per plat recorded in Hook 6 of Maps, page 46, records of San Bernardino County described as follows: "PARCEL A" Those portions of said Lots 7 and 8 described as follows: BEGINNING at a 1-inch County Surveyor Monument marking the intersection of the centerline of Beryl Avenue (66 feet wide) with the cente=line of Hillside Road (66 feet wide) as said intersection is shown on County Surveyor Plat No. 7118 filed in the Office of the San Bernardino County Surveyor; thence along said centerline of Hillside Rcad North B9° 32' 44" West, 86.19 feet; thence South 52° 30' 23" West, 131.47 feet; thence along a line hereinafter refecred to as "Line A", South 53° 46' 33" West, 1194.02 feet to a point hereinafter refecred to as "Point A"; thence at right angles North 36° 13' 27" West, 3.00 feet, to a point hereinafter referred to as "Point B"; thence South 53° 46' 23" West, 259.41 feet to a point in the Southerly prolongation of the East line of that parcel of land descc ibed as "Parcel B", in document recorded in Book 6185, page 377 Official Reeords of said County, said point being distant along said Southerly prolongation South 0° 16' 06" West, 88.87 feet from the Northeasterly corner of said "Parcel B"; thence along said Southerly prolongation South 0° 14' 06" West, 135.52 feet to a Line that is parallel with and distant Southeasterly 106.00 feet from hereinbefore described "Line A"; thence along said parallel line North 53° 46' 33" Eaet, 519.95 feet to a point hereinafter r eEereed to as "Point C"; thence continuing along said parallel line North 53° 46' 33" East, 1,015.17 feet; thence North 52° 30' 23" East, 159.54 Eeet to a point in the centerline of said Beryl Avenue, said point being distant along said centerline South 0° 17' 25" West, 67.06 feet Fran the paint of beginning; thence along said centerline North 0°, 17' 26" East, 67.06 feet to the point of beginning. "Exhibit B" 8790/12004 Sheet 1 of 3 sheets Parcel 135 PARCEL 135 EXCEPTING TEEREFFtOM that pox lion of said Lot 7 described in do°,anent recorded in Book 9587, page 392, OEf icial Records of said County. Containing 2.762 acres, mote or less. "PARCEL B" Those poc lions of said Lots 7 and 8 described as follows: BEGINNING at hereinbefore described "Point A"; thence along the hereinbefore described "Line A" Noc th 93° 46' 33' East, 380.00 feet; thence North 36° 13' 27" West, 136.94 feet; thence Northerly, 44.52 feet along a non-tangent curve, concave Westerly, having a radius of 363.78 Eeet, a central anyle of 7° 00' 99" and a beginning tangent bearing of North 19° 99' 14" East, said curve hereinafter referred to as "Curve A"; thence North 23° 00' 00" west, 34.94 feet; thence at right angles North 67° 00' 00" East, 40.00 feet; thence North 23° 00' 00" West, 285.00 feet; thence at right angles South 67° 00' 00" West, 200.00 feet; thence at eight angles South 23° 00' 00" East, 289.00 feet; thence at right angles South 67° 00' 00" West, 5.00 Eeet; thence South 23° 00' 00" East, 34.94 feet to a line that is parallel with and distant Westerly, 169.00 feet from hereinbefore described "Curve A"; thence Southerly, 167.38 feet along said parallel line, being a tangent curve, concave Westerly, having a radius of 198.78 feet and a central angle of 48° 14' 47"; thence South 64° 49' 13" East, 61.00 feet; thence Southwesterly, 129.39 feet along a non-tangent curve, concave Northwesterly, having a radius of 299.78 feet, a central angle of 28° 31' 46" and a beginning tangent bearing of South 29° 14' 47" West; thence South 53° 46' 33" West, 38.68 feet to hereinbefore described "Point B": thence South 36° 13' 27" East, 3.00 feet to the point of beginning. Containing 2.427 acres, more oc leas. 8790/12004 "Exhibit H" Parcel 195 Sheet 2 of 3 sheets PARCEL 135 "PARCEL C' Those portions of Said Lots 7 end B described as follows: BEGINNING at hereinbefore described "Point C^; thence along the Southeasterly line of hereinbefore described "Parcel A" North 53° 46' 33" East, 200.00 Eeet; thence at right angles South 36° 13' 27" East, 97.00 feet to a line that is pa[allel with and distant Southeasterly 97.00 feet from Said Southeasterly line of "Parcel A"; thence along said pac allel line South 63° 46' 33" West, 200.00 feet; thence at right angles North 36° 13' 27", West, 97.00 feet to the point of beginning. Containing 0.445 acres, more ox less. "Exhibit E" 8790/12004 Parcel 135 Sheet 3 of 3 sheets .t ' ~ PROPOSED CONSTRL'CTrON EASE4fENT PARCEL 187 That portion of Lot 7, Block 14, Cucamonga Raaestead Association, as per plat recorded in Book 6 of Maps, page 46, records of San Bernardino County, lying within a 26 foot wide strip of land the Northwesterly line of said strip described as follows: Cgwencing at a 1 inch County Surveyor Monument marking the intersection of the centerline of Hillside Road (66 Eeet wide) with the centerline of Beryl Avenue (66 feet wide); thence along said centerline of Beryl Avenue South 0° 17' 25" West, 67.06 feet; thence South 52° 30' 23" West, 159.54 feet; thence South 63° 46' 33" Wes[, 114.50 feet to the point of beginning; thence continuing South 63° 46' 33" West, 200.00 feet to the point of termination. Containing 0.115 acres, more or less. "Exhibit C" 8790/12004 Parcel 1.N7 ,,. ,g ;~; :~ ~. ~, ~. ,.,., o, a =~. ti i Or° { o/~~ ' m 1 cI ~ ~~ I ^~ ,~ i ~` \ t 'I I Ir- ~. ,• _ - - ~ ~ ~~ ' ~ ~, .. -F, , 1~L I J~ !I I,I ' \ , n, ~ . i it ` I ^` I i _ 51 * '':~ 1 :: ~ a~ ~ ~ ~ u:.' , a ~. ~~'` ;i ; ~ .` I ~ :.'i ~ ~ _ I 3 P . g , ~ , • i! I ~ I I I y. I... b r` ' ` ' II .~'' ' `` { P f sR ~';5 i~7 '. ~~ I , ~ nc _~, 1 . ii , ____-_ .~ .~,. ~ ,. .,, .. ", ... ._... , P SP: ~ ~1 -~ Ig z iP~ ~~~ n ~` i >~ v C ~ ~ ~ ICI x ~ ~ Ao A ~ ~ N ~ ~, ~ ~ non ~ 5jncr, ~~ I9~P 0 N O ro~~ m m o r ~. m -, Amy N M N n r o a o w n ~ n o w• n ~n 0 C y rt c la_ Couniv Uetunn%m --.•-• .UrLliigCr NU'faER~ . 1 ... _.... .__ _ - 80_672_ ~ t~ SHERIFF ~ q~ ammv oenxune:a am,i;r-,ia~om..:..,L, ,- _ . .___ L. - `71 %'COUNTV OF SAN BERNARDINO I k (i~:•:n.nme '7 iermmatos ~./ FLOYD TIDWF,LL_SNERIr F' .n f.~~ 3731 (:a;:~ Continuin^ eue9et Unh No. it C~am~; `i ~ - ~-,Ff~.~~v 4o Tina ': ~ 3 30- T^"'~% ^' of COnvac STANDARD CONTRACT '"' 301 9646 _____001 _~ 9646R____5 ~379r973.35j a,"a 0 ' E n::~ x ~% i u ; ~. n ~ nt or cmu;. ~ S S.A N ~V r i m m, y Per attached .feeeni ~~_ ~: er .., av• ~. 12 Schedule "A" i Fmnbyn iD= ~s ,,neea :(:. _VARIES - THIS CONTRACT is entered Ir.tD in the Stata of Califorrna by .+nd b -:: n;rn tS:~ f~.~:~inry :i' ' r i; - ,-~I~.nn hereafte( gd'nc! ;he County, and CITS'riF RANCHO CUCAMONGA hen;aher Celled QTY IT IS nERF.RV HGREED AS FOLLpWS: i Usr Waco Lolrw dnJ reverse srtle of /pnn d n„ede/ wH lurfh W „~ ro r„ , nJ,v,a1. ,rn a .n! (r b; r:,,. ~ ,, ,,.„v o/ pd yrnanr, rune for perlorrnerlce or come/erinn, fllterminalipn of inns{a:'mr; r pr l,rr r•~ r~r'r dntl carer lnr frnnrn,pmr ~Rb•v rnn"; anr/ hv¢libons, antl attach plans, u/e'cihcalrons, anA arlrMntla. r! arrv - Schedule "A" of Contract Number Ap-fi~D ent.erod into between the County of San Bernardino and the. City of. Rancho Cucamonga for law enforcement services, for Fi sr.al Year 19A 2-s?'l, is hereby amended as attached hereto to provide for the upgraAinq of. three (3) Deputy Sheri EE positions to that of Renior Deputy and to incl. urle r.he increased costs Eor salaries and benefits. This amended Schedule "A" becomes effective March 1, 1983. Any provisions on the reverse silo and referenced attach;nrinx hrrnnf conFbni~,~ a ps:rf nl fhs conunr.l and are incorporated herein in full, COUN RE DI /~ ll~ LL_.I ~n-,i c C rma 8 ar of rs t-~L~N ~ !$lam i/ lbrporabon, cmnpany etC l Dated _ MGR 21 1983 ___ ATT STED: Cler of card of S r s -~epuh County Coumel 9]J r39S~13] 191wr1 f"rml Rv f IAuthuri]etl Signamrfl Dated ~)-/: ~~ T,tle ~l ___ 1 ~ ~_ Address ` 7 Reviewed as to budget e:xpendilurc l:aumy AAminitirarivn Ollica "ate 1 ,n AMENDMENT TO SCHEDULE "A" LAW ENFORCEMENT CONTRACT RANCHO CUCAMONGA FY 1982-83 SALARIES S BENEFITS: Captain Lieutenant Sergeant Detective Senior Deputy Deputy Deputy LDO Substation Clerk Secretary II Radio Dispatcher Extra Help - Deputy Total 1 Fulltime $ 57,126.13 1 Fulltime 52,182.58 6 Fulltime 274,379.70 S Fulltime 192,637.65 3 4 Months 38,567.53 35 8 Months 822,807.07 32 4 Months 376,190.37 1 Fulltime 28,264.13 3 Fulltime fi0,362.28 1 Fulltime 22,529.52 3 Fulltime fi1,75fi .05 6 Months 9,536.12 $1,996,689.13 Sheriff's Salary Overhead - 79 139,768.24 Total Salaries, Benefits 6 Sheriff's Overhead 52,136,457.37 OFFICE 6 TRAVEL EXPENSES: Travel Expenses: S 4,000.00 Office Supplies 15,399.00 19,399.00 REPLACEMENT EQU2PMENT: Cameras 250.00 ~~ . County Overhead - 4.128 88,831.58 32~43T-45 DEPRECIATION CHARGES: Estimated Vehicle Depreciation: Marked Units: 10 Vehicles estimated @ 56,500 miles per vehicle per year @ 11.45 per mile = $64,410.00 Unmarked Units: 6 Vehicles estimated @ 25,000 miles per year @ 11.44 per mile = 17,100.00 Page 1 of 7 Pages Equipment Depreciation Annual Charoes: (See Pages 6 a 7) Station Equipment = _ $ 900.00 $748 x 30 vehicles = 7,480.00 5644 x 6 vehicles 3,864.00 6 Security Cages for Replacement-Marked Units@$150= 900.00 $12,649.00 Total Operating Cost Subtotal Salaries, Salary and County Overhead, Expenses, and Operating Cost Helicopter Contract Cost FIXED CONTRACT COST Monthly Payment Schedule: 1st Payment $198,028.00 2nd Payment through 8th Payment 5198,024.00 ea. (March) gth Payment through (June) 12th Payment 5196,944.34 ea. ADDITIONAL COST BILLED QUARTERLY: Vehicle Fuel 6 Maintenance Estimate: The estimated mileage fur 19 vehicles (grant vehicles included) for Fiscal Year 1982-83 is 815,000 @ 8.7C/mile = $70,905.00 S 94,154.00 $2,339,091.95 40,881.40 $2,379,973.35 Actual charges for fuel and maintenance will be billed quarterly. Loaner Vehicles: Actual cost will be billed quarterly. Salaries: Salaries and Benefits are subject to change due to Memorandum of nlTdeistanding changes. Overtime Note: Overtime is estimated at $85,680.00. Actual costs will be b~C1Ted quarterly. Estimate breakdown: Deputy 2,860 hours @ $19.20 = $54,912.00 Detective 750 hours @ $21.15 15,870.00 Sergeant 600 hours @ $29.83 = 14,898.00 SheriEE~s Salary Overhead 78 5,997.60 S31~i 7T.bb County Overhead 4.128 3,777.12 TOTAL ESTIMATED OVERTIME CHARGES 95, 5 2 Page 2 of 7 Pages SCHEDULE A - SALARY AND EQU•I PMENT COST DETAIL SALARIES AND BENEFITS: Captain: Salary 542,636.96 Retirement 8,442.12 Workers' Compensation 2,051.05 Cafeteria Plan 3,996.00 TOTAL 557,126.13 x 1 = S 57,126.13 Lieutenant: Salary 538,669.76 Retirement 7,656.61 , Workers' Compensation 1,860.21 Cafeteria Plan 3,996.00 TOTAL 52,182.58 x 1 = 52,182.58 Sergeant Salary 533,491.52 Retirement 6,631.32 Workers' Compensation 1,611.11 Cafeteria Plan 3,996.00 TOTAL 545,729.95 x 6 274,379.70 Detective: Salary 528,542.96 Retirement 5,651.51 Workers' Compensation 1,373.06 Cafeteria Plan 3,000.00 TOTAL 538,567.53 x 5 = 192x837.65 Senior Deputy: Salary 528,542.96 Retirement 5,651.51 Workers' Compensation 1,373.06 Cafeteria Plan 3,000.00 TOTAL $38,567.53 x 3 z 3 = 38,567.53 Page 3 of 7 Pages Deputy Salary $25,891.20 Retirement 5,126.46 Workers' Compensation 1,295.50 Cafeteria Plan 3,000.00 TOTAL $35,263.16 x 35 s 1.5= 822,807.07 Deputy Salary 51.5,891.20 Retirement 5,126.46 Workers' Compensation 1,245.50 Cafeteria Plan 3,000.00 TOTAL $35,263.16 x 32 s 3 = 376,190.37 Limited Duty Deput Salary $20,274.48 Retirement 4,014.35 Workers' Compensation 975.30 Cafeteria Plan 3,000.00 TOTAL $28x269.13 x 1 = 28,264.133 Substation Clerk: Salary $17,413.92 Retirement 1,931.20 Survivors' Benefits 15.60 Health Insurance 725.00 Workers' Compensation 28.04 Life Insurance 6.00 TOTAL $20,120.76 x 3 60,362.28 Secretary II: Salary $19,668.96 Retirement 2,181.29 Survivors' Benefits 15.60 Health Insurance 726.00 Workers' Compensation 31.67 Life Insurance 6.00 TOTAL $22,629.52 x 1 = 22,629.52 Radio Dispatcher: Salary 517,831.52 Retirement 1,977.52 Survivors` Benefits 15.60 Health Insurance 726.00 Workers' Compensation 28.71 Life Insurance 6.00 TOTAL 520,585.35 x 3 = 61,756.05 P 4 of 7 Pacies EXtra Help - Deput ' Salary 518,396.28 Workers' Compensation 876.96 TOTAL 519272.29 r 2 = TOTAL SALARIES 6 BENEFITS $1,996,689.13 Sheriff's Salary Overhead - 78 139 X768.29 GRAND TOTAL $2r136r457.37 9,636.12 Page 5 of 7 Pages EQUIPMENT DEPRECIATION~COST ANALYSIS Marked Unit Equipment 7-Year Service Life: Hand-held Aadio $1,800.00 Multi-Channel Radio 1,800.00 totaling 3,600.00 The depreciation for Fiscal Year 1982-R3 is SS15.00. 5-Year Service Life: Light Bar 6 Speaker S 697.00 Sicen 259.00 Shotgun Rack 52.00 Shotgun 160.00 totaling ,1 3.00 The depreciation for Fiscal Year 1982-83 is $233.00 Unmarked Unit Equipment 7-Year Service Life: H-T Radio $1,800.00 Multi-Channel Aadio 1,800.00 totaling 0.00 The depreciation for Fiscal Year 1982-83 is $515.00. 5-Year Service Life: Red Light S 29.00 Speaker 162.00 Siren 229.00 Siren Cable 30.00 Shotgun 6 Case 200.00 totaling $S~s.Ob~ The depreciation Eor Fiscal Year 1982-83 is S129.00. Page 6 of 7 Pages Station Equipment 30-Year Service Life: Base Station $9,000.00 The depreciation for Fiscal Year 1982-83 is $400.00. Equipment depreciation expense for FY 1962-83 that applies to each marked unit is: 7-Year Service Life $515.00 5-Year Service Life 233.00 totaling ~b (All newly purchased or replaced marked units will be charged for a security cage [$150.OOJ and push bac [$65.00] if required.) Equipment depreciation expense for FY 1982-83 that applies to each unmarked unit is: 7-Year Service Life S518.00 5-Year Service Life 129.00 totaling Equipment depreciation charges will be based on the current fiscal year replacement cost and will be adjusted annually. Expendable equipment for both marked and unmarked units consists of: Shovel, Blanket, Firs[ Aid Kit, Flares, Jumper Cables, Rollatape Master Measure, Switches, Traffic Cones (12), Fire Extinguisher, Axe, and ID Kit. Charges for these items will be assessed at time of replacement. (LECRC) 2-11-E3A Page 7 of 7 Pages ~ 1 _ ~Y~A~11 Cfll'NT1~ SHFkII, ~.,,~ ~~ F1m~dlTidwell \~ ~x ..num+o ; ~f ~ ~ ~ w:. \~ ~ "Plrln urrd 71, 1.an loitn" L ~~ " .), ~.:/ April ,}~ 1983 ' S1r. Lauren p'asserman Ci Cy \lanager City of Rancho Cucamonga Post Office Box C07 Rancho Cucamonga, CA 91730 pear 11r. {7asserman: Enclosed is an executed copy of the amended contract for law en forcemenC sere ice between Chc City of Rancho Cucamonga and the Counts of San Bernardino for Fiscal Year 1952-83. This copy is reser\~ed for your files. Sincerely, F'LOYD TIB{SELL, SfIERIFF By: 'kyle L. Rether'ford Stal'C Analyst 3ureau of Administration LLR:mIh hOtl Ofhc'C Ilm !fig. 9;111 11C1'Ililf~lll O. (A 9.4111 MINUTES OF THE BOARD OF SUPERVISORS OF SAN BERNARDINO COUNTY, CALIFORNIA March 2'_, 1983 FROM. FLOYD TID 47E LL, SHERIFF SU BJEC 7, FEE SCHEDULE AMENDMENTS TO FY 82-83 LAW ENFORCE- MENT CONTRACTS WITH THE CITIES OF 3IG BEAR CAKE, RANCHO CUCAMODIGA, AND VICTORVTLL F.. RECOM>n Eau DATIOPJ Approve the amended E__ schedule of the current law enforcement contracts with the Cities of Sig Bear Laka (81-52A2), Rancho Cucamonga (90-572.43) ar.d A icto rville (80-755A3) effective March 1, 1983. REASON r^OR RECOMMENDATION: All rh ree Citi.=_s have current law enforcment contracts with the County of San Bernardino and have indicated their approval to support [he Sheriff's Senior Deou*_y Program. This amendmen `_ *_o the Eee schedule will provide the Cities' reimbursement to [he County Eor the increased cost of salaries and benefits of those ungraded positions as subscribed to by each City. R E'/I'c'W BY OTHER DEPARTMEDITS: The amendments were initiated by the Shzri f.f's Department; sign_d by John C. E^ri nger, Mayor of. the r_i ty of Big Sear Lake; .Ion D. Mikels, Mayor of Rancho Cucamonga; and Jean De8las is, Mayor of Vic to rville. The amendments were approved as to Eorm by Ronald -. Reitz, Deputy County Counsel. FINANCIAL DATA: The amended f=_e schedules listed on Page 2 indicate each City's additional cost in supporting the Senior Deputy Program for the period of March 1, 1983 through June 30, 1983. AGREE. 80-6Z2_A=S CITY.QE_R aV H~0 C~ A"l 80-765 A-3 CITY OP VICTORVILLE 81-62 A-2 CITY OF BIG BEAR LA&F. Page 1 of 2 Acn on of the Board of Supervisors cc: Sheriff-L.Retherford w/3 agr Ci w a~e~>:. c/o sheriff's Dew APPROVED BOARD OP SUPERVISORS Auditor w agreecrent COUNTY OF SAN BERNARDINO Covrnmications w/agreement CAO B.Hansen MOT10N Second X X Absent P'btion File w/agreenent 1 2 3 4 5 ANDREF~J, HAROON, LERK OF TH BOARD ra.nso r.aoo DATED 9 ~.._~~ aev. to,et ITEM 29 FEE SCHEDULE. AMENDMENTS TO ' March 21 1983 r! ENFORCEMENT FY 82-83 LA , CONTRACTS Page Two Total FY 92-83 Program Contract Cost Cost As Amended City of aig Bear Lake-1 Position S1,227 .12 S 454,654.77 City of Rancho Cucamonga-3 Positions 3,581.36 2,379,973.35 City of Victorvilie-i Position 1,227.12 949,325.58 All costs and offsetting revenue have been included in the Sheriff's 0udget. FT:cmf MARCH 21, 1983 ITEM ~k29 ..,.. tom, ~"~, '"{ '' ~COONTV OF SAN 6ERNAR DING STANDARD CONTRACT SHERIFF .ourny Depanmem conna,'t neprc FRANK BLAND, SHERIFF wnget Uvt No. Sun Ouiea 401 9546 '.neck ono: ^ EapenA'rnne R S S,A. _ n, venerai Emnlayer rD = 19~i-srx R nenewabie ~ r~rT.•.a ~-s 2517 ~ oar, Continuing mnvacr nos more roan one paymem or ,^ceiol ' pmnrere the lanowmg. n,rmrKr or pavmems 12 monthly • Enima+en amo,+m or eacn s IAfi.OA9 THIS CONTRACT is entered into in the State of California hY and between thr. County of San Bernardino, hernaf rr called the County, and CITY OF RANCHO CIICAMDNGA --_ hereafter called CITY IT IS HER"e9Y AGREED AS FOLLOWS'. /Use space belo.v end reverse side of loon d n¢ederl. Set /orfh sarnce to Le rendered, amount to h' pdrd, m,rnnw PI pawnwL', time for perfo/manta or completion, determination p! sati.51ar.1nrV performance nnrl caves for tenninafmn. nMrr terms arvl condRions, and attach P/ans, sPecilifdtipns, and afdcnrla, d anV.) Coot number ;0-"r'62 enherefl inho ke bveen 'C o•ut`y __ ..... ^n.rc_nD andnCi*,y of Rcn,ho Oucnmon^': `or law anforceme n' ^„ .. rvi ces sin..^.e 19',Q is hereby ._ sr.ded ';e upda5e costa of personne: ..rd equipment per 3ec`i c^ -V. ~Phe rate far Fisr, al. Year 19`1!£32. °r:nn irg July 1, 19A' ;hall be as on the Schedule "A" a`,.`nched 'o 3 ~er.dmen+, for "_. cn]. Y'ear 7951 /AC, opera?ding ^cl:edule "A" P"• . _ 'rear 19P~0/31 rand cone t,i*,vl.ee n par', of Oor.`rac` Two. 90_6"2.. ,.c9 ^_., S.n^.orno r^':^,d h~r_.n in full. Any provisions on the reverse side and referenced attachments hereof constitut¢ a part of this contract and an: incorporated hermn in full. COUNTY OF 54a1L.BF~NARDINO~ ~ r /~~T~¢ Cit of Rancho Cucaeron a _-.- ~ ~~ - -'Y_---J--g---'- -- Chair an, and of Gt~Fmsors ISrate rl corPOrano~, mmpanV. unr I Dated __ JUL ~ l: 19g! ---- RY w "~~~ i~i~~ ~. ;;l i';-~ _~., -------- IGUthunred Srgna coral ATTESTED', ~ Dated t' ~a, tapi _~.--. Clerk o! thr. Roarrl of Supervisors City Of Rancho Cucamonga Address Q~pox' ,_Hanctt~CucamDnga,. CA. 9173 APVAIed as to 1e9v1 fnJJ''~~ Revr • ed as t n a r+~ end rture County Counsel (qr i ' tra a Office w9e r or Ot~l]395~In) r5non Gnrm) y -; UPPORT EQUIPPIENT: 'Equipment depreciated _over 5 years $ 12,390.00 Equipment depreciated over 7 years $ 1,062.00 Equipment depreciated over 10 years. $ 3,635.00 TOTAL. $ ~ 17,087.00 HELICOPTER. .. $. 36,266.00 TOTAL CONTRACT COSTS. $ 2,233,070.00 ltvelve Equal Monthly Payments at. $ 186,089.00/: Vote: Overtime has been estimated at $108,476.00 (which includes $12,644.00 for Covnty Overhead). The City shall be billed actual costs for over- time on a quarterly basis. Actual costs of salaries, benefits and overtime to be adjusted according to the c'i Sl/82 Employee Memorandum of Understanding. Actual cost and mileage to be charged at the designated rates. ~~ ,~ ~ 2 SALARIES AND EXPEtdSES MANPOWER: CP.P TAIN: Salary "E" Step Retirement Worker's Comp. Cafeteria Plan 1 Captain x $46,570.00 LIEI7TENANT: Salary "E" Step Retirement Worker's Comp. Cafeteria Plan 1 Lieutenant x $42,410.00 SERGEANT: Salary "E" Step Retirement Worker's Comp. Cafeteria Plan 6 Sergeants x $38,648.00 Salary "E" Step Retirement Worker's Comp. Health Insurance Merit/Uniforms $ 35,893. 00 $ 6,550. 00 $ 1,727. 00 $ 2,400. 00 TOTAL $ 46,570. 00 $ 46,570.00 $ 32,552 .00 $ 5,941. 00 $ 1,565 .00 $ 2,352. 00 TOTAL $ 42,410. 00 $ 42,410.00 $ 29,524. 00 $ 5,388. 00 $ 1,420. 00 $ 2,316. 00 TOTAL $ 38,648. 00 $ 231,888.00 $ 25,181. 00 $ 4,596. 00 $ 1,211. 00 $ 1,311. 00 $ 800. 00 TOTAL $ 33,099. 00 5 Detectives x $33,099.00 ~ $ 165,495.OC ANTICIPATED SALARY AND BENEFIT INCREASE: Research completed by the Sheriff's Office flureau of Administration suggested the anticipated salary increase to be 7.5% and anticipated benefit increase to be 2%. Total salaries aze $1,296,483.00 x 7.5% _ $ 97,236.00 Total benefits are $395,359.00 x 2% _ $ 7,907.00 TRAVEL EXPENSES: General Law Enforcement $ 4,000.00 Traffic Grant ~$ 1,000.00 TOTAL. $ 5,000.00 OFFICE SUPPLIES: ASiscellaneous office equipment ar.d supplies $ 14,062.00 (Last year's figure of $12,500 increased by 12.5 percent) COL^.vTY OVER°.EAD RATE: 7.98°; Internal Overhead rate on Salaries and Benefits 4.9% External Overhead rate on travel expenses, office supplies and salaries and benefits which include the 7.98% internal rate. i. e.: 7.98% x $1,797,168.00 =. $ 143,414 .00 4.9% x $1,959,645.00 = $ 96,023 .00 TOTAL COMBINED OVERHEAD. $ 239,437 .00 Overall County Overhead Rate: $239,437.00 $1,816,231.00 (salaries, travel, supplies) _ 13.2% INTER-OFFICE MEMO DATE Jo.1y 9, 1981 ~FONI FR~1NA BLAND, SHERIFF TO BOARD OF SUPERVISORS ~~ PHONE ~ p ~ ~`.~ 2511 -.iA /~ cc: Sheriff $~ Auditor-Controller County Admini.s trative Officer City of Rancho Cucamonga SVF.J[CT AN~NDbfENT OF LAW ENFORCEMENT CONTRACT WITH THE CITY OF RANCHO AGREEMENT'N0. AO ' 7G =L ff RECOPAfENDATION: Approve amendment to contract ~{/SD-672 for aw en orcement with the City of Rancho Cucamonga. REASON FOR RECOP7MENDATION: This contract is amended to re lect the change in rates on Schedule "A" of the contract for Fiscal year 1981/82, beginning July 1, 1981. REVIEW BY OTHER DEPARTMENTS: The contract amendment with t~i-e City o Ranc o Cucamonga was initiated by the Sheriff's Department and signed by the Mayor of Rancho Cucamonga. The amendment has been reviewed by Risk Management and Contract Compliance Units and approved as to form by the County Counsel's Office. FINANCIAL DATA: The law enforcement fee to be paid by Rancho Cucamonga or 981/82 is $2,233,070. This amount will reimburse the County for all costs associated with this contract. FB/ms ~.•:: Sheriff w/2 agreements An+li COr w/agreement (;_ _~~_pf :tancho Cucamonga c/o si AP6'R+DlIED BOARD OF SUPERVISORS COON OF SANBERNARDIN^c4~ ~'OTION _ _ ff 1 ~ 3 5 ANDREE OISHAROCN, CL 1 'F THE BOARD BY B ~.,J DATED:_ "~~ 2 ~ I~91 -___-__ ~\ ~ ; r.aco n.,. ~ ~ n r O~ ,. ~ •t ..' CONTRACT BU-GET FY 81/82 SALARIES AivD EXPENSES: Manpower 1 Captain $ 46,570. 00 1 Lieutenant 42,410. 00 6 Sergeants 231,888. 00 5 Detectives 165,495. 00 35 Deputies 1,056,860. 00 1 Limited Duty Deputy 24,106. 00 3 Dispatchers 53,211. 00 1 Secretary 19,345. 00 3 Substation Clerks 51,957. 00 56 TOTP.L $ 1,691,842 .00* 7.5% Anticipated Salary Increase. 97,236 .00* 2% Anticipated Benefit Increase 7,907 .00* Travel Expenses 5,000 .00** Office Supplies 14,063 .00** SUBTOTAL $ 1,816,048 .00 County Overhead (13.2"/,) 239.718 .00 TOTAL $ 2,055,766.00 OPERATING COSTS: Vehicle Costs: Present Units: 10 Marked Units (Based on 416,698 miles at 11.SC/mile) $ 49,170.00 I7ew Units 10 Marked Units (Based on 148,302 miles at 13.20/mile) $ 19,576.00 1 Unmarked Unit (Based on 25,000 miles at 11. SC/mile) $ 2,950.00 TOTAL $ 71,696.00'`" Unit P:a in ten arse Costs: 10 Marked Units (Based on 565,000 miles at 5.6C/mile). $ 31,640. 00 3 Grant L'nits (Based on 100,000 miles at 3.6c/mile). $ 5,600. 00 6 Unmarked llnits (Based on 150,000 miles at 5.6c/mile). $ 8,400. 00 Loan Units (Based on 35,000 miles at 18.9C/mile) $ 6,615. 00 TOTAL $ 52,255.00+`'' SCF;EDULE "A" - PAGE 1 OF 2 'DEPUTY: Salary "E" Step Retirement Worker's Comp. Health Insurance Merit/Uniforms $ 22,822. 00 $ 4,165. 00 $ 1,098. 00 $ 1,311. 00 $ 800. 00 TOTAL $ 30,196.00 30 Deputies x $30,196.00 = $ 905,880.00 . TDTAL $ 1,056,860.00 5 Grant Deputies x $30,175.00 = $150,980.00. . L IMIT_ED DUTY DEPUTY: Salary "E" Step Retirement Worker's Comp. Health Insurance Life Insurance Merit/Uniforms $ 17,873 $ 3,262 $ 860 $ 1,311 $ 0 $ 800 TOTAL $ 24,106 00 00 00 00 00 00 00 . $ 24,105.OC 1 Limited Duty Deputy x $24,106.00 DISPATCHER: Salary "E" Step Retirement Worker's Comp. Health Insurance Life Insurance 3 Dispatchers x $17,737.00 SECRETARY II: Salary "E" Step Retirement Iorker's Comp. Health Insurance Life Insurance 1 Secretary II x $19,345.00 $ 15,409. 00 $ 1,697. 00 $ 25. 00 $ 600. 00 $ 6. 00 TOTAL $ 17,737. 00 $ 53,211.00 $ 17,017.00 $ 1,697.00 $ 25.00 $ 600.00 $ 6.00 TOTAL $ 19,345.00 . . . $ 19 , 345.OC SUBSTATION CLERK: Salary "E" Step Retirement Worker's Comp. Health Insurance Life Insurance $ 15,034.00 - $ 1,655.00 $ 24.00 $ 600.00 $ 6.00 TOTAL $ 17,319.00 3 Substation Clerks x $17,319.00 $ 51,957.00 OVERTI?fE AVD COURT APPEARANCES: Estimated overtime hours for FY 81/82 is 80 hours per deputy per year at time and one half ($16.93/hr.) x 30 deputies $ 40,637.. 00 Estimated court days pez deputy per year is 12 at 2 hours per appear- ance at time and one half ($16.93/hr.) x 30 deputies. $ 12,190. 00 Estimated overtime hours per detective per year is 224 hours at time and one half ($18.67/hr.) x S detectives $~ 20,910. 00 Traffic Grant and court time is estimated aC 32 appearances per deputy per year x 2 hours per appearance at time and one half ($16.93/hr.) x 5 deputies. $ 5,418. 00 Traffic Grant overtime is estimated at 55 hours per deputy per year at time and one half ($16.93/hr.) x 5 deputies $ 4,656. 00 Effective July, 1981, sergeants will be eligible for overtime after collecting 60 hours in bank. Figures indicatz sergeants will collect approximately 60 hours of paid overtime per year at straight Cime ($14.82/hr.) x 6 sergeants. $ 5,335 ,00 Subtotal $ 89,141 .00 Anticipated Salary Increase $ 6,686. 00 Subtotal $ 95,827. 00 County Overhead (13.2%) $ 12,649. 00 TOTAL $ 108,476. 00* City to be billed quarterly for actual overtime costs C OPERATING COSTS VEHICLE COSTS: Present tinits: The present units will continue to log mileage prior to their replace- ment at the rate of 11.8 percent. The new units are based on 148,302 miles. We anticipate driving a total of 565,000 miles with ten units. 565,000 - 148,302 = 416,698 miles 416,698 miles x 11.8C/mile $ 49,170.00 Replacement Units The ten marked units that were pur- chased for Fiscal Year 80/81 will generally require replacement some- tice between September, 1981 and January, 1982. Each narked unit is expected to log 60,000 miles per contract year. However, due to down time the units will iog 56,500 miles and loaner units will log approximately 35,000 miles. The loaner units will log more mileage this year as it appears the Dodge Aspens will require more mainte- nance than previous vehicles. (Three engines have required replacement in new Aspens thus far.) Marked Units: 3 Marked Units based on 47,080 miles (10 month period ) at 13.20/mile $ 6,215. 00 2 Marked Units based on 42,372 miles (9 month period) a t 13.2C/ mile $ 6,593. 00 2 Parked Units based on 32,956 miles (7 month period) a t 13.2c/mile $ 4,350. 00 3 Marked L'r.its based on 25 , 894 miles (5.5 mont h period) at 13.2C/mile $ 3,418. 00 Su btotal $ 19,576. 00 Unmarked Units: L Unmarked Unit based on 25,000 miles per year at 11.8C/mile $ 2,950.00 TOTAL $ 71 , 696.0( .~ YIT 41AINTENANCE COSTS: 10 Marked Units (Based.on 565,000 miles at 5.6C/mile) $ 31,640 .00 3 Grant Units (Based on 100,000 ' miles at 5.6C/mile) $ 5,600 .00 6 Unmarked Units (Based on 150,000 miles at 5.6C/ail e) $ 8,400 .00 Loan Units (Based on 35,000 miles at 18.9C/mile). $ 6,615 .00 TOTAL. $ 52,255.00 MERGENCY EQUIPMENT -EPRECIATED OVER 5 YEARS: FY 78179 Contract (Fourth year costs of suppuzt equipment) $ 9,345 .00 FY 79/80 Contract (Third year costs of support equipment) $ 1,600. 00 FY 80/81 Contract (Second year costs of support equipment) $ 1,445. 00 SUBTOTAL $ 12,390. 00 E4IERGENCY EQUIPfTS~,NT DEPRECIATED OVER 7 YEARS: FY 79/80 Contract (Third year costs of support equipment) $ 346. 00 FX 80/S1 Contract (8eccnd .year costs of support equipment) $ 716. 00 ' ~~ ~ SUBTOTAL $ 1,062. 00 E*fERGENCY EQllIP*'Cr'~T DEPRECIATED OVER 10 YEARS; FY 78/79 Con tzact ' (Fourth year costs of support equipment) $ 3,635. 00 SUBTOTAL $ 3,635 .00 TOTAL $ 17,087.00 NELICOPTEP. PATROL $ 36 , 266.00 • ~ /f Sr - J ., - .._ INTER-OFFICE MEMO ,u-,~,. ~ ,~cwxry '~,DAT~ ,7uly 22, 1980 vn ¢innwio9 j i 1 Ff/O:d FF2AN!: ALF,ND ...,.~ VHONE 2511 ,<.,% Sheri. f:f ` !--~~~%~- cc: Earl Good+ain /{/ TO llOAItD OP SUPEBV ISO RS .~~ ~r+ Co. Admin. Officer Sheriff 0~~~ Auditor-Controller _ City of Rancho Cucamonga SUBJECT LALJ ENFORCEMENT CONTRACT S'1ITH THE C11'Y OF RANCHO CUCAMOtIGA ~^~ ` ., J a' b ~_ ~T'~~~v~t ,, ~, RECODC-tENDA T IONS : /[ 1. Approve contract for law enforcement services (~-i` 111666 with the City of Rancho Cucamonga. 2. Au thori'e the addition of the following positions, with concurrent classif icati.on: one Radio Dis- patcher I, effective July 1, 1980; one Sheriff's Sergeant, and one Sheriff's Detective, effective December 13, 1980; and one Limited Duty Deputy Sheriff, effective tfa rch 7, 1.961. 3. Authorize the deletion of one Deputy Sheriff, effective March 30, 1981. HAC6G: i i!i=ORM T'Otd: The County has provided general law e^`or:. ~. a=rv ~c =__-- to the City of Rancho Cucamonga by contract si:.ce 1 Eacb. y::ar the fee paid to the County is adjusted to the ac~uai costs of providing the services. Change in service, r.equa r•tcd by the City, is incurpo: ated into the contract annually. REASON FOR RP•.CO;dMF. tv'DATION: This contract replaces contract nunb~=r 78-357-mere are no substantive changes, only clarifi- cation of coverage, billing dates, the 1980-e1 fee schedule, and additional positions as requested by the City and recommended above. RDVIEN BY OTt1ER DEPARTMENTS: The contract with the City of Rancho Cucamonga was rnitiated by the Sheriff's Department and signed by the Mayor of Rancho Cucamonga. The contract has been reviewed by Risk Management and Contract Compliance Units and approved as to form by the County Counsel's Office. The Personnel Department, Classification Division, has reviewed the oositions and concurs with the requested classifications. f,GitfENEt79' t!0•gb-(2~ a_.. ~ ~~ ~. ' , EOA2D 0: SUPERVISORS FI;~At7CIAL DATA: The law en `oracment fee to be paid by P.ancho lncanonga £ot 1980-$1 is $2,138~A77. This amoi;nt will reimburse the County for all costs associated with this contracC. FA:frh AGiiNF;i{t;t71'HU, -tP1 ~' Page 2 ^~;W$d~~"s~~~ '3GA~!~ p= 5UPeFtVI50t~,S CGUPf1'`(e~s,aw s~f~inr,Dh\'G I 2 3 .~ 5 ANDREt DISHARGON, CLERK OF Tier BOARD 3Y .f..._.._c..;_, rn Jul. G n IYUp cc: Sheriff w/?greet L~gditor_w/a pree; Contractor w/agree cjo Sheri.£f ;~ File w(agree; ...~~ cs:~ ,:. . ~,:~__ r ~ 1 F~~:o- ,\~~~I COUNTV OF SAN BE RNA RDINO STANDARD CONTRACT County Uendnrrw- - (;p N i F t.CT N 9E I ~ ~ l ~ U _LO Covm~ oepamment Conran HenrnPmau ,,. -- Frank Bland, Sheriff 2511 xxfienervab1 L'T"'"'^"" an E.. ndre Conti nuin Buaaet Unu NO ]Sub Obmrr No I fnne tuo, Ikon Np nmount of COnhaa 401 _ ~ 9646 ~ ~ 001 ~_ 2 138.a77.00 cneck one ^ E cenmelre ^ ae.e mre n conuav nas more mart one navr^ev pr receror. 5 S A = _ eprnplete the lollowrng r.reeera; N,Irnnermn„men,8er Schedule A Emnmver;D= _ ___ __Esmnaren ammrm of each seer $ched THIS CONTRACT is entered into in the State of California by and between the County of San Bernardino, hereafter called the County, and CITY OF RANCHD COCAMONGA hereafter called CITY IT IS HEREBY AGREED AS FOLLOWS: (Use mace hebw and reverse side o!lonn d needed Set lnrtlr service to he rent/erer/, amount to be paid„ manner of payment. Ume for perlormdnce or complelmn, delermrneUOn o/ sibs/ac[ory perlonnance and educe for ternundt/on, other Corms dnd COn(ll(/On S„ dnd dtlafll pldn5, SpPClflyd(IOns, dnd addC'/Idd, d dny I WHEREAS, City and County desire to provide by contract for performance of law enforcement services within the territorial boundaries of City, NOW, THEREFORE, IT IS AGREED AS FOLLOWS: County shall provide, through the Sheriff of San Bernardino County (hereinafter referred Lo as "Sheriff"), law enforcement within the corporate limits of City as same now exist, or as such limits may be modified by annexation nr exclusion during the term of this agreement. II. The law enforcement services to be provided by County and furnished to City hereunder shall include: Any provisions on thr, reyerse vde enrl relarnncrd attachmnnts ht'rec f consututr a part of this contract and are incorporated herein in full. Ile ox rxn r.rm a.,na torn" r..,., r m 8 2 3 4 5 6 7 8 9 10 It 12 I3 14 IS 16 i 17 18 19 20 2I 22 23 24 25 26 27 28 i A. Enforcement of state statutes; B. Enforcement of ordinances of City; C. Police protection of the type customarily provided by Sheriff within the unincorporated territory of the County; ~. Traffic enforcement, with ±he exception of such traffic enforcement as may be provided by the California Highway Patrol on the freeway traversing City; E. All detective, juvenile and other specialized services provided by Sheriff in the unincorporated area of County i such as arson, homicide and na rcetics enforcement. F. Attendance at meetings of the City Council of City ~I ', and such other meetings of commissions or boards of City as City niay specify; G, Bail facilities and services except for violations of City ordinances which will be billed Lo the City; H. The helicopter will patrol and respond to calls for service and maintain a twenty-four hour standby service fur calls which occur during unscheduled flight shifts; I. All other law enforcement services of the type customarily provided by Sheriff within the unincorporated area of the Lounty. III. Services to be provided by County shall include Sheriff's personnel and automobiles as specified in Schedule "A" for law enforcemenC services. Those personnel and automobiles are to be assigned at the discretion of the Sheriff based on the needs of the community. The services to be provided by Ccunty hereunder shall also Page 2 of E I 2 3 4 6 7 8 9 )0 tl 12 13 to IS 16 17 18 19 20 21 22 23 24 25 2G 2? 28 include all equipment (including repairs thereto or depreciation thereon), supplies, communications, services, administration, labor, insurance, liabilities, losses, vacation and sick leave, any County retirement contributions, and traveling expenses and all other services, obligations, or expenditures necessary or incidental to the performance of the duties to be performed by Sheriff under the terms of this agreement. Ilothwithstanding the foregoing, in all instances where special supplies, stationery, notices, forms and the like are to be issued in the name of City and approved by the Sheriff, the same shall be supplied by City at its own cost and expense. City shall provide office space, furniture, equipment, furnishings, station maintenance, telephones, CRT, teletype service, other communications and utilities determined necessary by the Sheriff. IV. In consideration for County's furnishing and performance of all the services provided for here, City shall pay to County, upon contract approval, the sum as per Schedule "A", attached per year, payable in twelve equal monthly installments at the beginning of each calendar month during the period of this agreement. First payment shall 6e due nn July 15, the remaining eleven payments shall be due prior to the fifth day of each month. Said sum is subject to adjustment for any salary increases or fringe benefits which may be granted by the Board of Supervisors to Sheriff's employees. The actual cost of overtime, court appear- ances and travel expenses incurred between July 1 and June 30 will be billed quarterly. County shall have the right to renegotiate the rate for Pogo 3 of 8 ! i ~ maintenance quarterly and fur se rvic~. ~• uarfo rraed under this i ! agreement at the e!id of each fiscal ~. ,r for the ensuing fiscal 2 3 year, and said rate n~,ay be adjusted ~~p~.vn rd or dov;nward to reflect a the actual cost. 5 County shall, in cons ideratioc fa~• the payment of the sums 6 herein above provided to be paid by City, hold City harmless from T any and all such other costs, oxpen~!i to res, charges or liabilitie! $ except herein described. City shall not be liable for compen- 9 sation or indemnity to any Ccrnt ty employee for injury or sickness IU ii arisising out of his employ~~~.ent while enoaged in the perfo rota nce 17 II of this agreement 6y County. 12 i Gity shall hold County harmless for a reduction in law Is ~ enforcement services resulting in labor-relation actions and City 14 will be reimbursed for such a reduction in services not performed IS V. 16 ~~ The term of this contract. shall be a period of time 17 commencing at July 1 and terminating only as hereafter provided. 1R This agreement may be terminated at any time with or without 19 cause by City or by County upon written notice given to the other 20 at least ninety days before the date specified for such 21 termination. 22 Any such termination date shall coincide with the end of a 29 i calendar month. In the event of such termination each party 24 shall fully pay and discharge all obligations in favor of the 25 other accruing prior to the date of such termination and each 26 party shall he released from all obligations of which would 27 otherwise accrue subsequent to the dace of such termination. 28 i Any and all notices required to be given hereunder shall be I Page 4 of 8 I given in writing by registered or certified mail. The 2 addresses of the parties hereto until further notice are as 3 follows: a CITY: Phillip D, Schlosser, Mayor 5 Post Office Box 807 6 i Rancho Cucamonga, California 91730 1 COUPlTY: Board of Supervisors S i County Civic Building - West 9 175 41est Fifth Street 10 San Bernardino, California 92401 l~ The standards of performance, the methods of performance, 12 i the discipline of officers, the control of personnel, the 13 advancement in compensation of personnel, the deternii nation of la proper law enforcement practices and procedures and all other IS matters incidental to the manner of performance of services by l6 Sheriff hereunder shall be determined by Sheriff in his sole ~ discretion. The responsibility of Sheriff and of Lounty to City 17 18 hereunder shall be to provide, as an independent contracting 19 agency, effective law enforcement of the level herein contracted 2U for, and the City shall not have the right to determine or direct 21 the manner or means of performance. VII. 22 23 All persons directly or indirectly employed by County in the 24 I performance of the services and functions to be provided to City 25 i hereunder, shall be employees of County, and no County employee 26 i shall have City pension, civil service or other status or right. 27 Nothwithstandiny the foregoing, and in order to give official 28 status to the performance of duties by Sheriff's personnel Page 5 of 8 it ~~ 1 j hereunder, every Sheriff's officer or employee engaged in 2 ~ performing any such service or function shall be deemed to be an 3 ~ officer of City while performing service for City within the a scope of this agreement, and such service or function shall be a 5 municipal function. 6 i An arrest made by Sheriff's personnel while engaged in the 7 performance of this agreement shall constitute an arrest by an 8 officer employed by City, and not an arrest by County officer, ~ within the meaning of Section 1463 of the Penal Code and any :0 similar or related statute. ~~ VIII. i2I City shall have the right at any time and from time to time 13 i during the term of this agreement to request a nigher level of w I law enforcement than that herein contracted for, and within a 19 reasonable time after such requests, County shall provide such :6 additional personnel and vehicles as may be required to provide 17 such additional lav: enforcement. ~8 ~ In such event, all provisions of this agreement with 19 + respect to compensation to be paid by City shall remain in full 2~ II force and effect, but in addition to payment of the sums herein 21 provided, City shall pay County in monthly installments the cost I 22 ~ of such additional law enforcement service. 23 I IX. 24 In the event of riot, civil commotion, or other emergency 25 I in the City which requires additional emergency or "back-up" 26 service, County shall provide the same and City will pay County 27 I for actual overtime and related equipment costs as determined by 28 the Sheriff. Page 6 of 8 I 2 3 4 5 6 7 8 9 10 II 12 13 14 IS 16 17 t8 19 20 21 22 23 24 25 26 27 28 Not included in riots or related services are salaries or '~ related costs of additional police services for authorized I' i public gatherings. In the event of such an emergency outside of the corporate limits of City, personnel or equipment assigned by Sheriff to the performance of County's duties hereunder, may be utilized by County in connection with such emergency, and the Gity shall be reimbursed for any resultant service not performed ~~~ i z. To facilitate the performance of services hereunder by County, City, its officers, agents and employees shall give ~,, their full cooperation and assistance within the scope of the ~~~ duties and responsibilities of such officers, agents and employees. City shall hold County, its Sheriff, officers and employees i harmless from any and all liability for intentional acts of ~ negligence on the part of City, its officers and erployees (excluding any employees of County engaged in the performance of municipal duties hereunder) arising out of the performance of this contract. ////////// ////////// ////////// ////////// ////////// ////////// ////////// Page 7 of 8 _u XI. Sheriff shall be designated as the Chief of Folice of City at all ±imes during the term of this agreement. Said Sheriff shall appoint a deputy or officer assigned to work directly with and provide liaison with the City Manager and other City officers of the City. The Sheriff's Deputy shall make regular monthly reports to the City Manager, and such other reports as may be appropriate as determined 6y the Sheriff, with res oect to law enforcement within the corporate limits of City. ??iJREF :1~RA.Y;Gii, Csrk of t2re ;;oa:d of ., S::perescrs of the Oouety of Sari Ee:•rard ino, 3ta'ia cf California, herdoy certify the fore- grirg irstn:r,.ent to `~.': a fu1i, true and cor- ^acS Dopy of t'r.e original roa or. f?le in rt~y oftic Uc Lv; d~. AN~22E G i ~i1AA~ n~N • Clerk of the ESOerd By COUNTY OF SAN BERNARDINO ~ //j'~ Chan Board o~ Afr ors Dated JUL 2 8 1980 ATTFST[D: Clerk of thN ftodrd of Supervisors Nnn/,nvrmr n•, to i~•gnl tar rn county cr„rnv-I Deputy CITY GF RANCHO CUCAMO^19Fl (Stare d corporation, cornpanV, erc.l BY ~ ~~ 1, ~i ~/J.<+=..~.~_. ~~~ lAuthorired Srgndforcl Dated ~r_... > , 9'Y) Title __M~YOR City of F.ancho Cucamonga Addrnss ~' ~C,__~9x_Z2L-B.anS.h4~U~a~n~? , CA 91730 ATTEST~.~-~ ~ ~~.., c ,. ~ : ~ 11 ,.. Lauren M. iasserman,City Clerk DATE: ne 20, 80 n,,,•..•. d . ~ to .d. ndnum r .Z_~_. Corr n au • p!hr.e er•„ B £ CITY OF RFYCHO CUCAM07GA C_0_4TPACT BD DGET F5' 80/f;l Salaries & Expenses Manpower: 1 Captain 1 Lieutenant E Sergeants 5 Detectives 35 Deputies 1/3 Limited Duty Deputy 3 Dispatchers 1 Secretary 3 Substation Clerks S 41,201.00 37,654.00 190,623.00 140,089.00 961,0°2.00 7,537.00 49,188.00 17,395.00 46,380.00 55 1/3 TOTAL TOTAL 51,491.149.00* Overtime 103 ,460.00* 10`: Anticipated Salary Increase 163,394.00' Travel Expenses 5,000.00 Office Supplies 12,500_CO SUBTOTAL 51,775,503.00 County Overhead (11.6`:) 205,943.00 TOTAL 0_,neratin~ Costs Vehicle Costs: 10 marked units (based on 381,600 miles at 11.SG/mile) S 45,029. OG 5 unmarked units (based on 25,000 miles at B.St/mile) 11,000 .00 1 unmarked unit (based o n 25,000 miles at 11.81/mile; - 2,950. -'----- 00 -- T O T A L Unit Maintenance Costs: 10 marked units (based on 576 ,OOG miles at 4.861/mile) 5 27,994. 00 3 grant units (based on 60,000 miles at 4.864/mile) 2,916. 00 6 unmarked units (based on 150,000 miles at 4,86Q/mile) 7,290. 00 Loan units (based on 2 4,000 miles at 23.6Q/mile) _ _ 5,664. 00 TOTAL 51,981,445.00 b 58,979.00 b 43,864.00 SUPPORT EQUIPh1E NT Equipment depreciated over 5 years. .$ 12,390. 00 Equipment depreciated over 7 years. .5 1,062. 00 Equipment depreciated over 10 years .S 3,635. 00 TOTAL . . 5 1 7 , 087.00 HELICOPTER .S 37,101.00*** TOTAL CONTRACT COSTS 52,138,477.00 Twelve Equal Monthly Payments at .5 175,206.00/mo *Actual costs of salaries, benefits and overtime to be adjusted according to the fiscal year 1980/81 Employee Flemerandum of Understanding. **Actual casts to be charoed, quarterly estimates to be made and supplied to City. ***Actual costs to be adjusted to County rate when established on or about July, 1980. SCHEDULE "A" - PAGE 2 OF 2 iLS:9CH0 Cli CF*t0\G?. COST AiZALYSiS FY 80/81 Cr.?.... ~.~ . Salary "E" Step Retie e.^~er.t korker's Ccao. rea;.t6 insurance Life insurance *:e ri t; ilaiforWs 1. Captain ;: $41,201.00 LIEti:L::F YI Salary °E" Stec Retire went i:c r::er's Coap, n eal t!'. Insurance Li_`e ins urars e A:erit!~ac°cr^s l Li e~.a errant r. $37,754.00 SE3GE $ 31,09.20 $ 6, 196.OC $ 2,092.SC $ 1,310.40 $ 53.20 S 499.20 TOTAL $ 41,200.8C S 28,303,20 $ 5,651.20 $ 1,906.a0 $ 1,31C.40 $ 83.20 $ 494.20 $ ~1,201.GC TOTAL $ 37,753.60 _ $ 37,754.00 Salary "'E" Step $ 25,675.2D P.e tire---.cnt $ 5, 121.60 Ito rke_'s Co::p. $ 1,728,OG Y.ealth insurance $ 1,310.40 Li.e insurance ~ $ 83.20 ?ie rit; Ur.ifo:-ris $ 499,20 TOTAL $ 34,417.60 5 Se reants (26 P,') s $3-,418.00 = $ 172,090.00 = $ 190,623,00 '_ Sergeant (L4 PF) x S1&,533,00 = $ 18,533.00 DETECTIVE: Salary "E" Step $ 22,692. 80 Retirement S 4,534. 40 Worker's Compensation S 1,539. 20 Health Insurance $ 1,310. 40 Merit/Uniforms 5 790. 40 TOTAL 5 30,867.20 4 Detectives (26 PP) x 530,867.00 = $123,468.00 _ $140,089.OC 1 Detective (14 PP) x 516.621.00 $ 1fi,621.00 DEPUTY: Salary "E" Step 5 20,571. 20 Retirement S 4,118. 40 Worker's Compensation S 1,393. 60 Health Insurance 5 1,310. 40 Merit/Uniforms 5 790. 40 TOTAL 5 28,784.00 29 Deputies x $28,144.00 = $817,626.00 1 Deputy x 518,796.00 = 5 18,796.00 5 Grant Deputies r, 524,932.00 = 5124,660.00 (23 Pay Periods) TOTAL 5961,082.00 LIMITED DUTY DEPUTY: Salary "E" Step Retirement Worker's Compensation Health Insurance Life Insurance Merit/Uniforms 1/3 Limited Duty Deputy 522,61D.DD $ 16,120.00 5 3,224.00 5 1,081.60 $ 1,310.40 5 83.20 S 790.40 TOTAL 5 22,609.60 _ 5 7,537.00 ' ~ AFFIRDL4TIVE ACTIGV CG;dPLIAXCE This is to certify that CIT 1' OP RANCHO CDCAliOSGA Name o ontractor Q Has an "Approved" Affirmative Action Program and is in compliance with the San Bernardino County Affirmative Action Compliance Program for the ( rolect . /~ Has an "Approved" .affirmative .action Program and meets the San Be rrazdino County :1ffirma tive Action require- ments for Annual Qualification for period (Dates). XX' Is exempt from compliance with the San Bernardino • County Affirmative Action Compliance Program for Performance of law nforrrmrnr crrvir TO)eCt lle tU Snle Snnrrr easons /~ Has not met the San Bernardino County Affirmative Action Compliance Program to qualify as a Responsible Bidder. Returned for revision. The San Bernardino County Affirmative Action Compliance Office, Personnel Division, will render all possible assistance to the contractor in establishing an Affirmative Action Program: Address: San Bernardino County Contract Compliance Office Personnel Division 157 West Fifth Street San Bernardino, CA 92415 Ph(o/n'~~e~,~py~~ (714) 38,,310-n23,6-4~,1 JL:~-' ~ '^" .,' ' . ` ~1~ ~/'(~ J141Y- 1 1 a 8 0 xgnature, S Bernar ino County Date ntract Compliance Office Personnel Division '~"" This form should be attached to the Clerk of the Beard's copy and the :luditor's copy only. ,. ., ~.~__ w ~tl~ COUNTV OF SAN BERNAROINO ~~~ STANDARD CONTRACT FRANK BLAND, SHERIFF _.r_,. 2511 5 s n = ~ ae<i„n.e enei~ o„a pav,"ar, o• roreip~ o~~P'~otrv rh~irnmwmq, .Ee,,y, in.,.,iw.r„r,~r~~~~rr 12 Monthly ii Er^nme=r m = _ _! Ea~~,nta~i ~~•,o~~^. of aarn 5 13t1. T7T1 is~~ 401 9646 ~ 001 'I Per Schedul'. o~n ~m~~ '_ ee~a„~~e~ THIS CONTRACT is en [erect into m the Slate of California by and between [he County of San Bernardino, hereafter called the Coun q•, and RANCHO CUCAMONGA hereof u=r called CITY IT IS I-IEREBY AGREED AS FOLLOWS: ~Vsr el%a. rr hermv and rnrarse side o` loan if necdad. Ser forth service to he rendered, omounf ro ho paid, manner of payment. n°q fm lrvrfonnmrre or r'omplebon. de termrnanon of setlslecmry perlonnance and r.ausn, for (errnmarron. other ter^rs and rorvli boot and attach Plans, snNi:rRcanorrs, and addenda, rl ,my Contract X76-357, Paragraph IV, entered into between County and City on May 10, 1978, provides for an annual change in rates based on County's actual cost of providing contractual services, The following is the agreed upon rate for Fiscal Year 1979-B0, beginning JuIY 1, 1979. Any provisions on the rl;verse side end referenced attach mmrts hereof constitute a Part of this contract and are mcorporeicrl herein in full. COU~~ITY OF SAN BERNARDINO Chairmen Boarrl of Supervisors Dated ATTESTEU~, ~_ Clerk of the 8narrl of Supervisors --~----~~~~~- CITY OF RANCHO CUCAMONGA -~--- /Sfa~ d corpora ' ,r99rWr•rnV. Pt[.I By ' ~ __ ---- lA ,>u l Srgnahvel ----~-- DataA _ ' G 20 ~___ Title Mayor, City of Rancho Cucamonga Address P,O, Box 793, Rancho Cucamonga Approved ns In leq,d fia nr Peviawad as In bu Agol ex POndiiorn ~ ~ County Cnonml County Adnfin wtratrvn Olhc" epee r n n~ vv~r, inr rtin~.n ro,~.q __._-_ ~ CITY OF RAN CNO CUCAMDNGA '..% ' CONTRACT BUDGET FY 79/80 ALARIES AND EXPENSES: ' Manpower $ 1,159,660.00* 1 Captain $ 38,771.00 1 Lieutenant 35,253.00 5 Sergeants 160,390.00 4 Detectives 114,512,00 30 Deputies 717,690.00 2 Dispatchers 34,502.00 1 Secretary I 16,233.00 3 Substation Clerks 42,309.00 51 $ 1,159,660.00 Overtime $ 107 ,762.00* 7.57 Anticipated Salary Increase $ 95,057.00* Travel Expenses. $ 4,000.00 ' Subtotal $ 1,366,479.00 9.4% External Overhead $ 128,449.00 TOTAL. $ 1,494,928.00 PERATING COSTS: Vehicle Costs: 9 Marked Units (Total Purchase Pr ice) $ 57,312.OD** 5 Unmarked Units (IIased on 25,000 miles at 8.8F/mile) $ 11,000.00 Fuel/Maintenance: Contract Units: . Based on 641,000 miles at 8¢ per mile ... $ 51,280.00** Loan Units: Based on 24,000 miles at 15.70 per mile ... $ 3,768.00*** UPPORT EQUIPMENT: Equipment depreciated over 5 years $ 10,945.00 Equipment depreciated over 7 years $ 346.00 Equipment depreciated over 10 years. $ 3,635.00 OFFICE SUPPLIES $ 8,200.00 ~F.LICOPTER. $ 28,714.00 TOTAL CONTRACT COSTS $ 1,670,125,00 * Actual costs of salaries, benefits and overtime to be adjusted according to Che FY 79/80 Employee Memorandum of Understanding. ~~* Actual cosCS to be charged. :** Actual costs to be ad,7'usted to county rate when established on or about July, 1979. F nAn ~, ~ .. ,r-~u~, CITY OF RANCHO CUCAMONGA CONTRACT BUDGET FY 79/80 :ALARIES AND EXPENSES: Manpower 1 Captain 1 Lieutenant 5 Sergeants 4 Detectives 30 Deputies 2 Dispatchers 1 Secretary I 3 Substation Clerks 51 . $ 1,159,660.00* $ 38,771.00 35,253.00 160,390.00 114,512.00 717,690.00 34,502.00 16,233.00 42,309.00 $ 1,159,660.00 Overtime $ 107 ,762.00* 7.5% Anticipated Salary Increase $ 95,057.00* Travel Expenses. $ 4,000.00 Subtotal $ 1,366,479.00 9.4% External Overhead $ 128,449.00 TOTAL. $ 1,494,928.00 OPERATING COSTS: Vehicle Costs: 9 .ta rked Units (Total Purchase Price) $ 57,312. 00** 5 Unmarked Units (Based on 25,000 miles at B.SC/mile) $ 11,000. 00 Fuel/*fa intenance: Contract Units: Based ott 641,000 miles at 8~ per mile $ 51,280. 00** Loan Units: Based on 24,000 miles at 15.7G per mile $ 3,768. 00*** SUPPORT EQUIPMENT Equipment depreciated over 5 years $ 10,945. 00 Equipment depreciated over 7 years $ 346. 00 Equipment depreciated over 10 years. $ 3,635. 00 OFFICE SUPPLIES $ 8,200. 00 HELICOPTER. $ _ 28, 714. 00 TOTAL CONTRACT COSTS $ 1,670,128. 00 * Actual costs of salaries, benefits and overtime to be adjusted according to the FY 79/80 Employee Memorandum of Understanding, ** Actual costs to be charged. ** Actual costs to be ad,7'usted to coun ty rate when established on or about ,luly, 1979. .F ,.A.. RANCHO CUCAMONGA COST ANALYSIS FY 79/80 CAPTAIN Salary "E" Step $ 29,796.00 Retirement 19.97% $ 5,950.00 Worker's Comp. 6.7375% $ 2,007.00 Health Insurance $70 per month $ 840.00 Life Insurance $78 per employee $ 78,00 Uniforms $ 100.00 TOTAL $ 38,771.00 1 Captain x $38,771.00 T TCIITCAIA AIT. Salary "E" Step Retirement 19.97% Worker's Comp. 6.7375% Health Insurance $70 per month Life Insurance $78 per employee Uniforms $ 27,019.00 $ 5,396.00 $ 1,820.00 $ 840.00 $ 78.00 $ 100.00 'TOTAL $ 35,253.00 1 Lieutenant x $35,253.00 SERGEANT: Salary "E" Sl'ep Retirement 19.97% Worker's Comp, 6.7375% Health Insurance $70 per month Life Insurance $78 per employee Uniforms $ 24,513.00 $ 4,895.00 $ 1,652.00 $ 840,00 $ 78.00 $ 100.00 TOTAL $ 37.,078.00 5 Sergeants x $32,078.00 = $160,390.00* nrmrrmr~m. Salary "E" Step Retirement 19.97% Worker's Comp. 6.7375% Health Insurance $70 per month Merit/Uniforms 4 Detectives x $28,628.00 $ 2I,694.00 $ 4,332.00 $ 1,462.00 $ 840.00 S 90n 0(1 TOTAL $ 28,628.00 DEPUTY: 6 b;ONTHS Salary "E" Step $ 9,872.00 Retirement 19.97% $ 1,971.00 Worker's Comp. 6.7375% $ 665.00 Health Insurance $70 per month $ 420.00 Pfe ri t/Uniforms $ 300.00 TOTAL $ 13,228.00 12 PfONTHS $ 19,669.00 $ 3,928.00 $ 1,325.00 $ 840.00 $ 300.00 $ 26,062.00 $ 114,512.00* 25 Deputies (26 PP) x $26,062.00 = $ 651,550.00 = $ 717,690.00* 5 Deputies (6 mos) x $13,228.00 = $ 66,140.00 DISPATCHER: Salary "E" Step plus differential Retirement 13.13% Worker's Comp. .2255% Health Insurance $50 per month Death Dismembe nne nt Insurance $ 14,700.00 $ 1,972.00 $ 33.00 $ 600.00 $ 6.00 TOTAL $ 17,311.00 2 Dispatchers x $17,311.00 = $ 34,622.00* SECRETARY I: Salary "E" Step Retirement 13.13% Worker's Comp. .2255% Health Insurance $50 per month Death Dismemberment 1 Secretary I x $16,293.00 SUBSTATION CLERK: Salary "C" Step Retirement 13.13% Worker's Comp. .2255% Health Insurance $50 per month Death Dismemberment Insurance $ 13,802 .00 $ 1,854. 00 $ 31. 00 $ 600. 00 $ 6. 00 TOTAL $ 16,293.00 $ 11,923.00 $ 1,607.00 $ 27.00 $ 600.00 $ 6.00 TOTAL $ 14,163.00 3 Substation Clerks x $14,163.00 = $ 42,489.00* OVER1'TDSE AND COllRT APPEARANCES Estimated overtime hours for FY 79/80 is 190 hours per de uty per year at time and one half ($14.13/hr.) 25 deputies for 26 pay periods and S deputies for 14 pay periods $ 74,324.00 Estimated court days per deputy per year is 25 at 1/5 hours x 25 deputies and 15 court days at 1.5 hours x 5 deputies (all at time and one half, $14.13/hr,) $ 14,837.00 Estimated overtime hours per detective per year is 224 Hours at time and one half ($15.59/hr.) $ .13,969.00 SU$TOTAL $ 103,130.00 Worker's Comp. at .067375% x base rate $ 4,632.00 TOTAL $ 107,762.00* * Ac t'ual costs of salaries and benefits to be adjusted according to FY 79/80 Employee Memorandum of Understanding TRAVEL EXFENSES: SUPPORT EQUIPMENT METHODOLOGY: EMERGENCY EQUIPMENT WITH 5 YEARS LIFE EXPECTANCY: Afarked Unit: Light Bar $ 255. 00 Siren $ 234. 00 Speaker $ 50. 00 Shotgun lock (elect) $ 42. 00 Shotgun $ 140. 00 Switches $ 40. 00 Cages $ 212. 00 Eirst Aid Kit and Extinguisher $ 26. 00 100 Foot Stee l Tape $ 15. 00 Traffic Cones (18") $ 34. 00 Jwnper Cable 16 ft. $ 10. 00 Multi-Channel Hand Held Radio $ 1,300. 00 Push Bar $ 53. 00 Forensic inve stigative Kit $ 200. 00 6"/, Tax $ 177. 00 TOTAL $ 2, /85.C0 One set of Emerggency Equipment x $2,788.00 = $Z, 788.00 SPECIALIZED EQUIPMENT: 6 Mobile Radio Scramblers x $350.00 each = $ 2,100.00 3 Scanner "Bear Cat" x $210.00 each = $ 630.00 TOTAL $ 5,515,00 Inflation at 9% per year x 5 years = 45% 45% x $S,SLS,n0 actual costs = $2,453.00 $2,483,00 inflation + $5,518,00 = $8,001.00 actual costs 1/5 of $8,001.00 = $1,600.00 . $ 4,000.00 Equipment with 7 years life expectancy: One Mobile Multi-Channel Radio $ 1,400.00 6% Tax $ 84.00 TOTAL $ 1,484.00 Inflation at 9% per year x 7 years 63% 63% x $1,484.00 combined actual costs = $935.00 $935,00 inflation + $1,484.00 actual costs = $2,419.00 1/7 of $2,419.00 = $346.00 Items depreciated over 5 years: FY 78/79 Contract (2nd year costs of support equipmenC) $ 9,345.00 FY 79/80 Contract (1st year costs of support equipment) $ 1,600.00 TOTAL $ 10 , 945 .00 Items depreciated over 7 years: FY 79/80 Cantract (1st year costs of support equipment) $ 346.00 TO'CAL $ 346;.00 Items depreciated over 10 years: FY 78/79 Contract (2nd year costs of support equipment) $ 3,635.00 TOTAL $ 3,635.00 OPERA'LING COSTS: Vehicle costs pex year for additional and replacement units methodology: Actual cost of vehicle: $ 6,536.00 Cost per unit 392.00 6% Tax $ 6,928.00 TOTAL VEHICLE AND FUEL/MAINTENANCE COSTS: Vehicles: FY 78/79 Contract: 9 Marked Units @ $6,928,00 Unit inflation charge first con l'ract refunded _ $ 52,352.00 - 5,040.00 TOTAL 5 llnmarked Units @ 8.8~ per mile x 25,000 miles each Fuel/Maintenance Costs: F,stimated "Actual Costs" 8~ per mile based on 641,000 miles Loan Cars, 15.70 per mile based on 24,000 miles • ~ $ 57, 312.00 • $ 11,000.00 _ $ 51,280.00 ° $ 3,768.00*** (Combined costs of Vehicle and Fuel/Maintenance is $128,400.00 or about 19C per mile.) OFFICE SUPPLIES: Miscellaneous Equipment and Supplies. $ 8,200.00 HELICOPTER PATROL. $ 28,714.00 ~'^'~* Actual costs to be adj usCed to corm ty rate when established on or about July, 1979. DDITIONAL NOH-CONTRACT COSTS: To be paid directly by the City of Rancho Cucamonga: Building rental @ $1,800.00 per month $ 21,600.00 Utilities: (Water, Power and Gas not included) Telephone: Monthly Service $350.00/mo. _ $ 4,200.00 Tolls $450.00/mo. _ $ 5,100.00 Misc. Costs $ 400.00 TOTAL $ 9,700.00 Records Computer Line (CNI) $ 6,513.00 Teletype. $ 2,481.00 Xerox Copy Ata chine with collator. $ 8,400,00 Police Clerk: Salary "A" Step $ 4,806.00 Retirement 8.225% $ 395.29 Worker's Comp. .41% $ 19.70 Health Insurance $37.17 per mon L'h $ 223.02 Life Insurance ($10,000.00) $ 2."s0 TOTAL $ 5,446.31 3 Police CLerks x $5,446.31 = $ 16,339.00 Office Furniture and Equipment: Items: 1. One "Shop Vac" vacuum cleaner for units $ 95.00 2, 36 Master Locks for Deputy lockers $ 10A.00 3. 6 Rolatape Measuring Wheel "Measure Master". $ 68,00 4. 8 - 100 ft. Steel Tapes $ 72.00 5. 6 Sets of leg irons @ $26 each. $ 156.00 6. Two typing tables, "Bamboo" with "Honey Teak" top. $ 140.00 7. LS Tape Recorders "Sony" TC 56, with belt case, $ 2,625.00 Office Furniture and Equipment: Items (Continued): 8. One table, 18" wide x 48" long x 26" tall, "Bamboo" with "Honey Teak" top $ 130 .00 9. Three, four-drawer, letter size file cabinets, "Bamboo" with "Honey Teak" top, $130 each . $ 390 .00 10. One "Audio Hailer" hand held P.A. device with strap $ 104. 00 11. One wall model fingerprint taking outfit, model No. F1N200WW $ 60. 00 Subtotal $ 4,016. 00 Tax $ 240. 96 TOTAL $ 4,257.00 NOTE: The total costs of the office furniture and equipment to be deposited by the City of Rancho Cucamonga in a county trust account for the purchase of Listed items. GRAND TOTAL $ 69,290.00 ~ -_ F~~ lI t~ COUNTY OF SAN eERNARDING STANDARD CONTRACT THIS CONTRACT is entered into In the State of California by and between the County of San Bernardino, hereafter called the County, and CITY OF RANCHO CUCAMONGA hereafter called 1T IS HEREBY AGREED AS FOLLOWS: /Us¢ space below and reverse side of loan it needed. Sat forth urvice to be rendered amount tp be pm J. manner of payment, nme for performance or comple hon, detenNnappn of saris/ac'forV Performance and cause !or rermina Lion, other terms and condipons, and anach plans, specilirap~ns, and addenda„ if any.l Contract number 78-357 entered into between County of San Bernardino and City of Rancho Cucamonga is hereby amended to add five (5) deputy positions effective December 1, 1979. Section III, Paragraph I of Contract 78-357 shall also be amended to read as follows: The services to be provided by County hereunder shall include the number of Deputy Sheriffs for law enforcement services shown in Schedule "A". Said Deputy Sheriffs are to be assigned at the discretion of the station commander based on the needs of the community. The number of Sheriff vehicles set forth in Schedule "A" shalt be as- signed at all times by the Sheriff in the per- formance of duties to be performed by the Sheriff hereunder, bearing customary Sheriff's markings plus the marking of "City of Rancho Cucamonga". Any provisions on the revr. rse side and naren:nced attachments hereof calsU4ne a part of this contract antl are incorporated herein in full. 0313J1110)ILOnp f oaTl vaYO 1 0l ~- ,~ . Schedule "A" attached hereto reflects the changes in personnel and equipment as well as the annual rates for fiscal year 1979-80. COUNTY OF SAN BERNARDINO ~ 7 _1 Chairman, Board of- upervisors ~~ Dated ~~ ~ ~ ~` 15 ATTESTED: /~~ pp Cle of the Bo rdo rd a5 ~;,pervi~ BY ' , - //'llu~w lJ' ' - IlAufl naturel Datgfl / __ --. _ _. _. _ T;/ Mayor, Address _p, 0, Box 793 Rancho Cacamonga, CA 91730 :pprovec s ro I~In~~ R J~1/ /~~ County ounsel C Olhce _ P,9e ~( of ~' T ALARIES AND EXPENSES: CITY OF RANCHO CUCAMONGA CONTRACT BUDGET FY 79/80 Manpower $ 1,159,660 .00* 1 Captain $ 38,771 .00 1 Lieutenant 35,253 .00 5 Sergeants 160,390 .00 4 Detectives 114,512, 00 30 Deputies 77.7,690 .00 2 Dispatchers 34,502. 00 1 Secretary I 16,233. 00 3 Substation Clerks 42,309. 00 q7 $ 1,159,660. 00 Overtime $ 107 ,762 .00* 7.57, Anticipated Salary Increase $ 95,057. 00* Travel Expenses. $ 4,000. 00 Subtotal $ 1,366,479. 00 9.4% External Overhead $_ 128,449. 00 TOTAL. $ 1,494,928. 00 PERATING COSTS: Vehicle Cost's: 9 Marked Units (Total Purchase Price) $ 57,312. 00** 5 Unmarked Units (Based on 25,000 miles a[ 8.8G/mile) $ 11,000. 00 Fuel/Afa intenanc e: ' Contract Units: Based on 641,000 miles at 8C per mile $ 51,280. 00** Loan Units: Based on 24,G00 miles at 15.7C per mile $ 3,768. 00*** UPPORT EQUIPMENT: Equipment depreciated over 5 years $ 10,945. 00 Equipment depreciated over 7 years $ 346. 00 Equipment depreciated over 10 years. $ 3,635. 00 FF1CE SUPPLIF,S $ 8,200. 00 ELICOPTER. $ 28,714. 00 'PO'PAL CUN'I'RA C'1' COSTS $ 1,670,128. 00 * Actual costs of salaries, benef i.ts and overtime to be adjusted according to the FY 79/80 Employee Memorandum of Understanding. ** Actual costs to be charged. ** Actual costs to be adjusted to county rate when established on or about July, 1979. i t`~.. MINUTES OF THE BOARD OF SUPERVISORS OF SAN BERNARDINO COUNTY, CALIFORNIA RE: AGREE N0, 78-357 A-1• RANCNO CUCAMONGAW/SHERIFF• LAW ENFORCEMENT SVGS.; 1 On motion by Supervisor Hanaberger, seconded by Supervisor Hamcack, and carried, the Board of Supervisors approves Amendment 1 to Agreement No. 78-357, between the County on behalf of the Sheriff and City of Rancho Cucamonga amending language regarding liability determination in connection with law enforcement services provided by the Sheriff's Department; further, the Board authorizes the Chairman to sign said agreement indicating this Beard's approval of the Germs and conditions therein contained. PASSED AND ADOPTED by the Board of Supervisors o£ the County o£ San Bernardino, State of California, by the following vote: AYES: SUPERVISORS: Mayfield, Manaberger, Ra»ock NOES: SUPERVISORS: None ABSENS: SUPERVISORS: KaSnanaky, Townsend STATE OF CAU FORMA COVNTY OF SAN BEflNAR01N0 ss. I, LEONA AAPOPOflT. Clerk of the Board of Supervrsnrs o/ San 6r.rnardmn CnuntY. CaLfurnr n, hereby cerply the Inregomg m be a full, true ann correct copy of pro record of p+e acnnn tT en by Bard eoartl of S,grervrsms, by vote of the members present, as the sNna nppedrs m the Oflrual 6lnwtrs of sarn Bnad of ris meeM1 ng of oaten: 12/5/78 AD/ml iEemrnanorom U40 cc; Rancho Cucamonga w/agree c/o Clerk of said Boorcl. Sheriff; Sheriff w/ re 7 le-0)5.iW AwA~i COr W7hgree;'~~~ 84....(7~„p..~:-~~,:~..~..a-,v.v__ ...... ......._. (~) 1. . . 1 . ~./ / .~ .: ./.`l.~.. .. INTER-OFFICE ~IIEI~/10 DaTE .rmy ss, l~~ ' FROb1 ¢ERSARD 21. 60R1i55, A<fmin is trator PHONE 2235 Law and Justice Agency ' TO ¢0:\RU OF SUPERI'150R5 cc: Cnunty Adminis tio..,,~ ,......~. Auditor-Controller Sheriff ~. _. St1 Rd ECT Alt£.N DTffiST TO RANCHO CUCAMONGA LASJ ESPORCE~tEST SERVICE CO: TRACT RECD?D:Ei:DATLON: Approve Amendment A-3 to Contract No. 78-357 with the City ' of Rancho Cucamonga to adjust contract fee to reflect 1979-80 law enforcement service costs to the County. RACKG ROLID IRFOP3IATION: The County ence red into a contract with the City of Rancho Cucamonga for law enforcement services beginning July 1, 1978. This contract includes a specific number of positions [o be provided by the Sheriff's Department. Salaries, and all other County costs, zre to be reim- bursed by the Ci [y. On Liarch 8, 1979, Che contract was anended [O add 1 posi- tion ~,; ith salary cost [o be offset by holding another position vacant through June 30, 1979. grASC;C FOR RECO>D_E~DA=IO\: The contract prnvid~s fur an amendment each year to adj ust the contract iee to ref lec[ [he County's cost of providing law enforcz~ent services. The City also e:ould like to increase the number of deputi as at Ranc;m Cucc:nnga from 25 to 30 beginning December 1, 1979. An add iticnal fully-equipped patrol vehicle for [he additional deputies is also requ~s v_d by the City. P,F.Vi: :: ¢S OTIIER DF.PAR':`^,llr5: The reco:anend ed contract amendment was initiated by tha 5'neriff's D=_p ar taint, reviewed by the Contract Conp Lianee and Risk C;zca~a ctnt L'n its and approved as to form by the County Counsel's Office. FI B:ti¢C LAL DA'CA: The Co tal cost of approximately $1,670,128 for providing law e of orcemea[ services to [he City of Rancho Cucamonga for 1979-80 will be fully rei~Sursed 6y this rontract amendment. The appropriation znd revenue, the 5 deputy positions, and the fully-equipped veF:icle are included in the 1979-80 Sheriff's &:dget. ¢)I¢:vp A~PR~~~~ 90ARD OF SUPERVISORS ~ COUNTY OF SAN BEZtJARDINO ~ A[t achment /~ / .~ ~eoreN 1 2 3 4 5' ....____ _.__.__.____ ___ ANDREE DISHAROON. CLERK OF THE BOARD Fey ,, DAr.-.D: UE 3 0 1979 ~_ cc; Sheciff w/2 agree; Auditor w a City of Rancho Cucamon ,a c / greet HCSA; `-~..~____~~_£ /o Sheriff & File +~ '~ t.. ,. Unr:arked llnits: 5 Uri asked Uriis based on 125, D00 dies per yeaz at 8.SC/mile $ 11,000,00 1 Unmarked Unit based on 25,000 miles per ;year at 11,BC/mile. S 2,950.00 TOTAL. $ 58,919.00 S7N IT MP.I \TE:tf~~CE COSTS: 10 barked Units (Based on 576,000 mi ies at 4.86C/mile) $ 27,994.00 3 Grant Units (Based on 60,000 miles at 4,86C/~.ile) $ 2,916.00 6 L'n,^iarked Units (Based on 150,000 miles at 4.S6C/mile) $ 7,290.00 Loan Criis (Based on 24,000 ..^..iles at 23.60/mile} $ 5i664.00'~-~~ TOTAL. $ 43,864.00 EtCP,GEt2CY EOLIP2~i2T k'ITIi 5 YEARS LIFE EXPECTANCY; Marked Unit: Light Bar Siren Speaker She tsun Fa ck (Elect) Sno roan Switches Cages Fir _=t Aid hit, Fire Extinguisher, Shovel, Blankets and Traffic Cones (18") 100 Foot Steel Tape Jw;,n er Cable, 16 feet t;ulti-Channel 'nand Held Radio Push Bar Forensic Investigative Rit SUBTOTAL 6`/> TAX TOTAL $ 250.00 $ 240.00 $ 50.00 $ 42.00 $ 140.00 $ 40.00 $ 200.00 $ 160.00 $ 15.00 $ 10.00 $ 1,350.00 $ 55,00 $ 200.00 $ 2,752,00 $ 165.00 $ 2,911.00 '~** Actual Cost to be adjusted to County Rate when established on or about July, 1930 Salary "E" Step Retirement Fo ri:e is Comm. }iealth Insurance Liie Insurance 3 7ispatchers x $16,396.00 $ 13,915.20 $ 1,830.40 $ 41.60 $ 603.20 $ 6.00 TOTAL $ 16,396.40 $ 49,158.00 ~r~.,.m.~~• ,'. Salary "E" Step Retirement idori:er's Comp. Health Insurance Live Insurance $ 14,799.20 $ 1,944.80 $ 41.60 $ 603.20 $ 6,OD TOTAL $ 17,394.80 1 Secretary II x $17,395.00 vliSS:~.TIO:i CLL Ri:: Salary "c" Step Retirmeat T:c r::e is Corap. Health Insurance Li:e Insurance _ $ 17,395.00 $ 13,104.00 $ 1,726.40 $ 20.30 $ 603.20 $ 6.00 TOTAL $ 15,460.40 3 Substation C1erY.s x $15,460.00 = $ 46,380.00 OVEBTI:•~ ?~; i) COti P.T AFPEAP.A.*7CES: Estis;a *_ed overtime hours foz FY 80/81 is 14G hours per deputy per year at tine and one half ($15.51/hz.) x 30 deputies $ 65,142.00 Estimated court days per deputy pez year is 16 at 1.5 hours per appear- ance at tine and one half ($15.51/hr.) x 30 deputies $ 11,167.00 Traffic Grant overtime is estimated 2t 103 Hours (23 pay periods) per deputy at time and one half ($15.51/hr.) x 5 deputies. $ 7,988.00 Estimated overtime hours per detective per year is 224 hours at mime and one half ($17.11/hr,) x 5 detec*_ives. $ 19,153.00 TOTAL $ 103,46C.00~ TR4VEL ES.PE:;SES: General Law Enforcement $ 4,000.00 Tra_`fic Grant $ 1,000.00 TOT<1L $ S,000.OD VEEiCLE COSTS T:^,e nine r.:a rked units that Caere purchased for F'Y i9/c0 wi':i ree uire replacement apprc xic.a teic mid :Govec:n er, 1960. Each mar};ed unit is expected to log 60,000 miles per contract year; however, due to down time the unit will log 57,600 miles. A loan unit will log 24,000 Hiles per yea-. on the average. ;tar}:ed Units: 1 :9arked l;rit based on 57,600 miles (12 month period) at 11.8c/mile $ 6,797.00 9 ::arl:ed tinits based on 324, 000 miles (7.5 north period) at L1.8c/mile $ 38,232.00 .'< Actual costs of salaries and benefits to be adjusted according to Fl' &0/81 Enployee Memorandu-a of Undezstandin ;.. linmerked unit: Red Light and Siren Shogun and Case First rid liit and Fire Extinguisher Ju.:.p er Cable, 16 feet k•fu lti-Channel Hand Held Radio Forensic Investigative I:it SliBTOTAL 6% TA7Z TOTAL Inflation at 9`/, per year x 5 years = 45% 45',> x $4,984.00 actual costs = $2,243.00 $2,243.00 inflation + $4,984.00 = $7,227.00 actual costs 1/5 of $7,227.00 = $1,445.00 $ 200.00 ^y 150.00 $ 40.00 $ 10.00 $ 1,350.00 $ 200.00 $ 1,950.00 $ 117.00 $ 2,067.00 Items Depreciated Over 5 Years: FF 78/79 Contract (Turd year costs of support equipment) $ 9,345.00 FY 79/80 Contract (Second year costs of support equipment) $ 1,600.00 FY 80/81 Contract (First year costs of support equipment) $ 1,445.00 TOTi~I. . EaERGE1CY EQIIIFffi:aT WITY. 7 A:ZD 10 YEARS LIFE EXpECTAIJC": Two Mobile 1•tulti-Channel Radios $ x,900.00 ~ 6% TA,C $ 174.00 TOTAL $ 2,074.00 Ir.f lation at 49~ per year x 7 years 63 % 63`„ x $3,074,00 actual costs = $1,937,00 $1,937.00 inflation + $3,074,00 actual costs $5,011.00 1/7 of $5,011,00 = $716,00 $ 12,390.00 ;n Itetis Depreciated Over 7 Years: rl 79/80 Contract (Second year costs of support ec uipment) $ 346.00 i1' 80/81 Contract (First year costs of support equipment) $ 716.00 TOTAL $ 1,062.00 Ite^s Uepr eciated Over 10 Years: r1 7S/79 Contract (Thizd year costs of support equipment) $ TOTAL $ 3,635.00 OFFICE SliPPLIES: ?•fiscel laneous office equipc~ent and supplies $ 12,500.00 HELICOPTEP. PATROL. $ 37,101.00 1- , Vlll Vf' 1\111Y V11V VUVA1nV1YVA L`U~^ MEMORANDUM ~~' °~ March 29, 1982 O ~ FI ' 1977 U~~I TO: City Council o FROM: Lauren M. Wasserman ~~ City Manager SUBJECT: Sheriff's Department Contract As a result of the audit of the Rancho Cucamonga contract for the year 1980-81, the city will be receiving reimbursement amounting to $101,703. This was money which was paid in advance but was not ultimately used by the County. Following [he audit, [he County staff compares the budgeted amounts for salaries and operations with the actual expendlturea. The net result has been the credit. Our [hanks to Tom Wlckvm for keeping close tabs of his departmental budget. LMW:baa INTER-OFFICE MEMO DATE March 25, 1982 "'~")'~~ w'i ~neinwira FROM Thomas lli ckum, Captain PHONE Rancho Cucamonga Sheriff's Station TO Lauren Wasserman, City Manager City of Rancho Cucamonga SU&IECT Audit and Reimbursement of FY 80/81 Contract As a result of the final audit of the Rancho Cucamonga Contract for the 1980/81 Fiscal Year, it was determined that $101,703 should be reimbursed to the city. It is recommended that you deduct the above amount from your April monthly payment to the Sheriff's Office. TW:jec It-1 K)•000 Rb. Ip) • INTER-OFFICE MEMO G DATE March 9, 1982 ~~ ,~ FROM H. R. Hensley, Captain PHONE ..:iS;~` Bureau of Administration TO Tr1rnas Wiclum, Captain Rancho Cuca<ranpp Substation SUBJECT Review of Audit of Rancho Cucamalga Flt 80-81 Contract The Bureau of Adninistration teas audited yolff contract and found that $101,703 should be credited to your account. the above amalmt will be adjusted ir1 your fourth quarter billing. ~~ Attactment ~~. ~ '~~ V INTER-OFFICE MEMO •~ ' DATE January 12, 1982 ~ +µ K:~~~m~ FROM Thomas Wickum, Captain PHONE .:.;`"~~/~ Rancho Cucamonga Sheriff's Station TO Richard Williams, Assistant Sheriff SUBJECT Audit Of Rancho Cucamonga's.FY 80/81 Contract An audit of the Rancho Cucamonga Sheriff's Contract was conducted comparing the estimated costs and the actual costs for FY 80/81. The ;audit revealed that the contract amount was under spent by;$97~,456 or 4.8 percent of [he total estimated cost. The following is a breakdown of those costs SALARIES & E}CPENSES: BUDGETED ACTUAL Personnel $ 1,654,543 $ 1,624,892 Overtime 103,460 58,873 Travel _ ,,, 5,000 566 Office Supplies 12,500 12,091 Radio Telephone Line 0 '222 Subtotal $ 1,775,503 $ 1,696,644 Co. Overhead @ 11.6% 205,943 196,811 TOTAL $ 1,981,446 $ 1,893,455 $87,991 cred: OPERATING COSTS: ' Purchase Costs of Units: 10 marked units @ 11.8p/ mile x 212,961 actual miles $ 45,029 $ 25,129 5 Unmarked Units @ 8.8~/ mile x 140,442 sictual miles L1,000 11,000 1 Unmarked Unit @ 11.8/ mile x 4,779 actual miles 2,950 348 TOTAL. $ 58,979 $ 36,477 $22,502 cred_ Memo To Richard Williams, Assistant Sheriff S•anuary 12, 1982 Page Two MAINTENANCE COSTS: BUDGETED ACTUgL 10 Marked units @ 4.86/ mile x 480,143 actual miles $ 27,994 $ 23,335 3 Grant units @ 4.86p/ ' mile x 65,848 actual miles 2,916 3,200 6 Unmarked units @ 4.86G/ x 145,221 actual miles 7,290 7,058 Loan units @ 23.6/mile x 24,540 actual miles 5,664 5,862 Credit card and County gas costs. p 13,199 TOTAL. .$ 43,864 $ 52,654 = $~ 8,790 Char EQUIPigNT. .$ 17,087 $ 17,087 _ 0 HELICOPTER ,$ 37,101 $ 37,101 9 GRAND TOTAL. .$ 2,135,477 $ 2,036,774 $101,703 Cred: Overall, the Rancho Contract was underspen[ by 4.8 percent. Most of the un derspen ding can be attributed to very conservative over- time assignment practices, slightly over estimating the "anticipated salary increase" and the related County Overhead cost savings. The overtime savings amounted to $44,587. The problem of a large overtime savings was discovered when auditing the FY 79/80 Budget. However, the same format was used in the FY 80/81 Budget and it was already in-effect. The problem has now been solved for this present year's budget by billing the City quarterly for actual overtime, as well as County Overhead. Another area where a considerable amount of money was budgeted, but unspent, was in the purchase and maintenance of units category. A total of 27,000 would have been spent had the units been re- placed per the standard replacement schedule. It is recommended that the Bureau of Administration review and verify my figures independently prior to notifying the City of a FY 80/81 Contract refund. .~1 ~'.Y:... '~I ~~COUNTY OF SAN RERNAROINO STANDARD CONTRACT AMENDMENT N0. 2 Coumy DeVanmen, SHERIFF CONTRgCI NUMBER 80_672 4-2 Caunrv Deaannumm Cuvnau Reprtsemmrve FRANK BLAND, SHERIFF 3731 x aennnme iJ Termmares rn Ea.. oare.Continuin a,Nget Umt No. Sub OUlect Nn. runC No. Jab No, Amount of Contract 401 ~ 9646 OG1 3309646R ,~2,31G,292.00 cneat Dne C Ean~ne~e„e C Revenue S.5 n. _ a comram n.: more man Q a1,, p(,(eu~p <omalere me lmmw~ng. la~j y yQ ~ DGtS. DUr. •. e..naol ram,be, et aavmema, 12 Emamver lD=__- ___ Fsomame amountaeaepl@x198,024. DG THIS CONTRACT is entered into in the State of California by and 6ebveen the County of San Bernardino, hereafter called the County, and CITY OF RANCHO CUCAMONGA hereaher called r1TY IT IS HEREBY AGREED AS FOLLOWS: lVse space b+lo:v and reverse side o! loon i/ needed. Set lorrh urvice ro be rendered, amourrr m be paid, manner of payment, rirx /or performance or completion, determination o/ tatislacrory per/orrnance and cause Ior renninafion, other teens and conditions, and attach plans, specilicationt, and addenda, i/ mry.l Contract Plumber 80-672 ente.^ed into between County of San Bernardino and City of Rancho Cucamonga for law enforcement service since 1918 is hereby amended to update cost of personnel and equipment per Section IV. The rate for Fiscal Year 1982-83, beginning July 1, 1982, shall be as on the Schedule "A" attached to this amendment for Fiscal Year 1982-83, superseding Schedule "A" for Fiscal Ygar 1981-82, end constitutes a part of Contract No. 80-672 and is incorporated herein in full. Any provisions on the reverse side and referenced agachmems hereof ton stnute a part of this contract and are Incorporated herein in full. COUNTY OF SAN BERNARDINO Chairman, Board of Supervisors Dated AUG 16 1982 A-~~LJS,SaT~D: ~ ~'/_~/ Clrrk of t oar of Superviso DepUly ~ ~XQ-Y II County Counul opJ p:9Yla) rxnerl Forml CITY OF RANCHO CUCAMONGA (Slate d corporation, company, ere.l By / fAuthorirerl Signature) ' Dated ~ -„~~-~-~ Mayor TfUe _ City of Rancho Cucamonga P. 0. Box 793 Address Rancho Cucamonga CA 91730 as to budget axpentliture Cou My Administrative Office Page r or SCHEDULE A LAW ENFORC Eh1 ENT CONTRACT RANCHO CUCAMONGA FY 1992.-P,3 SALARIES S BEN'c FITS: Captain 1 Fulltime S 57,125.13 Lieutenant 1 Fulltime 52,162.58 Sergeant 6 Fulltime 274,3%9.70 Detective 5 Fulltime - 192,837.55 Deputy 35 Fulltime 1,234,210.50 LDO 1 Fulltime 29,254.13 Subs [ation Clerk 3 Fulltime 50,362.29 Secretary II 1 Fulltime 22,529.52 Radio Dispatcher 3 Fulltime 51,755.06 Extra Help - Deputy 6 Months 9,536.12 Total $1,993,384.7fi Sheriff's Salary Overhead - 79 139,535.93 Total Salaries, Benefits, b Sheriff's Overhead $2,132,921.59 OFFICE 6 TRAVEL EXPENSES Travel Expenses: S 4,000.00 Office Supplies: 15,399.00 19,399.OC REPLACEMENT EQUIPMENT Cameras 250.00 2,15$- 2,570.59 County Overhead - 9.129 A8,585.91 52,241,255.50 DEPRECIATION CHARGES: Estimated 'Jehicle Depreciation: Marked Units: 10 Vehicles estimated @ 55,500 miles per vehicle ner year @ 11.4C per mile = $fi4,430 .00 Unmarked Units: 5 Vehicles estimated @ 2S,0 G0 miles per vehicle per year @ 11.4C pec mile = 517,100.00 Equipment Annua 1, Depreciation Charges: (see Pages S 6 5) Station Equipment = $ 400.00 5748 x 10 vehicles = 7,490.00 5544 x 6 vehicles = 3,854.00 6 Security Cages for Replacement-Marked Units@5150= 900.00 $1~4 .00 Total Operating Cost S 94,154.00 Page 1 of 6 Pages Subtotal Salaries, Salary and County Overhead, Expenses, and Operating Cost 52,335,420.60 Helicopter Contract Cost --_ 40,882.40 F1XED CONTRACT COST $2,375,297.00 Monthly Payment Schedule: 1st Payment 5198,028.00 2nd Payment through 12th Payment $198,024.00 ea. ADDZT?Oti.SL COsT GILLED QUARTERLY: Vehicle Fuel F Maintenance Estimate: The estimated mileage for 19 vehicles (g cant vehicles included) For Fiscal Year 1982-83 is S15,OOC @ 8.7t/mile = $70,905.00 Actual changes for Fuel and maintenance will ba billed quarterly. Loaner Vehicles: Actual cost will be billed quarterly. Sala ties: Salaries and ©eneEi is are sub}ecC to change due to Memorandum of Understanding changes. Overtime :~o te: Overtime is estimated aC 585, X80.00. Actual costs will be billedd ouarterly, Estimate breakdown: Deputy 2,860 hours @ $19.20 - 554,912..00 netective 750 hours @ $21.16 15,870.00 Sergeant 500 hours @ 524.83 = 14,898.00 Sheriff's Salary Overhead 74 5,997.50 ~~SI,~`11.50 County Overhead 4.124 3,777.12 TOTAL ESTIMATED OVERTIME CHARGES $95,454.77. Page 2 of 5 Pages SCHEDULE A - SALARY AND EQUIPMENT COST DETAIL SALARIES AND BENEFITS: Captain: Salary $42,536.96 Retirement 8,442.12 Workers' Comoensation 2,051.05 Cafeteria Plan 3,996.00 TOTAL $57,125.13 Lieutenant: Salary $38,569.7fi Retirement 7,655.61 Workers' Comp e;,sation 1,860.21 Cafeteria Plan 3,996.00 TOTAL $52,182.58 Se rg ean[: Salary $33,491.52 Retirement 6,531.32 Workers' Compensation 1,611.11 Cafe [eria Plan 3,995.00 TOTAL 545,729.95 x 6 = Detective: Salary 528,542.96 Retirement 5,651.51 Wo:kers' Compensation 1,373.06 Cafeteria Plan 3,000.00 TOTAL $38,567.53 x 5 = Deputy Salary $25,891.20 Retirement 5,126.46 Workers' Compensation 1,245.50 Cafeteria Plan 3,000.00 TOTAL 535,263.16 x 35 = S 274,379.70 192,837.65 1,234,210.50 Page 3 of 6 Pages 'Limited ^uty Deputy: Salary 57.0,274.4fi Retirement 4,014.35 iJo rkers' Compensation 975.30 Cafeteria Plan 3,000.00 TOTAL $28,264.13 Substation Clerk: Salary 517,913.92 Reti [ement 1,931.20 Survivors' Insurance 15.60 Health Insurance 726.00 Workers' Compensation 28.04 Life Insurance 6.00 TOTAL S20,120.7G X 3 = Sfi0,362.28 Sec[e [ary II: Salary 519,569.95 Retirement 2,181.29 Survivors' Benefits 15.60 Health Insurance 726.00 Workers' Compensation 31.67 Life Insurance 6.00 TOTAL 522,629.52 Radio Dispatcher Salary S17,B 31.52 Retirement 1,977.52 Survivors' Benefits ].S.fi0 Health Insurance 725.00 Workers' Compensation 28.71 Life Insurance 5.00 TOTAL 520,585.35 x 3 = fi1,756.05 Extra Help - Deputy: Salary $18,395.28 Workers' Compensation 875.9fi TOTAL 519,272.24 r 2 = 9,936.12 TOTAL SALARIES & BENEFITS $1,993,384.76 Sheriff's Saia ry Overhead - 78 139,536.93 GRAND TOTAL 52,132,921.69 Page 4 of 6 Pages EQUIPMENT DEPRECIATION COST ANALYSIS Marked Uni[ Equipment 7-Year Service Life: Hand-held Radio $1,R00.00 Multi-Channel Radio 1,000.00 totaling ~3 ,700;00 The depreciation for Fiscal Year 1982-83 is $515.00. 5-Year Service Life: Light Bar S Speaker $ fi97.OD Siren 254.00 Shotgun Rack 52.00 Shotgun 160.00 totaling ~3,pp The depreciation for Fiscal Yeac 1992-83 is 5233.00. Unmarked Unit Equipment 7-Year Service Life: H-T Radio Multi-Channel Radio totaling $1,80D.00 1,800.00 3,600.00 The depreciation for Fiscal Year 1982-83 is $515.00. 5-Year Service Life: Red Gight $ 24.00 Speaker 152.00 Siren 229.00 Siren Cable 30.00 Shotgun 6 Case 200.00 totaling $645.00 The depreciation for Fiscal Yeac 1982-A3 is $17.9.00 Page 5 of fi Pages :.•S to 4~ion Equipment 10-Year Service Life: Base Station $4,000.00 The depreciation for Fiscal Year 1982-R3 is 5400.00. Equipment depreciation expense for FY 19R2-B3 that applies [o each marked unit -i s: 7-Year Service Life 5515.00 5-Year Service Life 233.00 totaling $7gR.00 (All newly purchased or replaced marked units will be charged for a security cage [5150.001 and push bar fS55.00) if required.) Equipment depreciation expense for FY 1982-fl3 that applies to each unmarked unit is: 7-Year Service Life 5515.00 5-Year Service Life 129.00 totaling ri q~q,pp Equipment depreciation charges will 6e based on the current fiscal year replacement cost and will be adjusted annually. Expendable equipment for both marked and unmarked units consists of: Shovel, Blanket, First Aid Kit, Flares, Jumper Cables, Rollatape Master Measure, Swi [ches, Traffic Cones (12), Fire Extinguisher, Axe, and ID Kit. Charges for these items will be assessed at time of replacement. (LECRC) 7-23-82C Page 5 of F Pages ••; V COUNTY OF SAN BERNAROINO STANDARD CONTRACT l~r t"`~59 County D<parlment CONTRACT NUMBER SHERIFF County Oepartmem Convaa neareumanve Renewable ^ Terminacn FRANK BLAND, SHERIFF Pn. Eke Dace:. eutlget Unil No. $ub~Obiect Na. Fune No. Jub No. Amount of [antra Gl 401 9646 001 ~'er Schedule Cneck one: ^ Ekpentlimre ® nev nue _ ^ mmract na: more tna~ a e n paymant Or ra¢ipt. $.S.A.? complete the lollowin9. m Fetlarel Number of pay m<n is 12 monthly Employer lD= _ En,maetl amount of each: 51`10.169`16 THIS CONTRACT is entered into in the State of California by and between the County of San Bernardino, hereafter called the County, and hereafter called IT IS HEREBY AGREED AS FOLLOWS: !UU space below and reverse side of form i/needed. Set forth service to be rendered, amount to be paid, manner o! payment, time for per/ormanre or completion, de(ermination of utisfacrory performance and cauu for urminadon, other terms and conditions, artd attach plans, specilications, and addenda, i/ any.l WHEREAS, City and County desire to provide by contract for performance of law enforcement services within the territorial boundaries of City, NOW, THEREPORE, IT IS AGREED AS FOLL0415: I. County shall provide, through the Sheriff of San Bernardino County (herein- after referred to as "Sheriff") law enforcement within the corporate limits of City as [lte same now exist, or as such limits may be modified by annexation or exclusion during the term of this agreement, to the exeent and on the terms and conditions hereinafter set out. II. The law enforcement and Helicopter Patrol services [o be provided by County and furnished to City hereunder shall include: A. Enforcement of State statutes, B. Enforcement of ordinances of City; C. Police protection of the type customarily provided by Sheriff within the unincorporated territory of the County: Any provisions on the reverse side and referenced attachments hereof constitute a part of this contract and are incorporated herein in full. 01d RJ11-10]IIOnp Fm m) N9e 1 nl D. Traffic enforcement, with [he exception of such traffic enforcement as may be provided by the California State Highway Patrol on the freeway traversing City; E. License inspection and enforcement; P. All detecrive, juvenile and other specialized services provided by Sheriff in the unincorporated area of County; G. Attendance at all meetings of [he City Council of City and such other meetings of commissions or boards of City as City may specify; H. Jail facilities and services; I. The helicopter will patrol and respond to calls for service and maintain a twenty-four (24) hour standby service for calls which occur during unscheduled flight shifts. J. All other law enforcement services of the type customarily pro- vided by the Sheriff within the unincorporated area of the County. III. The services to be provided by County hereunder shall include forty-one Sheriff's personnel for law enforcement services, which are to be assigned a[ the discretion of the Station Commander based on the needs of the community. At least thirteen Sheriff's automobiles shad be assigned foz use at all times by Sheriff in the performance of duties to be performed by [he Sheriff hereunder, eight automobiles bearing customary Sheriff's markings plus the marking "City of Rancho Cucamonga." Services [o be provided by County hereunder shall also include all equ ipmen[ (including repairs thereto or deprec la tion hereon), supplies, radio worker's compensation E employee health employee equipmeg.~ communications, services, administration, labor,/insurance, Heb£s,/1qe~ es,rf~l normal vacation and sick leave with personnel authorized by contract, and County retirement contributions, gasoline, oil and [raveling expenses, and al.l other services, ob liga done or expend i[ures necessary or incidental to [he Page 2 of 7 perfornance of the duties to be pexf ormed by Sheriff under [he terms of this agreement. Notwithstanding the foregoing, in all instances where special supplies, stationery, notices, forms and the like axe to be issued in the name of City, [he same shall be supplied by City at its own cost and expense. The City shall provide office space, furniture, furnishings, station maintenance, telephones, CRT, other communications and utilities determined necessary by the Sheriff. IV. In consideration for County's furnishing and performance of all the services provided for hezeln, CS[y shall pay to County the sum as Per Schedule "A" attached, par year, payable Sn twelve equal monthly installments at the beginning of each calendar month during the period of this agreement. Said sum is subject co adjustment for arty salary increases or fringe benefice which may be granted by the Board of Supervisors to Sheiitf's employees. The actual cost of overtime,court appeazances and travel expenses incurred between Suly 1 and June 30 will be adjusted in [he next year's contract. County shall have the right to renegotiate the rate for services performed under [his agreement a[ the end of each fiscal year for the ensuing fiscal year, and said rate may be adjusted upward or downward Co reflect the actual cost. -- - ----- -- - ---- - - - - - city sh4LY no[ be liabl for compensation or indemnity to any County employee for injury or sickness arising out of his employment white engaged in the pertomnance of this agreement by County. V. The term of this contract shall be a period of time commencing at Tuly 1, 1978, and terminating only as hereaE ter provided. This agreement may be Page 3 of 7 terminated at any time with or without cause by City or by County upon written notice given to [he other at least ninety (90) days before the date specified for such termination. Any such termination date shall coincide with the end of a calendar month. Tn the event of such termination each party shall fully pay and discharge all obligations in favor of the other accruing prior Co the date of such termination and each party shall be released from all obligations or perfor- mance which would otherwise accrue subsequent to the date of such termination. Neither party shall incur any liability to the other by reason of any such termination. Any and all notices required to 6e given hereunder shall be given in writing by registered or certified mail, postage prepaid. The addresses of [he parties hereto until further notice are: CITY: James Frost Mayor, City of Rancho Cucamonga P.O. Box 793 Rancho Cucamonga, CA 91730 CCCNTY: Board of Supervisors County Civic Building - (Jest 175 Weat 5th Street San Bernardino, CA 92401 VI. The standards of performance, the methods of performance, the disci- plane of officers, the control of personnel, the advancement in compensation of personnel, the determination of proper law enforcement practices and procedures and all other na eters incidental to the manner of performance of services by the Sheriff hereunder shall be determined by Sheriff in his sole discretion. The respona ib it i[y of Sheri f.f and of County to City hereunder shall be to provide, as an independent contracting agency, effective law enforcement of the level Page 4 of 7 herein contracted for, and City shall not have the right to determine or direct the manner of means of performance. VII. All persons directly or indirectly employed by County in the per- formance of the services and functions to be provided to Ci[y hereunder, shall be employees of County, and no County employee shall have any Ci[y pension, civil service or other status or right. Notwithstanding [he foregoing, and in order to give official status to the performance of duties by Sheriff's personnel hereunder, every Sheriff's officer or employee engaged in performing any such service or function shall be deemed to be an officer of City while performing service for City within the scope of this agreement, and such service or function shall be a municipal function. An arrest made by Sheriff's personnel while engaged in the performance of this agreement shall constitute an arrest by an officer employed by City, and no[ arrest by a County officer, within the meaning of Section 1463 of [he Penal Code and any similar or related statute. VIII. City shall have the right at any time and From time to time during the term of [his agreement to request a higher level of law enforcement than that therein contracted for, and within a reasonable time after such request or re- quests, County shall provide such additional personnel and vehicles as may be required to provide such additional law enforcement. In such even[, all provisions of this agreement with respect [o compensation to be paid by City shall remain in full force and effect, but in addition [e payment of. the sums herein provided, City shall pay County in monthly installments the cost of such additional law enforcement service. IX. In the event of riot, civil commotion, or other emergency in City which requires additional emergency or "back up" service, County shall provide Page 5 of 7 the same without additional charge. Not included in riots or related services are salaries or related costs of additional police services fot authorized public gatherings. In the event of such an emergency outside of the corporate :units of City, personnel or equipment assigned by Sheriff to the performance of County's duties hereunder, may be utilized by County in connection with such emergency, without any diminution or adjustment in [he sums [o be paid hereunder by City. X To facilitate the performance of services hereunder by County, City, its officers, agents and employees shall glue their full cooperation and assis- tance within the scope of the duties and reapons ib ilit ies of such officers, agents and employees. ..~.~ ....~~~ ....~.. ,........~. -... ....... ~__, ..__~~~. .. ...... .....rs..~~~~ ....-.~P , XI Sheriff shall be designated as the Chief of Police of City at ell times during Che term of this agreement. Said Sheriff shall appoint a deputy or officer assigned to the City of Rancho Cucamonga to work directly and provide liaison with the City Manager and other City officers of City. Page 6 of 7 The Sheriff's Deputy shall cake regular monthly reports to the City Manager, and such other reports as may be appropriate as detemined by the Sheriff with respect to law enforcement within die corporate limits of City. c__ _ _ _ __ __ __ _ ___ _~cr, _._i cs _~~,/~ COUNT F SAN BERNARDINO - (/ ~. C ai`rma'n, ~o3rd o Supervisors ~~ Dated ATTESTED: Clerk of the Boartl of Supervisors (State it corporati mpany, em.J By . . r (Authan SignamreJ d nfn.. to torn Title _ Mayor, City of Rancho Cucamonga Address P.0. Box 793 Rancho Cucasonga, CA 91730 npproveo s to legal form Review as es `i County Counsel ~ County AdminnV five ORic P~9r 7 of 7 RANCHO CUCANONGA CONTRACT AUDGET PY 78/79 SALARIES 6 EXPENSES: . Manpower: 1 Captain 5 Sergeants 4 Detectives 25 Deputies 2 Dispatchers 1 Secretary I 3 Substation Clerks 41 Overtime; Travel Expenses: $ 77,103 153,735 106,764 607,775 32,260 15,128 37,674 TOTAL $990,439 Subtotal 6.57. External Overhead TOTAL OPERATING COSTS: Vehie le Costs per mite: 8 Marked Unl ts, 55,000 miles @ 22.8 cents/mile 5 Unmarked Units, 25,000 mil ea @ 22.8 cents/mile Support Equipment Equipment depreciated over 10 yrs. Equipment depreciated over 5 yre. Office Supplies Helicopter TOTAL ONE TIME "START UP" COSTS: 8esic Trainin8: TOTAL CONTRACT COST $ 990,439 $ 30,327 4.000 $1,024,766 66.610 $1,091,376 $ 100,320 28,500 3,635 9, 345 4,800 28.009 $ 174,609 56,045 $1,322,030 SCHEDULE "A° r ~ i RANCHO CUCAMONCA CONTIUCT BUDGET FY 78/79 SALARIES 6 E7[PENSES: , Manpower: $ 990,479 1 Capcaln $ 37,107 5 Sergeants 153,735 4 Detectives 106,764 25 Deputies 607,775 2 Dispatches 32,260 1 Secrecy ry I 15,128 3 Substation Clerks 37,674 ' 41 TOTAL $990,439 Overtime; $ 30,727 Travel Expenses: 4,000 Subtotal $1,OT4,766 6,57 External Overhead 66,610 TOTAL $1,091,376 OPERATING COSTS• Vehicle Costs per mile: 8 Marked Units, 55,000 miles @ 22,8 cents/mile $ 1D0,320 5 Unmarked Unite, 2$,000 miles @ 22,8 cents/mile 28,500 Support Equipment Equipment depreciated over 10 yre. 3,635 Equipment depreciated over 5 yre, 9,345 Office Supplies 4,800 Helicopter 28,009 TOTAL $ 174,609 ONE TIME "START UP" COSTS: Basic Training: 56,045 TOTAL CONTRACT COST $1,322,030 SCtIEDULE "A" _. ~~ . ~ ~..:.:a S~ti~CDUNTV OF SAN RERNARDINO STANDARD CONTRACT County D,Wrtm,m CDNTRACI NUl.1NER SHERIFF 7~.,j$''f ~- CauntV Dryxtmem Domrad Reprsv:m,uve FRANK BLAND, Sheriff ~ Renew,Ele ^ rerm~naet Rn. Ext. 2511 one:. audpn Unrt No. suo~0ord No. FuM No. Joo No, Amount of ComrM 401 9696 001 er Schedul f.Teck Oir: I]EnlxnUiture ^Rewnw 1l cpntnct A,imwetMnow PNmem w ,euips, ssA. comPlev she tonowinp. or Federd NumpH of pryments: Employerlnn Enimned,moum al eeac S THIS CONTRACT is entered into in the State o} California by and between the County of San Bernardino, hereafter tatted the County, and CZTY OF RANCHO CUCANONGA hereafter called CITY IT IS HEREBY AGREED AS FOLLOWS: (Use sp,ce below and reverse side o/ lorm i/ needed. Set /orth service to be rendered, mount to be paid, manner of payment, tirM /ar per/omuntt or comp/etion, determination o{ tabs{ac(ory per/ormance and Guff for rlrmirrafion, other (Nmt and condition; and art>ch plans, speci/ioripns, and addenda, i/ any.1 WHEREAS, the County and the City of Rancho Cucamonga cuFrently contract for the performance of law enforcement services as provided for in Contract 978-357, and WHEREAS, the parties have agreed that amendment be made to such contract, NOW, THEREFORE, it is agreed that Sections III, IV and X of the contract shall be amended to read as follows: III The services to be provided by County hereunder shall include forty-one Sheriff's personnel for law enforcement services, which are to be assigned at the discretion of the Station Commander based on the needs of the community. At least thirteen Sheriff's automobiles shall be assigned for use at all times by Sheriff in the performance of duties to be performed by the Sheriff hereunder, eight automobiles bearing customary 5heriff's markings plus the marking "City of Rancho Cucamonga". Any provisions on the reverse side and referenced attachments hereof constitute a part of this contract and are incorporated herein in full. ablttll~loi lLOq lwml p,p t os 3 Services to be provided by County hereunder shall also in- clude all equipment (including repairs thereto or depreciatior. hereon), supplies, radio communications, services, administration, labor, worker's compensation s employee health insurance, liabilities, employee equipment losses, normal vacation and sick leave with personnel authorized by contract, and County retirement contributions, gasoline, oil and traveling expenses, and all other services, obliea tions or expenditures necessary or incidental to the performance of the duties to be performed by Sheriff under the terms of this agreement. Notwithstanding the foregoing, in all instances where special supplies, stationery, notices, forms and the like are to be issued in the name of the City, the same shall be supplied by City at its own cost and expense. The City shall provide office space, furniture, furnishings, station maintenance, telephones, CRT, other communications and utilities determined necessary by the Sheriff. IV In consideration for County's furnishing and performance of all the services provided for herein, City shall pay to County the sum as per Schedule "A" attached, per year, payable in twelve equal monthly installments at the beginning of each calendar nonth during the period of this agreement. Said sum is subject to adjustment for any salary increases or fringe benefits which may be granted by the Board of Super- visors to Sheriff's employees. The actual cost of overtime, court appearances and travel expenses incurred between July 1 and June 30 will be adjusted in the next year's contract. County shall have the right to renegotiate the rate for servies performed under this agreement at the end of each fiscal year for the ensuing fiscal year, and said rate may be adjusted upward or downward to reflect the actual cost. Page 2 of 3 4' r. City shall not be obligated to pay, and assumes no liability for, any cost, expenditure, charge, or liability whatsoever incurred by County, and County shall in consideration of the payment of the sums hereinabove provided to be paid by City, hold City harmless from any and all such other costs, expenditures, charges or liabilities except here- tofore described. City shall not be liable for compensation or indemnity to any County employee for injury or sickness arising out of his employ- ment while engaged in the performance of this agreement by County. X To facilitate the performance of services hereunder by County, City, its officers, agents and employees shall give their full cooperation and assistance within the scope of the duties and responsibilities of such officers, agents and employees. City shall hold County, its Sheriff, officers and employees harmless from any and all liability for intentional acts or negligence on the part of the City, its officers and employees (excluding any employees of County engaged in the performance of municipal duties hereunder) arising out of the performance of this contract. COUNTY OF AN BERNAR DING ~ ~ uL. ~~,~/LV ~ /~.~ r` iC,hairman, Board of Superriaers~--- Dated "'r i 1978 ATTESTED; r Clerk o the ar of Supervis Jf~L!7 CITY OF' RANCHO CUCAMONGA _ /Stare i! corpo 'on, company, eteJ Ry . /,+o (Au orired SignapveJ Dateq-~ December 8, 1978 `~ i Tide Mavor Address 9320 Aaae line Road, Suite C Rancho Cucamonga 91701 G~~~ City Clerk Caunrel Reviewetl as to budget e><perMiture 1 County Atlministranvr Office o.a. 3 or_ 3 ., ,, t~=..~, COUNTY' OF SAN BER NARDINO STANDARD CONTRACT County Deom:rnem CONTFNCT NUMaER _ ~T F F County Deaenmem GOnvda RClr t'm mmrve ~-35.7 ~1 1 - _ RenewaEle K Te,mmates I FF Rn FRANR BLAND, SHER E ~. 2511 I oa:e 6!30/79 e _ onager Unn N 5 n 0!,len No ~ 0 tl NP I aor~ too ~ Amoum Of COntrect : I- 9646 401 001 Cneck One ._' EePe~tliru= R: Fev nue ^ eonttact nos more roan one Payment or recna+. s 5 A. _ ____ mmnlete the rauowing. i NOmne=or pavmems 0 ~Cl) .. Reae=,I EmplPVar ID= EStnnare[lamount of each 597fi.00-I THIS CONTRACT is entered into in the State of California by and between the County of San Bernardino, hereafter called [he County, and CITY OF RANCHO CUCAMONGA - hereafter called Ci~__ --~-- IT IS HEREBY AGREED AS FOLLOWS: Nse mace heln,v and reverse side of loon d needed. Set forth ser>rz c to he rw:dered, amount to be paid, mariner o(paVrnenr.. rime (or perlornancP or cpn,plenon, delermmanon o/ sans(actory performanCC acrd cause for termination, other terms and connroona a... eYazh p;.;r, a, c, ... _.. nil addenda. it anV.l Contract number 78-357 entered of San Bernardino and the City amended to add the position of March l0, 1979 through June 30, period, one of the five (5) ex will remain unf Sl led. into between the County of Rancho Cucamonga 1s Lieutenant effective 7.979. During that same tsting Sergeants positions The Schedule "B" attachment constitutes a part of the fiscal year 1975/79 contract commencing March 10,1979 through June 30, 1979. Any provivons on the reverse sde and referenced anachmrnts hereof constitute a par[ of this contract and are Incorporated herein in full. COUNTY OF SAN BERNARDINO ~ ----- Chairman, Board of Supervisors Dated ATTESTED Clerk of the 8aard of Supervisors _ Cit~of Rancho Cucamonga ~(Srarp~corporat Dior co~nipaLV, etc.! !Authorized Srpnaturel I~atev,~Feb~uarv 8,,_9ZQ_-- `~ _.__ Title _Mayor, CSt Y__of Rancho Cucamonga Add ressPO Box 793 Approvxd es lu Innal Inrm Fr:ler.na .I. to buAnel nV Pendlt ure County Gnansnl __ _~ _ Cuunry nannmatra Ifle. Raye r „ _ 2_ o: v,n~. IPI r,,,,,,, ,,,,,,,, ATTEST' 30 .~ SCHEDULE "B" The rate is based on seven (7) pay periods Which equal 560 hours. ease hourly rate Base Salary over Seven pay periods Retirement Worker's Compensation Group Insurance TOTAL Sergeant Lieutenant Difference $10.65 $11.18 x 560 hours x 560 hours $5,964.00 1,191.00 402,00 225.00 $7,782.00 $6,261.00 1,250.00 422.00 225.00 $8,158.00 $376.00 The amount of $376,00 for the difference in ealariee pill be due and payable March 10, 1979. This-is~ to certify that ciTV or nr,neHO cycAn:o:dcA - a+N me off' (;ontractor [_-~ Has an "Approved" Affirmative Action Program and is in - compliance v;itll the San Bernardino Count}' Affirmative Action Comnliancc Prograr~ for the ('ro7ect). }]as an "Approved" i:ffir:aative action Program and r..cets file San Derrardino County Affir~:~atice Action require- ments for Annual (~uaiification for period ' (Dates). f_y-'7 Is exempt from ca~pliance with the San Bernardino County Affirc:;a ive Action Corp liancc Program for Sl{Q EtIFORC:':%:\T SP. F\'TC55 rolec t) aue to amendm.e nt to contract nerviously exemvted by this off i.ce. Ca50715 Has not met the San Bernardino County Affirmative :lotion Compliance Program to qualify as a Responsible Bidder. Returned for revision. The San Bernardino County Affirmative Action Compliance Office, Personnel Division, will render all possible assistance to the contractor in establishing an Affirmative Action Program: address: San Bernardino County Contract Compliance Office Personnel Division 157 West Fifth Street San Bernardino, CA 92416 hone: (71.4) 363-2364 _igna~S~ilyBcrnal'cTno Cowity Contract Compliance Office Personnel Division December 2G, 1978 '- 1~afe This form should be attached to the Clerk of the Board's copy and the Auditor's copy only. ro Hv+ h G ~ ~ `~ '~ bi W N n m m ^ n w a w ;- oy m u m• n r ~ o w c 7 y ,: m ~ n < o 1~ fn O NIr~ .. ~~~~-~~~~ j i'ransportit ion -~: / ... .~,. •vv c.•rwre~~em Grv~a r ~a•.ir.~, COUNTY OF SAN BE RNAR OINO i 1. (i. Galanis, .l r. 1255 X ~ ~ r'°'°~^n`~'~'I CONTRACT TRANSMITTAL s~°I~'.,i i-,n •r,: Is~,~.ui"~rr.., +.,^~ ~ i;..-~wo~a,,...u~i ~ _.. ..r, ~.•,. .... I ... ' F^n r V ~. a' r.,..o,ny+r IU :: - E.•v..i r.. Contractor: City of Rancho Cucamonga Contractor's Represanta rive: Lloyd I3. Ilubbs, Cixy Gngi near Address: Post Office Bos ?92, Rancho Cucamonga, CA 91-.50 Nature of Contract: IBrre1/y doscrihe [he ,general tvnis nl the con rrsr. fl ?ho:•,.,: 989-1851 The city oP Rancho Cucamon Ga has requested that the Count)' provide various engineering services. This contract permits the County to provide the city of Rancho Cucamonga frith such tz'.tiffic enginaeadnq sarvi cas as they may request. -Fha Gity-wiA; -~--~-~--~-~~. reimhursc the founty for the e~nense of this wrork. (A!ldrh flv,i llansTrflal fn dll r nnlydrtf nut Pn'p,/rel nrr (Irr ':q.nnldrd f"Onlcu f ~ tong r APPrtmrd as b Irgal ton++ R ~n•+m;n .ia lu unlr~er ~ v,~•r ,_ cn ~,y County Cnuna;l oun y A .Iranvp O f a' race r az i z±o< r w AG2E?ti.:: - TP_gFFIC ENG I:iEE R?NG SERVICES '=HIS AGP,EEIIEN T, made and onto red into this dth day of Ottobc" 19 7S, F,y and between the COUNT'i OF SAN BERNAFE-INO, hm-ernafter referred to as "County", and the CITY OF R:\SCI10 CUC,\}10\G:\ ne roinaf ter referred to as "C itv". 47I TNESSETH :hat for and in consideration c` the mutual promises ane covenants 'rerein ce:, pained, and under authority of the acpropriate Articles of the Govt nT~ent Code, said County agrees, through its respective officers to perform such Traffic Engineering services and functions as may be requested by said City relating to or performed for said County 6y said officers respectively, as hereinafter provided for, except as to those services which arc now o: may be hereafter made the subject of seoarate and special contracts with the City and for which other provisions are in such contracts made. Thr_ following terms and conditions shall govern the performance of all municipal functions performed hereunder: 1. By reason of the limitations upon the expenditure of County funds provided for in Section 5 of Article l5 of the Constitution of the State of California, said City shall pay to paid County the entire cost of said County of. performing each such Cunc[ion, including salaries and wages of all employees enyaged therein, all supervision over such employees while so employed, a pro rata oP all departmental overhead, cle eical work, office supplios, daprocia lion of machinery and eyuipmen t, traveling expenses, including mileage of employees and all other cost and expense incidental to the performance of each of such functions. The rate charged for each function shall be that rate which is in effect at the time the function is performed. In computing the cost of the use machinery and .equipment, a reasonable rental rate on County-owned machinery and equipment shall be included. 2. No County officer or department shall perform for said City any function not coming within the scope of the duties of such officer or department. in performing services for said County. 3. No service shall be performed hereunder unless said City shall have available funds previously appropriated to cover the cost thereof. 4. No function or service shall be performed hereunder by any County officer or department unless such function or service shall have been requested in writing by said City or order of the City Council thereof or such officer as it may designate, and approved by the Board of Supervisors of said County, or such officer as it may designate and each such service or function shall be performed at [he times and under circumstances which do not interfere with the performance of regular County operations. 5. All persons employed in the performance of such services and functions far said City shall be County employees, and no City employee as such shall be taken over by said County, and no person employed hereunder shall have any City pension, civil service, or other status or right. For the purpose of performing such services and functions, and for the purpose of giving official status to the performance thereoF, every -Z- County officer and employee engaged in performing any such service or function shall be deemed to be an officer or employee of said City while performing service for said City within the scope of this agreement. 6. Said City shall not be called upon to assume any liability for the direct payment of any sa]ary, wages, or other compensation to any County personnel performing services hereunder for said City, or any liability other than that provided for in this agreement. Except as herein otherwise specified, said City shall not be liable for compensation or indemnity to any County employee for injury or sickness arising out of his employment. 7. Said County, its officers and employees, shall not be deemed to assume any liability for the negligence of said City, oY of any officer or employee thereof, nor for any defective Or dangerous condition of the streets or property of said City, and said City shall hold said County and its officers and employees harmless from, and shall defend said County and the officers and employees thereof against any claim for damages resulting therefrom. 8. Each County officer performing any service for said City provided for herein shall keep reasonably itemized and detailed work or job records covering the cost of all services performed, including salary, wages and other compensation for labor, supervision and planning, plus overhead, the reasonable rental value of all County-owned machinery and equipment, the cost of all machinery and supplies furnished by the County, reasonable handling charges, and all additional items of expense incidental to the performance of such function or service. -3- 9. All work done hereunder is subject to the limitations of the provisions of Section 23008 of the Government Code, and in accordance therewith, before any work is done oz services rendered pursuant hereto, an amount equal to the cost or an amount 10 percent in excess of the estimated cost must be reserved by the City from its funds to insure payment for work, services or materials provided hereunder. Each County off icez pe=forming any service hereunder shall render to said City at the close of each calendar month, an itemized statement covering all services performed during said month, and said City shall pay County therefoze within 20 days after receipt Of such statement. 10. This contract shall become effective on the date hereinabove first mentioned and shall run fox a period ending June 30th, 1979, and at the option of the City Council of said City, with the consent of the Board of Supervisors of said County, shall be renewable thereafter far an additional period not to exceed five l5) years. In event said City desires to renew this agreement for said five-year period, the City Council shall not later than the 10th of May, 1979 , notify the Board of Supervisors of said County that it wishes to renew the same, whereupon said Board of Supervisors, not later than the last day of May, 1979 shall notify said City Council in writing of its willingness to accept such renewal. Otherwise such agreement shall finally terminate aG the end of the aforedescribed period. Notwithstanding the provisions of this paragraph here in above set forth, either party may terminate this agreement as of the first day of July of any year upon notice in writing to the other party of not less than two calendar months prior to the date of such termination. _q_ Engineering services which may be supplied by the County of San Bernardino. In event there now exists oz there is hereafter adopted a specific contract between the City and the County with respect to specific services, such contract with respect to specific services shall be controlling as to the duties and obli- gations of the parties, anything herein to the contrary notwithstanding, unless such special contract adopts the provisions hereof by reference. IN WITNESS WHEREOF, said Cowty has, by order of its board of Supervisors, caused these presents to be subscribed by the Chairman of said Board and the seal of said Board to be affixed thereto, and attested by the Clerk of said Board, and said City has caused these presents to be subscribed by its Mayer and the seal of said City to be affixed thereto and attested by the City Clerk of said City, on the day and year first above written. By iy,a-.~ Mayor Rancho Cucamonga ATTEST• ~~~%n City Clerk """"""~~/~~/...„..„~~,, ~~'~~' /y _. 4 COUNTY OF 7SAN BERNARDINO ey L~vnti~ Chairman, Board of Supervisors ATTEST; ANDREA DISHAAOON, Cow:ty Clerk and ex officio Clerk of the Bo of Supervrsors , Ir ISONA RAi ,~., „_ord o: the Ronrd of Su- By _ ~,~,(~y~,a~ perviso rs o!' t'~c county of 5,^.n Rc rnardino, Deputy --State of :.n:i: ~. ., ..,. ...,. vr.e rtify tY,e fore- rect ~,. r: :. ~. ~.r ~; ~..: cn~ m. file Sn my oI'i':^0. ~j Anted: /..~~~/ ,... ~1 r' of tt y Yoar y ... .................... .~lil~l..t`X Aeputy, ~ MINUTES OF THE BDARD OF SUPERVISORS OF SAN BERNARDINO COUNTY. CALIFORNIA R_E: ACREE. 78=717: CITY RANCHO CU_CAMOVGA F7/T'RANSP_CO. TI'.Al°P IC ENC I::EER SERVICES: APPROVED On motion by Supervisor hammock, seconded by Supervisor Kamansky and carried, the Board of Supervisors hereby approves Agreement 78-717 between the County, on behalf of the Transportation Uepartment, and the City of Rancho Cucamonga to provide the City with traffic engineer- ing services; further, the Board authorizes the Chairman to sign said agreement, indicating this Board's approval of the terms and conditions therein contained. PASSED AND ADOPTED by the Board of Supervisors of the County of San Bernardino, State of California, by the foll oloing vote: AYES: SUPERVISORS: Mayfield, Kamansky, llansb er.ger, Hanunock, NOES: SUPERVISORS: None Totonsend ABSF.N1'; SUPERVISORS: None (mw) + t ~ t x a STATC 0'r CALTFOPJ:fA COUNTY OF' 5AN BERNARDICIO s; I, AYOFF:E DIBFlAROOA, Acting Clerk of [he Bnanl of $upervi. .ors nE sav Ber- nardino County, Cal CEorn in, herehy cr•r[ify the Cogrgning to fio a foil, [xoe and correct copy of '[hc record of the nctina taken by said 6o:~.rd of tiuper vi so-s, b}' vote of thr cwnbecs present, Ss tha sa:nz appe;n-s in [hrz OCi is i;~l. 14inutes of said (S08Yd at iC5 tJeeiinv n. bacea; October. 24, 1978 mw~-- cc: Transportation w/agrees.; City of Rancho Cucamonga w/agree c/o Transpo Auditor w/agree; file w/ai;ree nabxr:e blsxnaoo:r . Acting, Clerk o_° snid Board roNN G w H N w ~ N ? y a w n N d N W S O H• n m n N O G a n 0 ro ~~ ~~' ~ INTER-OFFICE MEMO DATE Septe(m'ber 29, 1980 ~//~ FROM ~i7 ~,vy'~ ~~~/~'- PHONE 7211 EUGENE P TEHE, COUNTY SURVEYOR TO THE RONORADLE 60ARD OF SUPERVISORS a, SUBJECT ACCEPT AGREEMENT AND EXECUTE CONTRACT 'AITIi THE CITY OF RANCHO CUCAMOMGA, CALTFORNIA RECOMMENDATION: Accept agreement and execute contract with the City of Rancho Cucamonga to provide plan check services for the exterior boundaries of subdivisions by final or parcel map within that portion of the city bounded as follows: On the north: By the Plorth city limits On the west: By the centerline of Oay Creek Channel On the south: By the centerline of Foothill Boulevard On the east: By the East city limits REASONS FOR RECOMMEt1DAT IOtI: The geographic area of this agreement is more conononly known as the Etiwanda Colony Lands (as per map filed in Book 2> Page 24 Records of San Bernardino County) and has historical major survey problems and title discrepancies. The County Surveyor has worked in this area prior to its incorporation and has the expertise and records needed to resolve these problems. It is desirable to use this expertise in the review of proposed subdivision boundaries to assure that the boundaries of future subdivisions within this area are correct. FINANCIAL DATA: The City of Rancho Cucamonga will compensate the County Surveyor for all costs incurred in performing plan checking service. RECOMMENDED FOR BOARD APPROVAL: aG~Ev,Et1T NC.S2-~<~-~\-;~~ ~`, /dip +~nl(D"tt 1t+ f 4 d d~AN's Mt~ 11`J)\Rn ~r Jyl t„~Io4P,S ; CCU~TY Cr• S;1N B~RiV.~~;Clh;)^ JOHN M. BERNARD, A 'n' tra p,r ~T1Q~ _~_ / / ,4 _~Y~I~ Environmental Public 4lorks ) ertc 1 2 3 A== 5 I CT:mf AiJOitXg DiSNAROC1Pl,t\CI~ftK 0~ THE f?O~RC I CC: File BY~~:r1.U S n ,,'~ ,: /.-L.~.C_i;~ t D.ATn~ OCT Q 1580 ~_`-- J ___-- $ cc: Surveyor w/agree; Auditor w/agree; Contractor w/agree c/o Surveyor; ^ , File w/agree; pPWA; Off( Ibl)6L000 Pw. Ip) ~~COONTY OF SAN BERNARDINO CONTRACT TRANSMITTAL Contractor: City of Rancho L wumy Department CO n ACT NUMDEn Count Surve or ~ // ~L/' aZ Cqunty Departmem Conran eepresen tauve Claude Tanlinson 1136 Di Renewabla ^Termmale: Ph. Ext. Date: audget Umt No, Sub-0bject No. Fund No. Job No. Ampunt of Convaa 2 001 I $5 DDD Check One. ^ Enpenditu re Q avenue II contract has more than one paymem or reroipt SS.A.- , omplete [M1e lpllowing. or Federal Nu mfrcr D1 payments' N/A Employer ID ~ N/A Estimates amoum of eeck 5 N/A Contractor's Representative: John L. Martin Address: 9340 Baseline Ave., Rancho Cucamonga Phone: (714) 989-1851 Nature of Contract: (Briefly describe the general terms of the contractl To provide the City of Rancho Cucamonga with plan check services for the exterior boundaries of Subdivision boundaries (final and Parcel Maps). The City of Rancho Cucamonga will compensate the County Surveyor for all its costs incurred in performing the above duties. This contract covers only that portion of Rancho Cucamonga bounded as follows: No r[h: By [he North city limits. West: By the d of Day Creek Channel South: By the 2 of Foothill Boulevard East: By the Eas[ city limits Generally known as the Etiwanda Colony Lands, as per map filed in Book 24 of Maps, Records of San Bernardino County. (Attach UrLv (ransmitrol to all contracts not prelJared on the 'Standard Convaa" form,J ~.~z( '~j//~a~ ^Pw ~• ~~/, m ttev leweU as to butlpel expendirtun County Counsel -~ County Administrative Ollice pays t or ozazzoa.tw _ ~ :i°: - A G R E E M E N T THIS AGREEMENT, effective when signed by both parties, is by and between County of San Bernardino, a political subdivision of the State of California, hereinafter referred to as COUNTY, and ~. the City of Rancho Cucamonga, a municipal corporat ion, hereinafter referred to as CITY. WITNESSETH WHEREAS, COUNTY has provided survey and related services in the CITY area prior to incorporation of CITY, and WHEREAS, COUNTY is in possession of accurate survey information, such as maps, deeds and monuments in which CITY is located and COUNTY is accepted as being the authority such infor- mat ion, and WHEREAS, there exist major survey problems and discrep- aneies within and adjacent to the subdivision IN CITY known as Etiwanda Colony Lands per map filed in Map Book 2, Page 24 of County Records, and WHEREAS, CITY is desirous of obtaining the opinions, re- commendation and comments of COUNTY concerning said subdivision and is desirous of the assurance that future subdivisions within or adjacent to said Etiwanda subdivision are accurate, Tt3EREFORE, it is agreed and covenanted by these parties as follows: I. COUNTY shall, by and through its County Surveyor: A. Provide plan check services for the exterior boundaries of Final Maps, Parcel Maps, and Waivers of Parcel Maps. B. Provide the CITY with a blueline copy of a proposed subdivision map, Stamped "APPROVED" and initialed by the County Surveyor or his deputy and a letter from same indicating the map has been plan checked and corrected to the satisfaction of the County Surveyor and recommend: 1. Monumentation for certain points, or i. Changes in existing survey information, or 3. Recordation of supplemental deeds, maps, etc. to correct existing discrepancies. II. COUNTY Surveyor, shall have full and complete authority to require any and all modifcations or changes desired to cause the boundary of a proposed subdivision to be corrected, monumented or verified to his satisfaction. '~ III. The boundary of land within which this agreement shall be made in full force and effect is bounded as follows: NORTEE: by the North CITY Limits WEST: by the centerline of Day Creek Channel SOUTEI: by the centerline of Foothill Boulevard EAST: by the East CITY limits IV. CITY shall, by and through its City Engineer, or as appropriate, its Finance Direc to Y: 1. Compensate COUNTY for all its costs incurred in per- forming the above duties. -Z_ 2. Provide a purchase order in the amount of the estima- ted cost of the total program hereof. 3. Provide additional purchase orders when necessary to carry out its obligations hereunder. 4. Provide full cooperation to COUNTY in carrying out the provisions of this Agreement. V. 1. This Agreement shall be in effect for a period of five years, on a year-to-year basis, unless terminated earlier by either party upon written notice delivered ninety (90) days prior to termination. 2. Notice shall be sent as follows: City of Rancho Cucamonga P. O. Box 807 Rancho Cucamonga, California 91730 Attention: Lloyd A. Hubbs City Engineer County of San Bernardino 825 East Third Street San Bernardino, California 92415 Attention: Eugene F.he County Surveyor ATTEST: ANDRF.E DISHAROON, Clerk of the Board of Supervisors COUNTY OF SAN BERNARDINO Dated: i/ C-- c C. ~-~ ~~ ATTEST: CITY CLERK ffi Dated: 7~/ z~~':l -3 ~YF ELD, Chairman Board of Supervisors CITY OF RANCHO CUCAMONGA (/ I, ANDRE Di3;i,1P,CCP1, Clerk nF the Baard of Supe±•vi brss oP the Ccun t;; cf San Oernardino, erf C'slifcrn ie, her eby certify the fore- , :nst;°~. exit to ben .."ull, true and cor- rn^>,~~. rpy of tce original nou on file L~ ny c'. i^_ Da t~.,,. /U i".. j"V ":;ierr of tl;e ~3c• rd By l/~l-l~C (.~i.; c Deputy (~ RESOLUTION N0. 80-84 A RESOLUTION OF TIIE CITY COUNCIL OF TIIE CITY OF RANCl10 CUCAPIONCA, CALIFORNIA, APPROVING AGREEMENT TO PLf@1 CHECK NAPS IN THE ETIWANOA AREA. WFiEREAB, [he City Council of the City of Rancho Cucamonga, Ca1lFo coin, has for its consideration as Agreement between the City and [he County of San Bernnrdlno, Cal iEornia, Eor Plan Check services ' of subdivision maps in [he E[iwanda area of [he Ci[y; and WHEREAS, the Plan Check services by [he County is desired by [he City due to major survey problems and discrepancies which exist in [he E[iaanda area; and WHEREAS, [he Ci[y will reimburse the County, Ad Valorem, and in turn be compensated through its Master Fee schedule which establishes fees For Plan Check services; ' NOW, THEREFORE, eF, IT RESOi.VF.D by [he Ci [y Council of the City of Rancho Cucamonga, California that said Agreement be and the same is hereby approved and the Mayor is nu thnrized to sign sn id ' Improvement Agreement on behalf of [he City of R: ncho Cucamonga, i California and the City Clerk to attest [hereto. PASSED, APPROVED, and ADOPTED [his 3rd day of September, 1980. AYES: Fros [, Mikels, Pa lombo, Bridge, Schlosser ~ ' NOES: None '~ ~ ABSENT: None ~ ~ - i ~ '/ ' • ~lY ' ..1~ '~ ~ Fhilldp D, Sch Losser, lfayar ATTEST: l(// Lauren M. Wasserman, City Clerk 1' .M'. ,..... .. ~ ..1'y' ~. 1. roti~ n m w ~ m m w m N H N 7 w W O H 7 a Y O H+ N m n a o ~ F q R rt ~C O M W .i ' .~ ' ~' 7ECENt ..:... ~'+ ~~^? coul,Tr ,.I, ~~~TSTrU,Trvr. orrlc~ ; h:,„..,,~~~•,~ ~~~~ y-•"~~Y q" , ~, , , ~~.,,,,, . '~YL AN HER NAR pINO ~ EARL GOO v. .~ ~ ro.~:~w.~~d, ~ _ _ 2018 STANDARD CONTRACT i,auna~15m I'. ;~5•in, F .;---T-; e'.o uoi~vc~; ~ ~.,,,.ini or rnm.ui i ti-F..~ i.. .~ I _ _ _ ~ .. __. Fi~ ID : ~ r ..d a ,. ~ e.n THIS CONTRACT is cinurod into m the Staal of Crhforma by ,Ind bn UVevn the County of San Bernardino, hereahel called thr. County. and _ _CITY OF RANCHO CUCA6fOP:GA ___._ ~__,. herCni!cr cdllcd ~i2Y IT IS F![RE9r AGREED AS FOLLOWS: .rvne~tna ~, r. ~. ..•. n .~n ~ r r I!r4' ~ ~ i.. ~, , ,n, v vdP nl lnrrn J nrnJaJ Suf /or,h v u r !n Iv ~fn~/Pn'd / i un! fo hf I ... ., r pl ndVlnpn [, p•' ~• Inr r~rrlnn^,Inr ~~ ,e ~ wryl,ervnr;.:;rr•v: nrn.ehnn ;~r •o Cyr •, r,..!, ,v..hnm mrr and r.e, a, kv mrnnnabnn, other !eons and ,unrb trans and attar Ir pleas, sN'm/. nltrnns, ,Inr1 adJr:nda, rl mry.l WHHRr.AS t?~,o City of Rancho Cucamonga, `:ereinafter referred to as "City", was incor9ora ted cn December 1, 1977, and is desirous of contracting with the County o: San lernardiro, hcrcirafter. referred to as "County", for tho performance of specified services by County offices and employees until Juiy 1, 1.973, and ttil F; RiiAS thr_ Cow~ty is agreeable to performing such services under terms and conditions as set forth 'aclow and, 44IIGRCAS Article 1, Chapter 1, Part 2, Division 2, Title 5 Of the Govern- mmit Codc authorizes the County to assume certain City functions :7014, T[IEREFORE, IT IS AGREILD AS FOLLO475: 1. Tire County will, through its offices and employees, perform those City functions as set forth in this Agreement. 2. The City will pay to the County the sum of $119,000, payable in two equal installmmits not later than April 15, 1978 and July 15, 1979, £or the perfor~aanec of such services as provided for in paragraphs 3(a), 4(a) and 5(a) of this Agreement, 3. Anima! Control Services a) Cour.Py ~i7rco:; to provide anima). control services within the corporate limits of the City throuyii March 31, 1978. b) An imn.t license fees collected by the County as prescribed in Section 1G.0213A (b) (2) (A) for licenses issued within the corporate Limits of the City for December 1, 1977 Any prov wu>ns on thu inverse Side ;nxl ro(urr.ncnd aUarhnu: nts hlrceo! ronsnnito a pan of this contract and are inrnl posted hmroln in !ull, through March 31, 1978 shall be remitted to the City no later than May 1, 1978. c) All other fees collected in Sections 16.0213A (b) and (F) from within the December 1, 1977 through by Che County. building and Safety by the, County as prescribed (1) and (2) (B), (C), (D), (E) corporate limits of the City from March 31, 1976 shall be retained a) :hc County ayre~s, through its Building and Safety Department, to perform within the corporate limits of the city all functions performed by said Department in the unincorporated territory of the County which are applicable to the City throuyh June 30, 1978. b} The County further agrees to provide building inspection services frr all projects within the City for which plans have been submitted to the Department prior to July 1, 1978. In no event shall the County be required to furnish any inspections or related services after December 31, 1978. c) Building and Safety fees, as provided for in Section 16.024 of the County Code, collected by the County for services rendered on Projects within the corporate limit of the City after December 1, 1977 shall be turned over to the City within five (8) working days of the end of each calendar month. d) The County agrees to make reasonable of forts to collect special foes re laud to building cost inspections as provided for in City ordinances, to account ti~ercfore to the City and to remit such proceeds to the City on the same schedule as provided foz in 4(c) above. 5. planning Department a) Except as provided hereinafter, the County agrees, through its Planninry Department, to perform within the corporate limits of the City, all functions no rurally pc rformed by said Department for the unincorporated tcrr itory of the County which are npplicab le to the City through June 30, 1978. Such £unctions will include, but not be limited to the processing of applications, permits, zone determinations and changes and such other administrative reviews and approvals for which fees are normally chargud. bi The Co~.~n ty sitaLl not perform any environmental. review functions for the City. c) R'he County shall not approc.: nor deny any projects located within the corporate limits of the City but will provide such assistance, including attendance at City Council or City Planning Commission meetings as is required for such dete rcninations to be made by the City. d) The County shall turn over to the City at no expense, a17. files, working pavers and other reoorts relative to the General Plan for tha area previously krowm as Tri-Communities. The County shall also provide staff assistance, not to exceed 1,040 hours, until June 30, 1978 to assist and coordinate activities associated with the development o£ a General Plan For the City. e) Fees collected by the County pursuant to Section 16.0215 o` the County Code ,`.or services rendered within the corporate iimits of the City since December 1, 1977 shall bo. remitted to the City within five (5) working days of the end of each calendar month. Street Construction and htainte Wane^_ a) The County agrees to perform through its Transportation Department, within the Corporate Li.m its of the City, general street maintenance, as well as, those construction projects as listed on Attachment A to this Agreement. b) The City ag r.ces to pay $85,000 to the County in addition to other sums provided for in this Agreement. To facilitate the performance of said functions i.n paragraphs 3, 4, 5 and G, it is hereby agreed that the County shall have full cooperation and assistance from the City, its officers, agents, and employees. 8, For the purpose o[ perfo rming said services in this Agreement, County shall furnish and supply all necessary labor, supezvision, equipment and supplies. Notwithstanding anything hereinabove stated, it is agreed that in all instances wherein special supplies, stationery, notices, forms and the li::c musC be issued in the name of the City, the same shall be suppl.icd 67 said City at its oton cost and expense. 10. All persons employed in the performance of such services and functions for the City shall be County employees and no County employee shall have any city pension, civil service or any status or right. 11. Notwithstanding the Foregoing, for the purpose of performing such services and functions and for the purpose of giving official status to the performance thereof. where necessary, every County i- officer and employee engaged i;: the performance of any service hereunder shall be deemed to be an officer or emnlo}gee of the Cit}', which services are suithin the scope of this Contract and are purely municipal functions. 12. The City shall not be called upon to assume ar.y liability for the direct payment of any salary, wages or other compensation to any County officer or employee performing services hereunder for the City. F,xcept as herein otherwise speci Eied, the City shall not be liable for compensation or indemnity to any County officer or employee for injury or sickness arising out of his employment. 13. The City will indemnify, defend and hold the County harmless from loss, costs, or exile rs es caused by the negligent or wrongful nits or omissions of. CiCy officers, agents and employees occurring in the performance of this Contract to the extent that such liability is imposed on the County by the provisions of Govern- ment Codc Section 895.2. 14. The County will indemnify, defend and hold the City harmless from loss, costs, or expenses caused by the negligent or wrongful acts or omissions of County officers, agents and anploy ecs occurring in the performance of this Contract to the extent that such liability is imposed on the City by the provisions of Government Codc Section 89.2. li. This Contract shall become effective on December 1, 1977, and, except as provided he reina hove, shall terminate on June 30, 1978. COUNT F AN BE R~\ 1R UIN0 0 ~ _..~c:~!~dI Lity of Rancho Lucamonna Chairman. Board of Su pervaors ~~, t: nm r. ,n:pnr~;, nn~~ Datrd _ au~fe, JUL 3 1978 --~ By r F~TTFfiTED .i San,inr~d p,i lrtl May 26, 19 J13 ~ ~tlln Mayor nl lhu board n( S~q~~.: ni~or: C" Ad~p,,.,~; 9j40-A Baseline Road " Po.s"E-D fFicc won 79; "'--'~ --"-' ` ~ ATTE 1CyY~.ca..~.,,~ City Clerk Ity P.tt' ' ~y -~CJ ' (:aunty Cnm~t"I _ _ Lrn:n ry nh~un:d:.d i. ~,~n L: :, __ ...-- :..4 .,, 9 ~ - ~ MINUTES OF THE BOARD OF SUPERVISORS OF SAN BERNARDINO COUNTY, CALIFORNIA AGREE: RE:/ 78-418: CITY OF RAtdC1l0 CUCAMO;iGA/CAO: SPEC. SVCS: APPROVED Acting on the recommendation of the County Administrative Officer Earl Goodwin, on motion by Supervisor Hansberger, duly seconded by Supervisor Kamaneky and carried, the Board of Supervisors hereby approves agreement $78-418 between the County and the Ci of Rancho Cucamonga providing for transition services to said city; further, the IIoard authorizes the Chairoan to sign said agreement, indicating this Hoard's approval of the terms and conditions therein contained. PASSED A".7D ADOPTED by the Hoard of Supervisors of the County of San Aernardino, Statc of California, by the following vote: AYES: SUPEP,VISOiLS: 6'.amansky, liansberger, Taomsend 4:OES: SUPERVISORS: ?lone A.°SECIT: SUPERVISORS: Mayfield, 11 a, ysoclc (eh) Si AiE Of C4LU0ii ;L: COUNTY OF SAN P:NN 4RO:NO ss. I, I EONI, gq~On04r, CJe,k of ihn Fn.ril ,.! bq,.•~o~:. , . fS n, 8 ni,ndi, ., O."nry, f i ~ ~ .,,, hrnd•y ~•rbly ,".~ Inro9~~nq In he a hill. Vu~ nntl eortent nary nl tlm n, ~~~ I ,d f•~• a,,n..n ,.il..,, b~, :, nd 6 rvl ~.I :, . i. n~, i, mro• of tM1fl membes P, ~'~~'i,L nti the ;,.ma df,V„~~~'~ in ,LU C(Li r I d i , I --JULY 3, 197.8 n ~ unni,~ ~,:~n~', ~ oat~,e 7/5/78 eh ti,. :., ~ /J31 ec : CAO w/ 3 aF;rce t i,,,, „~ ~. Auditor w/aprce (~i '' City of Rancho Cucamonga c/o C; FtO ~~~~~~~:I tnats.+w W,... we & Fi.1c , „,,., COOPERATION AGREEMENT THIS AGREEMENT is dated for convenience on December 13, 1977, and is entered into by and between the COUNTY OF SAN BE RNARDINO (hereinafter called "COUNTY") and the CITY OF RANCHO CUCAMONGA (hereinafter sometimes called "CITY"), to memorialize Agreement heretofor entered upon on that date by the parties: W I T N E S S E T }I: LAHEREAS, the COUNTY OF SAN BERNARDINO is a County and political subdivision of the State of California and a body corporate and politic, and the CITY OF RANCHO CUCAMONGA is a municipal corporation Df the State of California, located with- in the said COUNTY; and, t7HEREAS, COUNTY and CITY have a mutual interest in pro- viding necessary governmental services to and enhancing the gval- ity of life of their residents; and, WHEREAS, both COUNTY and CITY are eligible to apply for grants fret., the United States Department of Housing and Urban De- velopment (hereina`ter referred to as "HUD"), pursuant to the provisions of the F!ousing and Corununity Development Act of 1979 (hereinafter referred to as "ACT"); and, WHEREAE, Section 102(a)(6) of the ACT contemplates and authorizes cooperation agreements between counties and cities within the counties in furtherance of the purposes of the ACT; and, WHEREAS, the parties hereto deem it to be for their mutual advantage to enter into such cooperation agreement; NOW, THEREFORE, COUNTY and CITY, in consideration of the mutual advantage to be obtained thereby, do hereby agree to co- operate in undertaking, or assisting in undertaking, essential community development and housing assistance activities, specif- ically urban renewal and publicly assisted housing. This Ayreement shall become effective as of the date first he reinabove set forth and shall continue in force and of f. ect dur- ing the program year covered by the COUNTY'S fiscal year. 1978-79 application and, consistent with any applica6l. e. federal law and regulations and the terms and conditions of any grant made in re- liance hereon, for such additional time as may be required to bring to conclusion the program or programs funded by the said fiscal year 1978-79 application. In furtherance of the purposes of this Agreement, CITY hereby allocates the population of its jurisdiction to COUNTY for -1- the purposes of COUNTY'S fiscal year 1978-79 application for funds under the ACT, and COUNTY and CITY recognize that COUNTY is the applicant and has full responsibility under the ACT. IN WITNESS WHEREOF, the parties have executed this Agreement by the signatures affixed below. DATED: 19 COUNTY OF SAN BERNARDINO AY• Chairman, Board of Supervisors ATTEST: BY:_ County Clerk DATED: , 1977. CITY OF RANCHO CUCAMONGA BY: ~ ~ D yor i ATTEST: City Clerk _Z_ ../, • .. > ' U. b ~ C ~~ r V 4 r~ i U ~. ~~ o o ~ a o G .~ q q q .n ~~ o O o 0 0 o c LI N I O O O O O O N [S M1 N yr N ry b N P n ~O V1 W G y C 0 q c 5 `I o o c b o o c C N~ O C y N W -i N t"1 L 0.' M r-I O 9 I O O O O O O O O O C ' N:r O C O O O O O O O C ` ~1 •O V U W fn . H ~? N N ^I O~ r-1 fl H M M N N N U U ^ C O O O C O O C O U O O L L O C C O O O O O q O O O b CI O O - ~'~ O O O C ~O O C q 4 O E •Y (~1 v V1 N U N --I T r-I S `R' M t'1 N N N N N N N F F% C 5 'vl F C O O o O o C O _ O O C O O O - L 'r 6 O O O O O C C O O O O O O C b C C O O U ~L V M C C bJ VJ '- W 1` li O 1 V N Vl ~ N G N P f'1 N ~-1 fh ("1 W i~ ~ rr N N M N 1~ CI N i. ul n N G m . W ! H b' ~ Y 2 H O C W + -j b j ~ .] 7 b H ' >. .~ ! K W 41 2 Ll L U (> H Vi :d U +G /i 1/1 • i-l W fA < r] ' W N U G O VI W N N 'l. U Y U C F 7. V b .t r+ F W N y '-' - ~ y O O Y S ' O :: h O - O "' U O 5 5 L U O O k C H J G - ~ F H Y U H F v; L U U 2 U W 'r 'Z. 7 H '7 E- H H x 2 > 7 - b' O p - F 0. 7 u D .4 ' C ~ H S i i C 3 V: G H ~ Z U F+ 5: N .~ ~ 3 iS v C - \ 1 L'. 5 _l T L C G L' F .V .' F ° W > ~ - v d r - r, ~ u o L' _ 'JI ~-+ rl - ~~ N _ - :J W J F D ' G a % _ 5 ~~ O 4 + N 7 'J. ~ a W G h H ~ " J F' Y I O Z .l '.~ Z b O O W Z . , O W hl = vl h. LLl C W v .i ~: ..l vl F H I-~ O W '1. ~. J F~ G C R C Y N ~' r a f- C O G r- ~ m ~ i p _ ~ L. Ll lu W ~ U ~p n n ,1` ~C W 1~ C I ~ C O n ~ c O O C C C O O C - _ _ _ Q C L ~ r 1 ' - L: F ~ 1.: :: u ~ - m 1~: W i i i i u ~ i t .~ W ,l ~n V, Y, J : > L ~ '~ 59 r. ~ F _ ~ .n i L 1_ _ • F J~ J ~. '1 H L jn I L _ - _ _ .f ..l ~ ... .. ~ ~ j . J y - 4. S. fl u i G' ~ W W li b < .. - - - ul .. U .. ~ U .- L ... 5 F C ,~;- . j : .. ~~ w N, w n V RI f~ K. Vf ~ O w ~C L :11 ~ nl f+ W n :, F J, [ wl o L 9 V. i OF a ." ~ 4 C H L_! 0 .il C a L: YJ li < L'.. f~ (.:' i C ^ :J < t0 'l. Ir t+ N u t-. C ~ a H O aw c U ~ F J. N M O 5 H F U ~ C: ~ F W ,^ O % -i C v o a 'c ': v w d o o c F F :~ w C. •: O :: ~ W .l w J o' o o - o ~. N N O O O N N O O O O O O O O G C O O o v c n .n o I 1 O n O n N I r-1 n M r-I n O o 0 0 0 0 0 0 0 0 0 0 o c o 0 0 U 0 0 0 0 O .O N n V1 O N O r-1 O ~-1 N J1 f'1 N r O N N n N N :y n O O O O O C O O O O O C C O C O O O I I O C ~O v O O O 1 I '..J O N ~t I'1 N /l N N n N n N N CI U F U w r cl W N H w ~ Ll F i m ~ ~ I .~ w a U Q N w w ' O l C V1 VI J H L Q W ~ F+ L O O N 6 N J F: O _ N 41 C h N N U i~ U 6 .~ w w 7 > H 1' a y w o w w ~ ~ w w 1,, o ~ n v ` - a v ~ U 3 d ' i W 3 2 3 .. F F U ~ ~ l ~ c v. w 'l. U v ~ G Fi a ~ > ii ~ °a ~ a ~ ~ w w i, - ~ J u F ~ ~ C ~ a Y v, v ~ ~ z a ¢ o: rYr ~ ._.S ? ., m s. z o o ,1 :o ~ v .n w Y I:: K. H Y w N c v~ c -~ ~ v ~ ~t -+ N c o o -, n m r ~ ;c _ c v .n r~ •n m s ~ ... r _: o z °x °_ °x m H J h 1 N LI 1_ - L] l:: 41 C 'J I.1 ii ~ m %i - t. 5 j ` J ~ ~ '~ i~ _ O LI u _ Vi ~ ty: U: N. ` J _ .J L'' L = J IJ J ~ ~ O J a C U H, L: C: ¢: W 4 ~ a G a M 0 m O O O V n O N m V 0 m m O O V i F 0 N O b Y !n rt w m 7 a w D h ~ h w ~ n w n n a d m w a ^ n o ! ~ i o n ran ,e ~ ~~ ~n~~ iT '~'••..v7 COUNTV OF SAN BER NARDINO \/ CONTRACT TRANSMITTAL Contractor.. City of Rancho LLcanonga Contractor's Fepresentative: ~%d Hobbs, City ingineer Address: 3075 Ard~ibald Avenue, Cuuemga, (:,1 91730 pl,,.,no, Nature of Contract' !(3rie/ly desrnhr the gerre!at terms o% rlre rnntrzrU Need control on City rights-of-vay lanc4 by dtemlcal toean5 !Attach lhr.c tranunrtt,+l (n dll rnnvv a no! Prrp,vnd nn !hr 'Tmndarrl Connor!" iornr i Appmv~~"~s ~n I I ~n Rr z dq~t ryr~ndrtur~ ~ i/(~. ~~~ DEC 6 1979 Cmunty Counal~~~_~ .omi dmmi~b,rtu~Oflmr .v. i nz~na,i for F. o~~ zwp ~', ii a y ~~u LLz~~ o~a:d uo2LLz :'-~°_ LL rJ ~ f c ~>~z °i>~ ~.s o Y I5~1 ]lJy l61 1 2 3 4 5 6 7 6 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 29 25 26 27 28 2q i0 1 I 34 I~ i~ 3 ~, i tf RF, P. RAH 9i TfiIB A,RP.E'lRti^, effective when. ginned 'ry both parties, is by end hetwe9n Co~.ln ty of San Bernard iro, a political gubdivieion of the State of tali fornia, hereinafter referred to as CO;J~TY, and thel City ai Fanc^.o C:ucanonya, a ^auniciral corporation, herei rafts r, rate r. r. eci to as C'IIY, WZT!7EBSETII wFiti REAR, COU?7TY and CITY are al rna9v oontr. ac tually angaaed L;; a program o4 weed aF]atament within the territorial l i;:li to of CI ^Y, b.;t in a nrograa that does not provide for ti+.e control o£ weeds b}• the vas of chemical me ana on City- owned rights-o4-ways, and WE;?REA3, these parties are agreed that C:1i.'tiTY has provldefl, and shall continue to provl3e, ae rvices to CITY for abatement of weeds on CITY rights-of-way land by Henna of physical rempval without the use of chemicals, all for whioh COU'~^,Y shall he reimbursed by CITY under provialone of the agreement already now In effect, and tfiir REpS, thane parti eg desire to esta!;ligh a gncond program for weed control on CITY'a right-of-way lands by chemical and mocha nical means, In a Wanner approved vy Colmty Agricultural Commiesionar for land dgtarmined by the City Engi near, THE RBPORP„ it is agreed and oovenante<1 by these Parties ea followst I. COL'UTY gha11, by and through its Agricultural .~ a spray truck, operator (and applicator .Ipptopriate chemicals to spray various ':n hta-of.-way as degignnted by the City '. ~n to he supervised by the County mar.. reaprayi ng in the spring when and as ~~ ~ ~ ~ !.ly both then City Engineer and the -1- 1 2 3 4 5 6 7 8 9 la 11 12 13 14 15 ~zWP 16 w~a< ~~~NU 17 o~m~C6 ~$~~~ 18 •i ~aa `o ~>wz 19 $z3m "1.0 ~~ u°"~ 21 a N 22 23 24 25 26 27 28 29 ,'1 PA!' ,1_~y~~., . tl t .- ,; I i id i ~~ ~6 I i County Agricultural Commissioner. 3. Provide application, rates and types of chemicals as determined by the County Agricultural Commissioner on the balls of objectives tat by the City Engineer, 4, Provide a weekly report of activity, including labor, equipment, materiels, and erase covered. S, Provide n monthly billing based on the ectusl cast of the labor, including supervision and overhead, equip- ment and materials. 6. Notify the City Engineer if at anytim0 it is determined that the amount of the Pnrchaee Order No. 00309, dated November 9, 1979, Account No. 01-23-Z 7, of CITY, will be ; `%Y Coate to be billed. 7, Pinel determination of performance, that is, amount o! equipment, metezlele oY labor, to W provifled by COUNTY shall be subject to approvsl of the County Agricultural Cofmiiseioner, who may Bake zeduotions in performance if aaY o! such rssovroma of COUNTY should Ea resarwd in hie judgment from further performance, II, CST! shall, by snd through its City Engineer, nr as appropriate, its Purchasing Agents 8. Compensate COUNP! !or ell its direct coats Sa performing the above duties. 9. Provide a pusohaae order in the amount of the ea tiamted coat of the total program hereo[. 10. Provide addltionnl purchase orders when neoeasary to oarryout its Obligations hereunder, 11. Provide fulY `cooperation to COUNTY !n carrying ..tq ~' ~~ZU•~Leirnn of this AgraeryMlt. xxx. '~, ~~- .:•reemant shall be in effect for a period r. 'gear-to-year basis, ualsse terminated ~~~~~', ~.^ • .. , :v: +:y upon written notice Qeliwred prloz r n r~, . , ~~ ~ ,year of termination. -a- :. 1 2 3 4 5 6 7 8 9 10 11 ~ 12 13 14 15 JzWg 16 w a~~ 17 o.~mi6 ~~u~z 18 ~~~6 4>>~z 19 0 giim 20 u°"~ 21 22 23 24 25 26 27 28 29 ~. r ~i' ' ~ 3: ;, 1' i 36 '~ 1~~13~Jf 161 13. Notice shall be sent as folloge: City of Ran~:ho Cucamonga 8076 P.rcStbald '::onus Cucamonga, Californiz 91730 Rttnntione C±ty *att ireer County of ^a an Bernardino 777 Bast Rialto Avenue San aernardino, Cal ifosnia 92115 Attrntionl Re ger L. Birdsall Agricultural Commiesloner ATTESTf COONIR OP SAP BERPARDINO ANDRES llISHAHWN~ Clerk of the Board of Superviscrs Byy~.,' l -~;~ /`` J NAYPI/ , C airman Da tads DEC l7 ~91g of Supe sots 7 f'872.. ATTP,ST t CITY CLERK CITY OF RANCAO CIICAMONGA BY~f.Ls ~.~u_C<~ , batedl ~FC L. !7 /~t Ss~fl i V . ~~ ~ y- ~~O A G R E E M E N T THIS AGREEMENT, effective when signed by both pa rties, is 6y and between County of San Bernardino, a political sub-division of the State of California, hereinafter referred to as COUNTY, and [he Ci[y of Rancho Cucamonga, a municipal corporation, hereinafter referred to as RANCHO CUCAMONGA. WITNESS ETH WHEREAS, COUNTY is currently carrying out a weed a6a tement program under the authority of San Bernardino Cou n[y Code Section 23.031 et seq., and this program is being conducted in County Service Area No. 70, Improve- ment Zone A, by [he County Agricultural Commissioner, and WHEREAS, RANCHO CUCAMONGA is situated adjacent to said County Service Area No. 70 and is presented with weed abatement tasks similar to [hose of COUNTY, and is empowered to carry out weed abatement pro9 rams, and WHEREAS, each of [he parties to [his agreement desires [ha[ a unified, joint program be put into operation to best proceed with weed aha tement in the territories of each of these parties, NUW, TH EfiEFORE, it is agreed and convenan[ed by [he undersigned public entities as follows: 1. The County Agricultural Commissioner shall conduct an annual weed abatement program in [he territorial limits of [he City of Rancho Cucamonga pursuant to provisions of the San Bernardino County Code, and rules, regulations and conditions ayreed [o by County and RANCHO CUCAMO NCA for its territory. Agreement -2- April 19, 1978 2. In consideration for the performance of narapraph 1 above, pertaining to territory of RANCHO CUCAMONGA, RANCHO CUCANONGA shall pay to COUNTY a yearly sum of money which shall not exceed Twelve Thousand Dollars ;$12,000.00?. The accual sum shall be determined by multiplying Seven and 34/100 Dollars ($7.34) by the number of original noci ces, mailed or oosted by the Agricultural Commissioner under the program hereof. After all the work is performed, the administrative fee will be deducted from the total charges for all original notices sent [7hen this sum is determined, the Agricultural Commissioner 5ha11 send this information along with records showing the computations to the City of Rancho Cucamonga, which shall then send such payment promptly to the Agricultural Commissioner. 3. This agreement shall remain in full farce and effect from year to year until [e rmina[ed. It may be terminated Uy either party hereto upon written notice delivered prior Co February 1, of any year. Notice to COUNTY shall be to the Clerk of the Board of Supervisors. Notice to RANCHO CUCAMONGA shall be to the City Clerk, City of Rancho Cucamonga. ATTEST: COUNTY OF AN BERNARDI90 .;<':, 7iYC le rk of the Boa Aobe r[ 0, Townsend, Chairman Board of Supervisors OCT 2 3 1978 ATTEST: ~j~y Citv CLc rk CITY OF RANCHO CUCAltONGA Y, /vn' J mes (;. Frost Mayor ' MINUTES OF TFiE 80ARD OF SUPERVISORS OF SAN BERNARDINO COUNTY, CALIFORNIA REJAC:REE_';--`79,730_CITY OF RANCHO CPCA*:OSGA/A6RI. CO?!~!ISSIO`,ER: S~IEED ABATE2[.', T PRO RA:1: PPROVED On e:otion by Supervisor Hacanock, seconded by Supervisor F:amansY.y and carried, the Roard of Supervisors approves acreement n78-730 between the County on behalf of the Agricultural Com?aissioner and the City of P.ancho Cucar;on^,a to proviie a wee' abatement program; fLrther, the Hoard authorizes the Chairman to sign said aprcement, indicating this Board's approval of the terns and cone?itions therein contained. PASSED APIt) ADOPTED by the Board of Supervisors of the County of San Bernardino, Stag of. California, by the following vote: AYES: SUPERVIS03S: `;ayfield, .°.amans'.cy, iiansberger, iiai^mock, Tormsend NOES: SUPERVISORS: !tone ABSF.SIT: SUPEP.VISORS: None (eh) srnre or- c~.ni iro.~ein counrv or snN ntrrNa;roian .,~. I, M!"Y'rfMP(M4rfii, GnrY, of IhP Fnan! ni SuV~rv w;m~ nl Snn lu •mn~Jnv~ tun^ry, Gtl don; n, h~nnhy crrUly tho fo; "!Inmq p. bq n M1dl, bum mud rnrmrt rn~,y yr rh,~ ~~; ml,~r ibe m~pm; pf.rn by : nrcl f,,,~on ~e ~;~; .rv;w ~.. Ly vote of ~.,,, ... , iLc ~ rc m thr• Of L~~; nl Id mutnti u! sam; 6~anr r, ii... nglwp nl - QCTOBER23 ~-127_b_..--- -_...--- - - - ------------ --- ~,U n~rad: c /r , - _ ~~ ~~(lhr~ ..t ~.,nJ ~io.m; q ~ Auditor w/avree (lilt og~Rane~hocCi=GCOm~;s ionerrApri/~Cont~"~.r±'cw'"C. ic~+~..e........~1~5 i115S 1t'n('.C u~i I+ile 0 N O 'V C] O h O -h O C O d w rt H O 7 - _ :~, ;;~.~_ The services of the Coro Foundation Fellow in Public Affairs, William Banks re hereby made avnilable to the City _of Rancho Cucamonga to undertake the fo11c1: ing project: Prepare the formation of a community redevelogm Involving: Rancho Cucamonga, a newly formed city, is without a redevelopment agency. Startinn one in the post-Prop 13 time period is difficult at best. However, the need for such an agency is critical. Consequently, research and development for such an agency must be It rs agreed that: accomplished. 1. The project must be undertaken in the public interest, and the project report will become nubl is information. ?. The Fellow's services hill be available ;Honday through Thursday each week from L~n~:Q //afz t/„~~~o (o¢k 3. The project iuill be supervised by Lauren tVasserman, City :7anager and the Fellow will be counseled y}- tTie~oun an on statt. 1. Reimbursement to the Coro Foundation will be made in the following manner: A contribution in the form of a $750.00 check from the William Lyon Company. s. .Actual proiect expenses (for transportation) and needs (telephone calls, materials, postage, stenographic aid) will be borne by the sponsor. Reimbursement to the fellow for expenses will be made in a manner mutually agreeable to the sponsor and the Fellow. All actual expenses to the Fellow will 6e born by the BIA. 6. The protect report shall be tyn ed, and one coot' shall be provided by the project sponsor to the Fellow, with an additional copy [o the Coro Foundation. ~~~ rot ect upervisor itv of Rancho Cucamonga ~,ency Lauren Wasser. man City Manager (J if leer an "itle I,~,t~~~l~~.y,.~ ~ t:o ro Fellow txccutivc 11Lrector Coro Form lotion Southern California vn 0 K 7 W n a P O oM S N p a _C G --_ri •uC:J r~[~ - RJ3F Oe a ypu •~~[R C OVINGTON 6 CROWE ATTORNEYS AT LAW 1131 WEE: Sivil+ ~ nE Ei PO..i O°c1CE L'01t 1513 O NTA qIO. CALI FOq NIA 91]62 July 22, 1980 I`1 /ll ~ i ,.R„~ G11' ~ VV~~ . ~~ 2j31~11T,~fi J. C ~ l ' . ~;ti. ;r ~_ The Honorable Phillip D. Schlosser, Mayor City of Rancho Cucamonya 9320-C Baseline Road Post Office Box 807 Rancho Cucamonga, California 91730 Re: Zan c'' Cucamonga - Em~l~•mc r.t ^f City *ttorne^ Dear Mayor Schlosser: Since shortly after its incorporation, this office has been acting as City Attorney for Rancho Cucamonga under the terms and conditions set out on page 2 of Sam Crowe'; iett~_=r to you dated November 23, 1977, duplicate originals of which were sent to each Councilman. I am enclosing a copy of that letter for your quick reference. Because of the dramatic increase in the costs of doing business during the past two-and-one-half years, we find it necessary to request the Council to consider increasing our monthly retainer and our hourly rate effective August 1, 1960, as follows: (1) The monthly retainer from 51,500.00 to $1,800.00. (2) The hourly rate for additional legal services from $50.00 to $60.00. (3) All other terms and conditions of the employment agreement, as set out in Sam Crowe's November 23, 1977, let- ter, would remain the same. We hope that the Council will approve this request. If you have any questions concerning the terms or conditions of our employment, please yive me a call. Very tru~.y yours/7 r / / RED:sgg Robert E~. Dougherty Enclosure for COVINGTON b CROWE cc: City Council Members cc: Lauren M. V7asserman, City Manager -~ -~ COVINGTON 6. CROWE ATTPRNEVS qT Lqw IC[ G CWrrvGSON • , w M.EP OLDS 9 109J WEST SIxTN STHE ET ,a1,, ,rr. ie s. MuC. CnOw[~ COST OE VICE 90r1 1515 4LO n6E W v RO BCfli [ OOUGP E4 is ONTARIO. CgL1EO RNIA 91J 6 "i OO N~LD D M RO P[Hi E, ECrr I.'J [P mw.aD .. ~D•soP t:ovember 23, 1977 E4r. Phillip D. Schlosser, Councilman City of Rancho Cucamonga 7874 Buena Vista Drive Cucamonga, California 91730 Re: Rancho Cucamonga - Employment of City Attorney Dear Mr. Schlosser: We offer the Following observations concerning employ- ment of a City Attorney for Rancho Cucamonga and our pro- posal in the event you wish to employ our firm, There are two (2) approaches to employment of a City Attorney: full-time and part-time. The full-time City Attorney is employed exclusively for the City and is provided office space, secretarial as- sistance, and library, as well as state retirement and other employee fringe benefits. In 1975, our office did a study on the cost of full-time City Attorneys using a sal- ary base of $25,000.00. The cost per attorney at that time was $44,000,00 per year. This amount could be reduced by using a lower starting salary; however, no experienced candi- date could, in our opinion, be hired at a Lower figure, Another observation we made at that time was that if only one full-time City Attorney was employed, legal work still had to be contracted for with private firms either because of special sY,i Lls required, i,e., labor relations, or because the attorney could not be in two places at once, i.e., in Trial and at a City meeting. The part-time City Attorney involves retaining an at- torney or firm of attorneys to perform City Attorney services on a contractual basis. The part-time city Attorney has the initial advantage of being less expensive. At some point, as the volume of City Legal work increases, it becomes more eco- nomical to hire a full-time City Attarney, In the event you are interested in retaining our Law firm, we would be pleased to act as City Attorneys on the following basis: "1 1 Page Two Phillip D. Schlosser, Councilman City of Rancho Cucamonga Re: Rancho Cucamonga - Employment of City Attorney 1. The firm of Covington s Crowe would be retained as City Attorneys. The City could terminate our services upon thirty (30) days' written notice, and we can terminate upon one hundred eighty (180) days' written notice. In that re- gard, it is our recommendation that any person or firm hired by the City should be considered by the City to be temporary, to be reconsidered at the end of a fixed period (for example, one hundred twenty (120) days). This would apply to the City D;anager, secretary and other employees, as well as the City Attorney. 2. The City would pay a monthly retainer of $1,500.00. This retainer would provide legal representation at all regu- lar Council meetings and Planning Commission meetings, plus eight (8) hours per week to be performed at the Council's pleasure, i.e., drafting Ordinances, consulting with staff, Council, or the public. These hours would be cumulative in that in any week they were not used, they would be added to future work at no additional charge. In addition, work per- formed by our office prior to your first Council meeting, in- cluding drafting of all Ordinances and documents required for your first Council meeting, will be so performed at no charge. The City will provide us with two (2) complete sets of the Rancho Cucamonga Municipal Code, and provide for pay- ment of normal legal costs such as filing fees, depositions, witness fees, etc., which may be incurred from time to time. 3. Our office will provide said additional legal ser- vices as the Council may desire at the rate of $50.00 per hour. Respectfully, Samuel Crowe for COVINGTON 6 CROWE SC:sgg a 0 N O M [] A S O O gro G d W N n M F O C rt M '~ I~ Poma Distributing Co., Inc. Jo6Eer, Clrenon U.S.A. Inc. Products 2297 S. Riverside Ave., Bloomington, CA 92316 • Phnne 1714! 877-2441 Mail Wdnsr.Pe em 5718, San eamndno.G91/I1 January 25, 1982 Wencly Ambrose City of (rancho Cucamonga P.O. Hox 807 9320 Baseline tad. Rancho Cucarronga, CA. 91730 Dear S+lendy, We are pleased to offer to supply you with petmle~n products foz the period emrmncing Marr:h 1, 1982 to February 28, 1983, and month to mw~th thereafter, or until texminate3 by either party on ninety (90) days prior written notice to the other. The price you will pay foz deliveries of petroleann products and the quantities ~ will deliver aze outlined in Dchibit "A". All products delivered to you hereutuier shall ix subject W provisions set forth in Exhibit "B", which aze heretry made a part of this agreaa~t. The imtor gasoline that we shall deliver shall be such volumes as are available to us under the thux3atory Petmleaan Products Alloca- tion Program, subject to our suppliers allocation fraction in effect at the time acd place of delivery. The products to be delivered hereunder shall be the regular mn- mercial brands of petmlecmi products manufactured by Chevron U.S.A., and marketed through our ccrrpany TesmS shall be net cash Accept at our option. This offer is subject to acceptance within thirty (30) days and if not so accepted, automatically Ueoanes cancelled. 'tM1lank you for this opportunity to serve your petrolewn requirements. ~~~ Fry date ~~~~2 Sincerely, '~~ ~ ~ , O~evran Poma Uislri6utsg Co., Inc. Jobber, CMr7on U.S.A. Inc. Prodreb 2287 S. Riverside Rue., Bloomington, CA 92316 • Phone pt4~ 8772441 M~I,W/nv: P.O. Bm eRe, Se e.nt6ne, G 82117 1~Oi1BTP „A~ Deli Estimated Delivery Tbaay's _ very Point Product A nnual Gallons T~ Net Price 111 Grove St. Unleaded Gas 108,000 TT&T $}}5g 111 Grove St l~ l 1.\l^+ ~Qv . gu az Gas 5,000 TT6T 111 Gmve St. Diesel Filel 20 000 1A~ ?\\~, , TTsT The foregoing gasoline prices include $ 07 st t . a e tax. All prices are subject to 68 state sales tax, The prices quoted aze for deliveries of 6,000 gallons or more All . products ordered can be crnlbined to reach the 6 000 , gallon minir.Am. *111 Grove St. Delo 400 15/90 300 gals Find $3.776 111 Grove St . tfiiv G/L 80/90 250 ]bs 35A $21.26 111 Grove St. Polyurea EP A2 100 1'bs 35p $26.29 111 Grvve St. ATF Spocial 25 gals 24/lqt $25.50 111 Grove St . Tractor ii}ai F1 50 gals 5 gal $21.75 The above prices are for deliveries in single barrel quantities Fo . r deliveries in five (5) barrel quantities, deduct $.20/gallon. The i pr ces quoted exclude all taxes. Any crnibination of la3rrels delivered will go towani wlume discounts. *7ncludes $.014 state lrotor oil fee. All prices quoted are subject to change at any time without notice. Our current charge for each IiOD drum is $20 00 and h ll . s a be inwicsi at the time of delivery. This deposit charge slwll Ue refucded u on p return of sard drums in good w7ditions within a reasonable o f i~ This deposit charge is subject to cha t m ~ p t nge a any ta e vn nut Qll>SIITr The yuantities ut petroleum products that we shad M1e ohiigated to Aetiver io rau hereunder shall be your estimated annual tequiremenes of the pare i<ular product at khe particular delivery' point as s<t forth hereunder. pROGUCTS The products to he delivered hereunder shall be the regular commercial brands of petroleum products markoteJ by us generally at time and place of delivery hereunder. DE LIYERI' Geliveries shall be made on your orders by tank truck, bulk transport, tank car, drums or other packages in fairly even monthly quantities £or the particular products and at the prices and lcwtions ns specified hereunder. The prices herein spec ifietl for bulk transport deliveries arc for full or Icgat capacity' of the vehicle used. Tank truck prices are for minimum deliveries ns specified hereunder. Lubricating oils and grass es may be comhinel in making up minimum. ymntities. C4LiRGL OR TAY Any' tax, tariff, duty', toll, foe, impost, charge or other exaction or the amount equivalent thereoo and any increase thereof now or hereafter imposed, levied or assessed by any governmental mrthority upon, measured by, incident to or as a result of the transaction herein provide) Ear, or the transportation, importation, production, manufacture, use or ownership of the goodz which are subject matter of this Agre ements, shall, if collectihle or payable by us, he paid b)' you on Jemand from us. Any such payments shall be in addition to the prices of herwise herein provided For. Unless notified by you in writing to the contrary, we shalt oat charge [he federal diesel foot tart which we understand you wish to pay directly to the gave rnment, iC and when it is applicahle according to your use. G0.N15 If we elect to make dative rtes hereunder in oux returnable Nigh Utility Dnans tHUD}, said drams shall rrmain our Property and shall be so designated. Wr applicable deposit charge for each HLIG Jrum shall be invoice) to you at the time of delivery. Said deposit charge shall M1e payable in accordance with terms established by us from time to time and shall be held as security, without interest, to insure the rexurn of saitl drum. The deposit charge for each dnim will be refunded to you upon the return of said drum in good condition m us within a reasonable period of time, otherwise, the deposit will be retained by us. If, during the term of this Agreement, we market any petroleum product covered by this Agreement in nonreturnable drums, we shall have the right ro make deliveries to you of said product in nonreturnable )rums. The price for each product so marketed shall include the value of the drum and the Arum shall bee omc your property. PRFR'CHilOX OP PERFOMWNGE Scieher party shall he in breach of its obligations hereunder co the extent that performance is prevented, delayed or (or in the sole but reasonable judgment of the party conce rneA } made avhstantially more expensive as a result of any of the following contingencies: (al any cause beyond [he rcasonab to control of the party concerned; (bl labor Jis hirh ante, whether involving the employees of the party coneerneJ or otherwise, and rngardless of whether the disturbance could be settled by acceding to the demands of the labor group; (c} compliance with a request or order of a person purporting to act on behalf o£ any government or governmental department or agency (including bat not limi ced to EPA, QSIW, GALSFW, etc.); or fd) shortage in raw material, transportation, manufacturing capacity, or the product itself from our then contemplated source of supply thereof not demonstrated by you fo be due to our lack of diligence. hh ear, ver performance is prevented or delayed by such a contingency, either party ns appropriate may reduce dative rtes in a manner which fairly apportions the consequences of the contingency. hhenever perfor.nance is made subs[anttally more expensive by such a contingency, we shall have the option either to reduce or srop deliveries Erom one or more facilities and apportion az provided above or to continue Aelivertes and increase pelves in a manner which fairly rapport ions the increased cast aF operating under such a contingency. performance will be excused as provideA herein even though the occurance of the con[in Rency in question may have heen Porescen or be foresee nb le at [he time of contracting or subsequently become foreseeable. Quantities not purchased or sold due to the occurance of a contingency need not he made up later. Nothing in this section shall excuse you from your obli Aabion to make payments when due as provided above. pEfA111,T ]n fhe event you shall fail [o perform or fulfill any obligation impose) on you herein, we, at our option, may terminate this Agreement forthwith. The waiver Ay us of any breach of any provision hereof by you shall not be deemeJ to he a waiver of the breach of any other provision or provisions hereof or of any subsequent or continuing breach of such provision or provisions. ASSIGNIAENT This Agreement shall bind successors and assigns of both parties hereto, and no assignment hereof shell be made by you without written consent thereto. i 0 N O b M N a d C P N m ~ n N h H rv~ p h a „o ro a- w m ~ C P n 0 M ~~ +~___ -. ..~..- p~-71~ CONSTRUCTION AND COMMON USE AGREEMENT Cucamonga Creek (Demens) Phase VI Equestrian/Pedestrian Bridge Crossings At Vicinity of Jasper Street (Sta. 64+87.6D}) THIS AGREEMENT, made and entered into this '~ day of 1981, by and between the CITY OF RANCHO CUCAMONGA, a municipal corporation of the State of California, hereinafter referred to as "CITY", and SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT, a body corporate and politic of the State of California, hereinafter referred to as "DISTRICT" W I T N E S S E T H WHEREAS, DISTRICT is owner of or exercises cognizance over certain rights of way and easements for flood control and water conservation purposes; and WHEREAS, the United States of America by and through the United States Army Carps of Engineers, hereinafter referred to as "CORPS", is constructing a flood control facility and appurtenances thereto within said rights-of-way, hereinafter referred to as "CHANNEL", in accordance with plans entitled "Cucamonga Creek and Uemens Creek Channel", hereinafter referred to as "CHANNEL PLANS", for the purpose of aiding in the confinement of waters of the Demens Creek hereinafter referred to as "CREEK"; and WHEREAS, CITY desires to construct a pedestrian/equestrian bridge and access roadway, hereinafter r ferred to as "BRIDGE", crossing the channel for use by the public; and WHEREAS, DISTRICT is the local interest representative for coordinating construction of CITY'S facilities within CHANNEL: and A812/09004 Page 1 of 6 i( WHEREAS, CITY desires to conditionally occupy portions of DISTRICT lands with BRIDGE and pu6l is utilities; and WHEREAS, DISTRICT entertains no objection to the occupation of those portions of DISTRICT lands for said BRIDGE and for public utilities, which lands are hereinafter referred to as "AREAS OF COMMON USE", and outlined in cross hatching on plat map marked EXHIBIT "A" attached hereto and made a part hereof; and WHEREAS, CITY desires DISTRICT through the CDRPS, to construct BRIDGE: and WHEREAS, CITY and DISTRICT will mutually benefit 6y setting forth herein the rights and responsibilities of each within the AREAS OF COMMON USE and with regard to construction and costs of BRIDGE. NOW, THEREFORE IT IS MUTUALLY AGREED AS FOLLOWS: CITY SHALL: 1.1 Acknowledge the right of DISTRICT, its successors, permitter, or assigns, to construct, reconstruct, operate, and maintain CHANNEL for flood control and water conservation purposes within AREAS OF COMMON USE without need for any further permit or permission from CITY; provided, however, that any such use by DISTRICT and/or other specified herein, shall not endanger, interfere, or conflict with the use of BRIDGE by CITY ar the public without first obtaining approval as set forth hereinafter. 1.2 Assume all costs for construction of BRIDGE and public utilities as set forth hereinafter in paragraph 1.7. 1.3 Submit to DISTRICT, at least 30 days in advance, plans for any pro- posed construction, reconstruction, or maintenance within AREAS OF COMMON USE A812/09004 Page 2 of 6 which may occupy, endanger, conflict, or interfere with CHANNEL or its func- tional operation, and obtain written approval from the DISTRICT of such plans, which approval shall not be withheld, provided that the work contemplated does not or will not, in the opinion of the DISTRICT, unreasonably conflict with, interfere with, or endanger CHANNEL or its functional operation. 1.4 Indemnify the United States of America and the DISTRICT, their 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, acts or omissions on the part of CITY, its officers, agents, contractors, and employees in its operation and maintenance of BRIDGE, and/or in the performance by CITY of any work within or adjoining AREAS OF COt410N USE. 1.5 Accept full responsibility and liability for use of BRIDGE by the public. 1.6 Accept full responsibility and cost for any and all reconstruction, maintenance, or operation of the BRIDGE subsequent to transfer thereof to CITY, and including approaches, parapets, walkways, and railing. Transfer of BRIDGE to C[TY 6y DISTRICT for operation, maintenance, and responsibility shall be effective as of the date of final inspection and acceptance by authorized representatives of CITY and DISTRICT or within ten (10) calendar days of final inspection of CHANNEL by CORPS and DISTRICT whichever is sooner. 1.7 CITY further agrees: A. To provide the DISTRICT with plans and specifications for said BRIDGE, including fencing and gate plans; and B. To deposit with the DISTRICT prior to construction the amount of 820,000.00 which covers the estimated cost of construction and the Corps of Engineers' overhead. The actual amount of the CITY cost will be determined after completion of the work. A812/09004 Page 3 of 6 • C. Promptly pay to DISTRICT actual costs in excess of estimated cost of construction should final cost including CORPS overhead exceed $20,000.00, D. Construct and maintain BRIDGE in accordance with the provisions of Permit No. P-181075 issued by the DISTRICT to the CITY on September 23, 1987, said Permit attached hereto as EXHIBIT "B". The terms of which are incorporated herein. DISTRICT SHALL: 2.1 As cognizant Local Agency, agrees: A. To provide far the incorporation of work described above into the CORPS construction at no cost to DISTRICT; said work to he per- formed in accordance with CITY'S drawings and specifications. B. To submit to CITY a final report showing the actual cost of con- structi on of the BRIDGE and, in the event the final cost, in- cluding CORPS overhead, is less than that advanced 6y OWNER, the difference shall be returned to the OWNER within ninety (90) days of completion of the CORPS contract. 2.2 Acknowledge the right of CITY, its successors or assigns, to use AREAS OF COMMON USE in common with the public; to reconstruct, operate, and maintain public utilities, provided, however, that any such use by CITY does not or will not occupy, endanger, interfere, or conflict with CHANNEL or its functional operation without first obtaining approval as set forth hereinbefore. 2.3 Indemnify CITY, 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 acts or omissions on the part of DISTRICT, its officers, agents, contractors, and employees in the con- struction, reconstruction, or maintenance of CHANNEL within AREAS OF COMMON USE, and/or in the performance of any work within AREAS OF COMMON USE. 2.4 Notify CITY ten (10) days in advance of final inspection of work encompassed by this Agreement. A812/09004 P 4of6 2.5 Promptly refund to CITY all funds in excess of actual cost. IT IS FURTHER UNDERSTOOD AND MUTUALLY AGREED: Except as expressly set forth herein, this Agreement shall not terminate CITY'S or DISTRICT'S rights within AREAS OF COMMON USE. Both CITY and DISTRICT shall use AREAS OF COMMON USE in such manner as not to interfere unreasonably with the rights of the other. Nothing herein contained shall 6e construed as a release or waiver of any claim for compensation for damages which CITY or DISTRICT may have or may hereinafter acquire resulting from the cons truction'of additional facilities or the alteration of existing facilities by either CITY or DISTRICT in such manner as to cause unreasonable interference with the use of AREAS OF COMMON USE by the other party. The DISTRICT is the local interest representative for the CORPS in coordina- Ling this project and that the CORPS is the contracting agent for accomplishing this work through their contractor and is responsible for this construction item as a change order to the original contact; therefore, that the DISTRICT is not responsible for the construction, inspection, or other contract related matters, however, if construction is found not to meet the specifications of the change order, DiSTRI LT agrees to join the owner in whatever action required to obtain compliance. A812/09004 Page 5 of 6 THIS AGREEMENT shall insure to the benefit of and be binding upon the successors and assigns of both parties, IN WITNESS WHEREOF, the parties hereto have caused their respective names to be hereunto subscribed and their respective seals to be hereunto affixed by their respective proper officers thereunto duly authorized. APPROVED AS TO FORM: SRN BERNARDINO COUNTY FLOOD CONTROL DISTRICT Alan K. Marks .~E~i'~` County Counsel County of San Bernardino BY Chyi~nan, Board of Supervisors NOV 16 1981 San Bernardino County !~ ( Flood Control District ATTEST: 8y . DCpu y5e re and of up wyisor5 San ~ rnardino County Flood Control District APPROVED AS TO FORM: By~~~ City Clerk CITY OF RANCHO CUCAMONGA BY ~~.~A. LLIU //~~~1~ Mayor /~, mil' ' ` y ~ ~-I'S 1981 City A toy ey A812/09004 Page 6 of 6 I'~sN ~ n _ ~ o ' p ~' ~ $ j t i ~ v' ,~, ~~ e~'~ ~ w x a- \ ~ ~~ ~ ~y+ ~ ~ O ~ '~ ~ ~ ~ y ~ Y ` ~ ` „ ~ I ~ ~ ~ ..: l L r- J - . ; _ A~ k ' ~ '~ : ~ ~:; _. ~ ~ v.o : r- ~~ ~ ~.• ~ x ~ ' ~ ~~I I ~ ,, . x i a ' ~ a 1 P• .. ( s~ 3 1 9 ~ I x e' ~ J • t 1 ~1' ~~.P~. '$ ,~. a ~`~ .1 ~~ ~ ~ ' . ,.. ii3ii~~Q ii~B ~:~~ =7~ , • •~~ C _. 1 , t (• *.. ~ . s I l ' t .Q` it ~. •, \ ~ ~ y a.'. . 4 ) / ~ ~ }}~~ gg ~ R~f~~ : ~ ' xe~ egi Aa ~ ~ ~ l I ,.J. Ae., vieN'E"~` ~~x'{~I~'a'. '{'x a . Gitl ' ° ~~ \ . ~x x .~ ~ d'~ ~l b~ ~4~1~~~7 #~ ~ ~' ~ ~ n ~ , ~ i A S ~~ 1 ~ IIP"17 . ~ '~ , 1 .r. ,~. ' ~ ~ .r^ i i ~ ~ ~ ~' ~ ~ ~ ~ ~' ~ ~ ~ ~° : ~i ~i~t~ - r f . ' ~~ ~ ~i ~x - ~ ~- i !~ ~'~ i ~~ ~ ~ ~ ) y0 y a • al . ~dl4~. p }~ Y !• br c ae _ 2~ b q fy a r ~ ^/ ~fl ~ .. 9 S ~ n I tl0 ~ 4 Yi i' (p ~ r { s i n j ~ ~ aa'1~ i' ~ ~ ,_. _ 1 '~~ ~.w. x .., a ,..a I ° s , j,j ~ x !'z" ~ ~ ~ 1 : n ~ ~~ as f . -~ o ~' , ~ ' 17 ~"~ ~ Oa ~ ~ r r ai ! I / ~ ! l / N t x ' ~ , ~ I ~ 1, i ti D.P 1.400/61a 'IIBIT~A' 'ARTMENT OF TRANSPORTATION COUNTY OF SAN lEPN~HUINO ~ FLOOD CONTROL r _~"-^ , -uaucwortis~c HcY ~~ ait Third Strees • San Bernardino, CA 92475 • 17141 383 1634 ?e ~~ JOMN R. SHONE, nvecmr September :3, 1981 PER`IITTF.F. File: 1-L51/2.04 City of Rancho Cucamonga Post Office Eox 807 Rancho Cucamonga, California 91730 Attention: Mr. Lloyd Hubbs City Engineer Gentlem¢n: Re: Zone 1, Demens Channel, C/E PERMIT N0. P-181075 In reply to s lext er dated August 10, 1981 from Associated Engineers on your behalf, pexTnis sion is granted to construct and maintain a pedestrian and equestrian bridge crossing and access roadway, subject [o [he following Special and General Provisions. Tye proposed work is located on District's Demens Channel north of Banyan S[reec and east of Sapphire Street, in the northwest portion of the City of Rancho Cucamonga. SFE CIAh PROVTS TONS 1. The proposed construction shall be in accordance with: a. The Plats, Exhibit "A", and the General Prov is inns, all of which axe attached hereto and made a part of this permit. b. The San Bernardino County Flood Control bistrict's Standard S pet if is act ons, available at the District Office, c. Ail appllcab le provisions of the "Construction Saf etV Orders" issued by the State Division of Industrial Safety and ";4~nual of Accident Prevention in Construction" issued by [he Associated General Contractors, Inc. 2. The PemitC ee shall hold the District and all officers, employees and agents of said public body Free and harmless from any and every claim, demand or action for damages, or injury to any person ar persons or property of any kind whatsoever, and any cost or expense in connection therewith, and a4;r e¢s to defend the Flood Control District, the County oC San Rernn rdinD, and all officers, employees and agents of said pub li r, body against any c]aims or demands which may artse out of or result from Pc note tee's occupation and ac trvi[ies on Dis[ricC right-of-way. 7. Attention is directed to General Provision "R", and prior to starting activity authorized in this permit, fhe Permittee, and/or his agent, shall discuss the work to he done with the District and reach an understanding as to the manner in which [he work is to be done. EX1{1827 "8" flnnEflT d fl14NCV OxxrJ of Sunxrvuois C ~,~rmy •tdn~~n,~u.re,~ olh~,n POD btbCR FnrUnulae DAVIU t, McRENN0. Third OisvK1 JOHNM Of PNAHU, nde~~n~~oami CAI M.tIWAIN Snramd Uremes PoaL RtO TOW NSENU ... ,FOUnp bnuwl Ens~r n•~n n.,n P,d.im Wnrh, ngrn(y PO JEP TI HAMMOCft. Pnb UnUml CITY• OF R4?7CH0 CIICA:10tiGA Permie No. P-181075 Page Two 4. Prior eo beginning any aceivi Cy authorized in this permit, the Pemi[tee shall provide to the Dis Cr ict written confirmation accenting full responsibility For the main[enan ce and operation of the pedestrian bridge end appurtenances upon comp lotion of construction. 5. In accepting this permit, the Perm ittee agrees that he will replace all access road pavement, irrigation pipelines, chain link fencing and landscape replacement with like kind produces installed [o size, line and grade as [he existing products removed as directed by the District. 6. Work done in the absence of prescribed inspection may be required to be removed and replaced under the proper inspection, and [he entire cost of removal and replacement, including the cost of all materials used in the work thus removed, shall be borne by the Permittee, regardless of whether the work removed is fount [o be defective or not. Work covered up wi C{iout the authority of [he District, shall upon order of the District, be uncovered to the excene required, and the Permittee shall bear [he entire cost of performing all the work and furnishing all [he materials necessary for the removal and subsequent replacement of the covering, as directed by [he District. 7. This permit will be void iE construction has not started within one (1) year from [he date of this permit. All work is [o be tom}>leted within sixty (60) days from start of work on District right-of-way. 8. No more than one-third (1/3) of any Dis [rict facility may be obstructed during the period October 15 to April I5, nor more than two-thirds (2)8) of any Facility may 6e obstructed during Che remaining period. The Ce[m "oh strut Lion shall include all [emPora ry or perm an en[ structures, falsework, excavated material, and equipment connec Ced with [he construction. For [he purpose of computing [he area of an obstruction, dimensions shall be taken no rma] to [he channel flow of the actual physical outline oC the obstruction. 9. No float able materials or stockpiling shall 6e maintained in Che channel area, and equipment shall be ke pC out of the channel except when 1n use during working hours. 10. In accep [ing Ch is permit, the Permittee agrees that he will pay [he cos[ of all survey work of referencing, checking and replacing of all District right-of- way monuments or survey control points [hn[ are removed, disCU rbed or destroyed as a rasult of work performed in connection with [his permit. 11. Access [o [he District's levees, channels and patrol roads shall remain open and free [o vnhiru lnr era Ef is at all times. Alternate access to the facilities shall be provided when existing access is severed or impaired. Contractor must prevent the public from ente rfng the construction area or the District's righ[- of-way. 12. Pe rmittee shall, a[ all times, exec else proper dust control and dust abatement. E%14I6IT "fl" ~ CIT1~ OF RANCHO CHCANONCA Permit No. P-181071 Page Three 13. A11 hardware on District's sixteen-fooe (16') double-drive access gat es to be tack welded. 14. Should future activities of the Dis [rlct so requite, the Permi[[ee shall, a[ its own expense, tel oca[e all or any part of the subject works as so required. 15. The location of any temporary construction roadways or ramps which the Permittee may wish to build on Dis [ric[ right-of-way shall be subject to the approval of [he District. 16. Any structures or portions thereof, including fences, shall be a temporary nature and shall be constructed in such a manner [h a[ removal or relocation may readily be made. Said removal or relocation shall be made at no cost to the District. 17. If the Permi[[ee should refuse or neglect to comply with [he provisions of Che pe rmi[, or the orders of the District, the Dis Cr ict may have such provisions or orders carried out by others at [he expense of the Permit tee. 18. Permi[tee agrees [o pay all costs of su i[ arising from [he breach of any covenant or condition herein contained on [he part of the Permi[Cee to be kept or performed. The Dis Cr LcC shall be ent i[1 ed to such reasonable attorneys' fees as shall be fixed by a Court of competent jurisdiction and all other costs and expenses of suit. 19. At the completion of the construction activities, the area shall be cleaned, graded and dressed to the sa[SSfac[ion of the District. A join[ inspection (PermiCtee/District) shall he made to determine if [he work has been completed in accordance with pe rmi[ requirements. The Permi[[ee will submit "As-Ruil[" plans at the time of the final inspection. Very truly yours, OHN R, SIIONF, Director Dept. of 'Iranspor Cation S Flood Control JRS :KAM:cm Attachments as noted EXNIHIT "R" PiiRY ['I' '~~~. P-L81075 CGS6R.\L PROMS IONS A. 'Phis permit is valid only for the pnrnnse soerified i!e rein. Zia than ge on program as nutl toed in anp!icaC inn or ::env in;;s sui+miC tad with appl ir.aclnn is permitted extent npnn ~.~rl tt_n Petmiss ion of the Flood Control Cnginoer. R. Ac[ivi[i es under [his Permit are subject hr ;ur: instruct tan:; of [ho Floed font rnl FaG ineer nr his ran re sea tat lve. ,V.i, P:y TFJ;f'C TOES ;11'ST SE ST2!CTLS' O;SS ERt'ED. C. District ar.[ivities shall take precedence at .a11 times, and when, any work ar act ivi [y must be. perfo coed Co carr7 cut the functions and purposes of [he D 15 LYiCC, Pe CmiCCCe mUSC a1lOW SamC CO be done tJl ChotlC 1n CerferenCe. D. Permi[tee shall assume entire respnns ihil ity for all ac[ivit fes under Chis Pe emit, and shall save [he District free and hn role ss from any and all expense, cost or liability in connection with or resulting from the exercise of this Permit. F,. Any damage caused [n plead Control foci] It ies nr structures by reason of the exercise of the Permit shall be repaired aC the cesC nE the Permf ttee to the sa[is fact ion of the District. Fermis tee will he billed with the actual cost [o the District should Permittee neglect to make such repairs prompC ly. F. Any Flood Cnn[rol right-of-way monuments Chat are, removed, disturbed, or dose rol'ed as a result nE activity under permit will he reel aced by Che District. Permittee will be 6111ed and agrees to immediately pay all costs of such replacement. G, Any strut tares, portions thereof, or other works Placed on DlsCrict rights- of-wav or which affect DinCr icC far.il it ies nr st cur to res moat be removed, revised, or eel ocn[ed h}' Perini Ctee withouC cost to the Dl sc rtes should future activities of the Di st rtes so require, unl ass o[henvise spec if ieJ. H, This Permit is valid on]y to Che extent of DLsC ricC jurlsdict ion. Permits required by other interested agencies and canrent of underlp inp fee owners of Dis[r ic[ easement lands shall he tl!e responsibf Li [y of the Perm it tee. Ni)I'p lNf, CONTA i`!PD 1?J 'fIiIS P@Ii:1iT SIIALh 6F CON STROF.I1 AS A RFI.i NQU1511^tISNT ltt' ANY RIGIITS NOIJ IIELD Bf 'f1IF DISTR iCI'. I. Unless nllturwise spec if led herein, this Permit 1s subject [o all prior unexpired permit„ agreement);, en>emen[s, Pri vileges or other rights, whether recorded or un corn rdml, in Ihn arm! spar ](lad to this I'e rmiC. Pe t'mf ttea shall make his own nrr:m);emonts wish bnl Jere of suoh prior rights. .1. Cxerc ise n( this Permit sh,!Il ind icnle acrepl once n( al] provisions. 5'iolat ion aF any pravi Sinn shall hr cnnsr far immed late caverns ion of PcrmiL. K. AT LFASI' 4A IIOI!I!B NOl'ICF SIIALL Bit Of 1'IfN T(1 'fill: Di STRICT _H_H pf1RE STARTING ANY IJORK I'NllFai_ TIIIS I'CRPIII'. 'Cc loplione number In he used far Chis no Ci(iraefon is (Area 6+dv 714) d8'1-1719. Failure of no!ifir,at(m+ is cause for cevaca[ion of this Permit. SAN BIiRN:SRDINO COI!NI'Y FLOOD CONTROh DISTRICT EXHIBIT "B" P N b H n A H b ~ ~ 3 w d vH w Y Oo O 3 m N A N H 3 o' C M N 1 bo H I REIMBURS F,MENT AGREEMENT for PLANNED DRAINAGE FACILITY CONSTRUCTION NO. 1 ~_ THIS AGREEMENT, made and entered into this ~~.'~ day of 1981, by and between the CITY OF RANCHO CUCAMONGA, California, a municipal corporation, hereinafter called "CITY" and CRISMAR HOMES hereinafter called "DEVELOPER", provides: WITNEESETH 47HHREAS, in the opinion of the CITY it is necessary that planned drainage facilities be constructed for the proper drainage of DEVELOPER'S development described as: Tracts 9637 and 9638 and, 47HEREAS, the DEVELOPER, at DEVFLO pEA's own expense will install the plamied drainaye facilities hereinafter described, and, 47HEREAS, the cost of constructing the planned drainage facilities hereinafter described will exceed the planned drainage facilities fee, which will be payable with respect to the development under the provisions of City Ordinance No. 75, and WHEREAS, Section 8 of City Ordinance No. 75 provides: "SECTION 8: Construction by Developer and Reimbursement. Whenever the construction of planned drainage facilities is necessary for the proper drains qe of a subdivision, the City may re- quire the subdivider to construct such facilities with credit being given by the City toward any fee payment required by this Ordinance. If the cost of such construction exceeds the fee which would otherwise be payable with respect to the subdivision, the City Council may, at its descretion, enter into a reimbursement agreement with the developer. In the event a reimbursement agreement is entered into, reimbursement shall be made only after the fee required by this Ordinance is collected in connection with a subdivision or development on other property in the area encompassed by the reimbursement boundaries described in the reimbursement agreement. The basis of reimbursement shall 6e the developer's actual cost of construction of the planned drainage facili- ties. The term of a reimbursement agreement shall not exceed ten (10) vea rs." NOW, THERF.FORF., the parties hereto agree as follows: 1. The Developer will, and at Developer's own expense, furnish all labor, equipment and material, and pay all costs incident to the installation in accordance with plans and specifications approved by the City Engineer of the City, the following planned drainage facilities: Archibald Avenue storm drain - From 19th Street to Highland Avenue. Line 2N of the proposed comprehen- sive storm drain plan. 2. Installation of said planned drainage facilities shall be completed not later than 6 months after the date of this Agreement. 3. The City Engineer shall inspect and test the planned drainage facilities at the expense of the Developer, and after any deficiency discovered by said Engineer has baen corrected by Developer, City shall accept said planned drainage facilities for public use. 4. City shall not be responsible for any loss or derma ce to said planned drainage facilities prior to their acceptance by City. Developer hereby guarantees and warrants said planned drainage facilities for a period of one (1) year following the completion and acceptance thereof against any defective work or labor done, or defective materia ].s furnished. 5. Developer shall protect, indemnify and save harmless City from and against any and all claims, demands, and causes of action of any nature whatsoever, and any expense incident to defense by City of any such demand or action for injury to or death of persons or loss of or damage to property occurring on Developer's development, or in any manner growing out of or connected with Developer's construc- tion, repair and maintenance of the planned drainage facilities described herein, or in any manner growing out of or connected with any deficiency in workmanship or material furnished in connection with construction, maintenance or repair of said planned drainage facilities. 6. City hereby agrees that in consideration of Developer's installation of said planned drainage facilities, C.i ty will not assess Developer the fee described in Ordinance No. 75 which fee with respect to Developer's developmen*_ would otherwise be the sum of $55,750.00 Dollars. 7. For the amount that the actual cost of construction of said planned drainage facilities exceeds the sum specified in Paragraph 6 hereof, which said excess amount is hereinafter referred to as the "original reimbursement sum" the City shall reimburse Developer, only as and when fees are collected under Grdinance No. 75 and only according to the formula hereinafter described. Amounts to be reimbursed to Developer shall be determined as follows: A. Following completion of construction the Developer shall submit all cost data to the City Engineer. The City Engineer shall then determine the actual cost of construction, and such determination shall be final. ~. Annually, at the end of each fiscal year, the City shall set aside into a "planned drainage reimbursement fund" ten percent (10~) of all Fees collected during the fiscal year under the provisions of Ordinance No. 75. C. The Developer shall he eligible to share in the planned drainage reimbursement fund commencing with the fiscal year which ends following the date on which said planned drainage facilities are accepted by the City. D. If the Developer is eligible to share in the planned drainage reimbursement fund, then not later than two (2) months after the end of such fiscal year, the City shall pay the Developer, from the amount set aside in the planned drainage reimbursement fund, a fractional, share thereof determined as follows: (i) The numerator shall be the original reimbursement sum for the Developer and the denominator shall be the total of the original reimbursement sums for all. Developers who are eligible to share i.n the planned dra inage reimbursement fund for said fiscal year. 8. All of Developer's right to reimbursement hereunder shall cease as of the end of the fiscal year ending ten (10) years after the fiscal year in which the Developer first became eligible for reimbursement hereunder, whether or not fully paid. 9. In addition to the installation of the planned drainage facility as mentioned hereinabove, the developer will construct the following improvements with plans, specifications and contractor's bid price approved by the City Engineer: Archibald Avenue reconstruction from 19th Street to Highland Avenue to include removal and replacement of asphalt concrete pavement with asphalt concrete berms at edges. 10. The City Engineer shall inspect the street reconstruc- tion, and after any deficiency discovered by said Engineer has been corrected by the contractor, the City shall accept the improvements. 11. Within 21 days from the acceptance of the improvements, the City shall reimburse the developer the total amount of the street reconstruction costs. 12. Nothing in this agreement shall entitle Developer to reimbursement of a sum in excess of the original reimbursement sum. 13. Amounts payable to Developer hereunder shall bear no interest. address: 14. Payments may be mailed to Developer at the following Crismar Homes/Chevron Construction Co. 2120 Wilshire Boulevard, Suite 200 Santa Mo ri ca, California 90403 15. Developer may change the mailing address by written notice delivered to the City Clerk. 16. Rights to reimbursement due under this agreement may be assigned after written notice to the City by the holder of such rights as shown by the records of the City. Such assignment shall only be effective only with respect to payments becoming due and payable more than thirty (30) days after receipt by City of written notice of such assignment. City shall not be required to divide any payment to be made hereunder. In the event it appears from the records of the City that more than one (1) person holds the right to payment hereunder, the City may deliver the full payment to any one of such persons and such payment shall be deemed payment to all. 17. As used in this agreement, the term "Ordinance No. 75" includes any ordinance amending or modifying ordinance No. 75 and any ordinance adopted hereafter which covers the same or similar subject matter and is intended to replace Ordinance No. 75. 18. The City reserves the right to at any time increase or decrease the fees payable under Ordinance No. 75. 19. If the fee established by Ordinance No. 75 is hereafter declared invalid or unenforceable, or collection thereof. is otherwise precluded by law, all Developer's rights to reimbursement hereunder shall immediately cease and terminate. 20. This agreement sha 11 be interpreted according to the laws of the State of California. This document contains the entire agreement between the parties with respect to the subiect matter hereof. This agreement cannot be modified except by an agreement in writing, signed by the party against whom the enforcement of any waiver, cha r.ge, modifico tion or discharge is soayht. Subject to any provisions herein to the contrarp, this agreement shall in all respects bind, and inure to the benefit of, the heirs, executors, administrators, successors and assigns of each of the parties. IN WITNESS [vHEREOF, the parties have executed this agreement at Rancho Cucamonga, California, on the day and year first above written. CHEVRON CONSTRUCTION CO., a California Limited Partnership BY: CRISMAR DEVELOPME CORPORATION, a General ~ Pe Partner BY'f~ !4ARI0 !-0ORY _~SIDENT Title Ey CITY OP RANCHO CUCAM~>ONGA /~ ~ rt yor ~- ATTE S'i': /i 7 1 ~ l City Clerk APPROVEG :+S TO FORD?: City Attorney P N M W n w ~ m g m ~ rr w r m w 0 £0. F* 6 [~ R W 7 M Y• b ~ 0 w ~ b M O N nt L _. Cite of RANCHO ~UCAMONGA Department of Community Development SPECIAL PROVISIONS BASE LINE WIDENING PROJECT BETWEEN BERYL STREET AND LION STREET w O E~~- U .^ \~/ r ~-. O ~~ 1977 CIT}' OF H:\NCHO CLti A)10NGA POST OF'F'ICE BOX 793 9310 BdSE L;NF, H,INCIIO CUC.>HO~Ge\, CA. 91701 PHOSE (714) 989-1851 YOTICE TO COATHACTORS PHOPOSdI. AND CONTRACT SPECIFICATIONS ASD SPECIAL PROVISIONS for BASF: LI NF: WIDF:B ING PHOJF.CT 6t:TitiEEN BF.RYI. S'1'. :\ND LIOV ST. Lloyd iluhhv City P:n~i nccr ` n~ TABLE OF COfl7EiITS COtiTRi,CT GOCL'hIE ZITS Pa_`ne Notice Inviting Bids A-1 [h ru A-3 Proposal B-1 thru ©-7 Bid Bond ~ B-8-9 C on[ract C-1 th ru C-3 Faithful Performance Dond C-4-5 Labor and hla to rial Bond C-6-7 STANDARD SPECIFICATIONS L STANDARD DRAilIIIGS 55-1 t40DIFICAT1CtIS TO STANDARD SPEC[FI C.4TIOfiS SS-1 SECTI UII 2 - SLOP EPE AND Ofl R L OF THE k'ORK SS-1 2-1 Award and Execution of Cent Tact SS-1 2-1.1 Proposal SS-1 2-1.2 Examination of Plans, Specifi- SS-2 cations and Project Site 2-1.3 Interpretation of DrawinOs and SS-2 Documents 2-1.4 Apa rd of Contract SS-2 2-1.5 Execution of Contract SS-3 2-1.6 Return of Proposal and Guarantee SS-3 2-5,2 Contract Documents ~ SS-3 SECTIGiI 3 - CHA ilGES III 410R Y, 55-d 3-5 Disputed 4.c rk SS-4 3-5,1 Retention of Imperfect 41ork 55-4 SELT ION E - CRCSECL'"?0^, PR06RESS ACID ACCEPTfd:LE OF LIORK SS-A 6-1 Construction ScF,edule and Cormencement SS-~ of I:crl: ' @-7.2 14orkday nS-a 6-8 Completion and Acceptance SS-5 SECTI OtI 7 - RESPOtIS t91LITIES OF THE COtlTRA CTOR r ~ SS-5 7-1 Contractor's Equipment and Facilities SS-5 J-1.1 Contractor's Responsibility for 41ork SS-5 7-1.2 tlotice and Service Thereuf SS-5 7-1.3 I-0arranty of Title SS-6 7-3 Liability Insurance SS-7 7-5 Permits SS_7 7-6 The Cnntractnr's Representative SS-7 i >! • • • • • ' " 7-10 Public Conve"fence and Safety SS-7 . 7-10.1 Traf Yic and Access SSJ 1-10.3 Street Closures,Detours, Barri- SS-B cades 7-10.4 Public Safety SS-9 7-10.5 Emergency Provisicns ~ SS-10 SECTION 9 - I-0EASUREI.1EilT AND PAYt4EiIT SS-10 9-3 Paynent 55-10 9-3.2 Partial and Final Payment SS-10 9-3.5 klork Performed Without Direct SS-11 Payment SPECIAL FRC17I5lOD S SECiIOiJ A- CONTRACT ORA4iIPIGS L DESCRIPTION SP-1 SECTIOiI B - GENERAL NATURE OF THE LiORK SP-1 SECT10i~1 C - TIh1E OF CO`1PLETION 8 LIQUIDATED DAI4AGES SP-2 SECTIOPI D - PERt4IT5 AiJD LiCEPISES SP-2 SECTIO;! E - PUBLIC LOtIVEPII ENCE APID SAFETY SP-2-3 S P:CI'IOiJ F - COOItDIP.ATION WI'fIl UTILI9'185 ~\NU 0'I'I IP;k AGh:NCIF;S tip-3.q SECTi CN c - DEFIIJITIOtJ OF PROPOSAL ITEi1S SP-.; Item 1 -Removals, Clew ri nq, Grubbing SI'-4-i and Recons trurti on. Item 2 -Excavation and AsphalC Concrete SP-V Removal i tart 3 -Asphalt Concrete Pavement SP-7 ItP.nt 4 -(lass 2 Ag~tre gate Ba>e 5P-f3 ltem 5 -Concrete 8" Curbw/18" Gutter f gp_g I Cent 5 Concrete fi" Curb w/18" Gut[er SP-9 Item 1 -'~onc rate Sidewalk & Wheelchair Ramp $P-9 ICem A Y:ancrete Drive Approach $P-9 l ton) g 'Coot rate Cross Gutter Incl. Integral Curbs $P-9 I LBIII 10 -loot rr he Masonry Block Wall 51'-10 Item 11 -Reconst rucl Existing Concrete Driveway SF_ 11 Rein 12 -4snhalt Concrete Dike $P_ 12 PItOJ1:CT 51)1NUddU UN,\{r tNG:; ii NOTICE INVITING BIDS FOR • BASE LINE AVENUE WIDENING PROJECT between • BERYL STREET AND LION STREET DESCRIPTI OfI OF WORK: The work includes the clearing and grubbing and excavation for the construction of curb, gutter, sidewalk, block walls and A.C. pavement on the south side of Base Line within the job limits. All work shall be accomp- • lished in conformance with the plans and specifications. RECEIPT DF PP.OPOSALS: Sealed bids will be received at the Office of the City Clerk, City of Rancho Cucamonga, 9320 Base Line Avenue, Suite C, Rancho Cucamonga, California, 91701, until 2:00 P.M. on the 11th day of March, 1980, at which time they will 6e publicly opened and read. • OBTAItII r;G CO'1TRACT DOCUMENTS: Plans and contract documents may be a6ta fined at the Office of the City Engineer, City of Rancho Cucamonga, 9340 Base Line pv enue, Suite B, Rancho Cucamonga, California, 91701, upon payment of $10.00 which amount shall not be refundable. Plans and specifications will only be mailed out upon payment of a mailing and handling fee in addition to that • stated above of 55.00 fora complete set. PROPOSAL GUARANTEE: In conformance with Section 37931 of the Government Code, all bids sh a1T be presented under sealed cover on the proposal form provided and accompanied by one of the following forms of bidder's security: • a. Cash b. Ga shier's check made payable to the City of Rancho Cucamonga. c. Certified check made payable to the City of Rancho Cucamonga. d. Bidder's bond executed by an accredited surety insurer, made payable to the City of Rancho Cu camonga. • The security shall be in an amount equal to at least ten percent (10":) of the amount of the bid. A bid shall not be considered unless one of the forms of bidder's security is enclosed therewith. A Surety Bond for payment of labor and materials will be required in the amount of one hundred percent (100';) of the estimated total contract price and a • Faithful Performance Bond in the amount of one hundred percent (100'~J of the estimated total contract price in the form attached to the contract documents. Said bonds shall be issued by a company having a rating of A+M or better. LOtP LE710N OF WDR Y,; All work under this contract must be completed within thirty ~3~wo'rYing days following award of the contract. Failure to complete work within • the stipulated period will result in the assessment of 3150.00 per day in liquidated damages. It1SURANGE REQUIP,EtdE NTS: Pursuant to the requirements of Section 1B60 of the labor Code Chapter 100b, Statutes of 1965), Contractor shall take out and maintain, dur- ing the life of this contract, workmen's compensation insurance for all hfs employees • employed at the site of improvement, and if any work is sublet, Contractor shall require subcontractor similarly to provide workmen's compensation insurance for all of the Tatter's employees. Contractor indemnifies City for any damage resulting to it from failure of either Contractor or any subcontractor to take out or maintain such insurance. A-1 ~ Public Liability and Property Damage: a. The party contracting with the Contractor for this work shall be understood to be the City of Rancho Cucamonga, but this understanding shall in no way alter the obligations of the Contractor or his surety (i es) to other parties identified herein. 6. Simultaneously with the execution of the contract, the successful bidder shall furnish satisfactory proof by certificate or otherwise as the City may require that he carries all of the various insurances set forth in paragraphs R, 8, C and D of Section 7-7.12, of the State Standard Specification, Automobile Liability including Non-Owned Auto Coverage, c. The limits of such coverage shall he: 1. Bodily Injury Liability . Property Damage Liability . 2. A single limit for Bodily Injury Liability and Property Damage Liability combined of . $500,000 Each Person $1,000,000 Each Occurrence . 5250,000 Each Occurrence 8500,000 Aggregate . $500,OD0 Each Occurrence $500,000 Each Occurrence d. The City of Rancho Cucamonga, Associated Engineers and their respective agents, officers, officials and employees shall be included specifically in all indemnifications required by this Section, and they shall he included specifically as additional insureds along with the other parties identified in suh-paragraph (2) of paragraph A. e. The Contractor shall require the subcontractors, if any, to take out and maintain such public liability and property damage insurance in the amount hereinabove set forth. f. All above listed insurance shall be maintained by the Contractor in full force and effect during the entire period of performance under this contract. CiTY'S RIGHT RESEP,VE D: City of Rancho Cucamonga reserves the right to reject any or all bids and/or waive any informality on a bid. No bidder may withdraw his bid for a period of thirty (30) days after the date set for the opening thereof. The contract will be awarded to the lowest qualified bidder. All work to be done under the direct supervis inn of the City Engineer, City of Rancho Cucamonga, California. Employer payments other than those itemized therein, as defined in Section 1713.1 of the Labor code, are to be paid in accordance with the terms of the collective bargaining agreement applicable to the type or classification of the workmen or mechanics employed on the project. ~ A-2 Copies of all collective bargaining agreement relating to the work as set forth in the aforementioned Labor Code are on file and available for ~ inspection in the Office of the Department of Industrial Relations, Division of Labor Statistics and Research. By Order of the Council of the City of Rancho Cucamonga, California. % • oyd B. Hubbs City Engineer LB H:deb ~ ... • A-3 • PROYOSAL TO TIIE CITY OF RANCHO CUC hMOAOA FO12 H.15E i.I Sii WIDENING PROJECT 6ETWEEN BERYL ST. AND LION ST. Name of Itidder Business :lddress Phone Number Place of LOCATION The ware: to he done and referred [o herein is in San Gernardino County, Rca to of California, in the City of Rancho Cucamonga, at lnc at ions as shown and describ- ed in Plans fnr the Base Line Widening Project between Beryl SC. and Lion St., and shall 6e const roc [ed in accordance with the Special Provisions (including the paymant of not less Chan khe minimum wage rates on file with the City and [he contract annexed hereto and also in a<co rdance with specified City of Rancho Cucamonga and San Bernardino County Standard Plans, the Standard Specifications for Public lturkrc Construction (t9i9 Edition). The work to 6e done is shown upon plans entitled "Base Line Widening Project ' between Beryl St. and Lion SC." _ _. ._ - Approved: .. _. .. _.. To the City of Rancho Cucamonga: , The unc!c rsigned, as bidder, decleces that the only persons or parties in Ceres ced in [his proposal as principals are Chose named herein; chat this • proposal is made without collusion with any other person, Firm, or corpora- tion and in subrti tong this proposal, the undersigned bidder agrees [hak iE it is deteraincd that he is [he sue cessful ~biddec, he will execute the non- ccllusion af.£idnvit incl tided herein; that, he has care Fully examined the location of the px opened work, the annexed proposed form of contracC, and Che plans therein ref errad Co; and he proposes, and agrees if this proposal is aceep [ed, chaC 'ne will contract with the Ci cy of Rancho Cucamonga, in the Form oC the cepy of the contract annexed hereto, to provide all necessary machinery, Coo)5, a!,para tux and other me nns of can stmction, and to do all the work and furni r'u all the ma ter lain specified in the cnncrac t, in [he manner and time [herein prescribed, and according to the req ui remen es of the En gineor as therein suC forth, and that he will take in Eull payment therefor Che following item peices, Co wit: R-t •~ ~ ^~ rv':.., ~';' . ~,.. Rp t. , _,.. Y;' - L., 5" .. :~~.i :.,i x. 'y; 1:i "1.i ~:J.. ~~~~~: 4~' n'Ere N0. ITP.AI ualr DDV M1IP:A SIRIE rs'I'laln'rr:u pUnN'I'I TY rrr:N run'r:u (IN FIGUIth:5) Tornl. 1N F'1GLIHES 1 REVOV,\LS, CLEAR74G GRUBBING, AND RECONSTRUCTION. LS LUMP SUb1 2 E%C:IVATION nND ASPRALT CONCHt:TE REMOVAI. CY 535 3 ABPiI:\1.1' CONCRF. TF, PAVEMENT TON 120 4 CL,\55 2 AGGREGKIE R:\SE (1.2 -FEET TH.'Cq) SF q,e3d 5 CONCRF.TF. 8" CURB W/18" GUTTER LF 456 6 GONCRF.TE 6" CURB W/18" CUTTER LF 18 7 CONCHt:TF. SIUF:{h1LK C WHEE6- CH:1hR HA?IP (4" TI!IC H) SF y,217 8 CONCRETh: DRIPF. APPROAChI (6" TIIICU SF 579 ~9 CONC'RE'[E CROSS GUTTER (INCL. INTEGRAL CURRS~ ~ Sh' 386 10 CONCItF.Th: MASONRY RLOI'H WALL. (48" fl EIGHT - 8" WIDTH BLOC'R LF 156 ' 11 Rt:C0A5TRUCT t:XISTl NG CON- CHh:1'i: URib'hati:1Y (6" 'I'IIIC'R) SF 2,233 R-2 :: C~9 _ ` , t., i; ff• 1.,, 4 ~7 `.ti ' Rd41 :. ~;; ' : ' i , lrrrl I ur'i~r nr rs'rlntnreu I'nta rlurr.u 'rn~rnl. N0. I'1'F.JI M1ih:d:; Ulih; QUANTITY (IN PI GUItESI ]N h'1 GURCS 12 ~ R" n5 PH:1 LT CONC RETF. DIdF. ~ LF ~ 3g TOTAI. (IN Dollars R-3 ::. Rids me required Eor the entire work. The aisount of the bid for com- pa rison purposes will be [he total of all items. 1'ite total of unit basis ~ items c+ill bo determined by extension of the item price hid on the basis of the estinm ted yuanti[y set forth for the item. 1'he bidder shall set forth for each item of •do rk, in clear ly legible Ci~,ures, an ieem price and a co Cal for tha item in [hc respective spaces pr evicted for [his purpose. In the case of unie basis ite;ns, the amount set ~ ~~~ fo r[h under the "1'o Cal" coluout sita 11 6e thr. extension of the item price bi.d an the basis of the estimated quantity for the. item. In case of discrepancy between Che item price and Che total set forth ~~ for Che item, Hie item price shall prevail, provided hot<ever, if the amount se[ forth as an item price is ambiguous, unintelligible or uncertain Eor any ~ cause, or is omi teed, or in the case of unit basi& items, is the same amu ant ' as [he entry in Che "Total" column, [hen the amount se[ Earth in the "Total" ' co lama for the item shall prevail in accordance with the following: (1) As Co lump stun items, the amount set forth in the "Total" column . shall be the item price. (2) As to unit basis items, the amount set forth in the "Total" co lupin shall be divided by Clte estimated quantity Eor the item and the price Chus ' obtained shall be the item price. If [his proposal shall be accepted and the undersigned shall Fail to contract as aforesaid and Co give Cite two bonds in Che sums to be de [ermi acct, with surety sa ci sEacCOry to the Cicy of Rancho Cucamonga within ten (10) calendar days, after the bidder has received notice from the City Engineer that Lhe contract has been awarded, the City of Rancho Cucamonga may, at its ' option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the for- feiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Rancho Cucamonga. ,_.. _I~~ :+ .,; ~A' N,:I ~~NN.+L B-4 su:3cuxrw~cruics In compliance with [he provisions of ~h.~ Coverr.ment Co,iu SecC ion 4IOL, Lhu uncle rsigneJ bidder he rrwiLh sacs forth [he name and lnca[ien oC the place oC hu sine ss of cacti subconL [a ctor who wi 1.1 perform work or laher or render service to the general contractor in u: about the cats rruction of ch.. work or i:nprove- incut in m; amount in excess uE one-half (l/2) of [he one percent (I1:) of the ge neraL con Crocco c's [Deal hid, and the portion oC [he work wi:ich will be don^_ by eac is subcon[rac LOr as follows: Place of Ue scri ptian oC Subcon[rac [o is C7ana Rus mess lb rk H-5 .lc company Lig Mils pr~pusal is ______ _ _ _ _ {Nl)'I't Cl: Insert Che words "Cush ($ --~)""Ca stile is Check,""CerC ifleJ Cbeck," or "D Wder's Bmtd," as [he case may be.) Sn amount equal to a[ least ten percent of the total of the bid. The names of all persona In to res red In [he Eo regu Lng proposal as pe Lw lpa is are as follows: y.7 ~1,'a' C,,~J ~~~!^ If bidder or ocher In [e re:a ed ~JVJl~~~~tc J S. person fs a co rpo rat ion, state legal name n£ co rportt loo, also n.m;es of the presldtmt, secretary, treasurer, and manager Chercof; 1f a co-parr nershlp, s[a [e true name of Fl rm, also names of all L:dlvldual co-partners composing firm; Sf bidder or ocher in teresCed person Sn an Snd lv ldua 1, state Eirs[ and loo[ names Lt full. Licensed In accordance with an act provid log for the registrar ion of _ Con[roc CO rs, License No. J~'~7i `~ F.".4'i fy~, ,.ir+ki:fata:~~ ' ~~~ V ' Signature of Bidder •' NOTE--1( bidder is a corpo ra Cion, Cha legal name of the corporation ~. shall 6e se[ forth above [oge [tier with the signature of the officer ~`, or of Eicers au[horizeJ eo sign cunt rac[s on behalf~9f [he corpora- 4 } tint; if bidder is a co-partnership, [he trua name of tha firm shall ,. ~' be Se[ Corrh above together with [Ite signature of thu pae trier or ~i pan nera mtehu ri zed Co 51 gn cen[racts Sn behalf of the co-par[ner- ~i ship; and Sf bidder is en Lndlvirlual, his si gna taro st~a 11 be placed I above. If si.gnat arc is Dy an aganc, othar Chan an o(f leer of a { { partnershi t, ^ Power of A uornc uwet ~~ cur w ra[Lou or a memhcr of r 4 Y ~:~ bu un C11c ui th thu City prior Co opening bids or SuLmi [COd wi Lh Lhe bid; oche rwise, [lie. bid will be Jis rogarded as irregular and ' !: UIIa Ul11p r1 LOd. bus moss AdJ ress Place of Iiusin ass __J_ ____v_ Data) 19 j' D-6 '7 ~' 1:' (F~~ l',. ('T'his aFi iJ~duit shu11 be uxecuCed b;; t'e sue easeful biddur at the time of submit ling hip bld J - NU:i-COLLUSIJN dP F'LUC;;iT Tu tho City Ran c;:o Cucan;onga: 'f he undo rs i.gnud, in subm iCl i.ng a biJ fnr pcrfurmin~ the fn lluaing wo rlc by contract, he ing duly scan rn, deposes and says: Thal ha Ims no [, ei [her directly of ind irrct iy, cut m-ud in [u any agreemunr, pa rticipa C~'d in any collusion, or oC he rw isc taken any action in res train" of free co;rpe [i[ive bidJing in connection with such con tr ac[. _- BA:i ii L: VE iti:Dc~ING PROJECT ' BETtvF.F:N BF.HY!. ST. dND LSOA S1'. Signature of Bidder business Address PLace of Residence Subscribed and sworn m before me [his _ day of No [ary Public in and for [he County of _, State of Cul lf.o rn ia. hly Cmrvn iss ion Cxpires 19 19_ 0-7 CITY OF ILINCI;7 CUCA:fO;;CA SdN BE&)<1P,'JINO C U[J'L"i, C.ILIFOi;\I:1 BIUUL'R' S ISl12ii1 • RNUIJ ALL ;IIiN BY 1'IIESIi PItCS Ei: CS, ThaC wc, as PR f:1C 1PAL, and as SURE'[Y, are held and firmly bound unto the City of Rancho Cucamonga in tye penal sun of TEN PERCENT (lU2) OF THE TOTAL A}IOUNT OF 1T!E AID of the Yrinci- pal above named, submit [ed by said Principal to the City oC P.ancho fucamonga, ~ ~ Department of Public Wnrks, for the work described below, for the paymenc of which sum in lawful money of the Uni [ed States, well and t:my [o Be made, to the Director of the Department to erhich said bid was submittal, we bind ourselves, our heirs, executors, administrators and successors, jointly and save rally firmly by Chese presents. In no case sha7.l the liability of the surety hereunder exceed the sum of _ ~ ($ ) 1'HF. CONDII'IUN OE' 1'IiIS UBLIGAI'IUN IS'BUCCI, • That whereas the Principal has submi t[ed the above mentioned bid Co dte Cicy of Rancho Cucamonga as aforesaid, for certain cons [}~uction specifically ~ described as follows, for which bids' are to be opened ab ' Cali[orn ia, ou for _ _ • ' .,, B-8 ~;,' Mill, '1'I ll'I: II I'uI: C, iF the ah~ru5a iJ I'r iuc ipe] is ul+a rJuJ We runt tart uud, vilhiu tbi• llnm .uW n~.urnor roq uir.:J I~.nd.:r the epee it ieut ions, oiler llie , p rtarribed forty, in uccu rJ•nu'u with Ih,. bid, lllrs tau hoods vLLh d,e Ucpa rt pig ~t. one to guarantvu L,ithlul pcllurman cc anJ the ocher to gun rantcu pa yumul fu t' labor and ni.it vri alx, us rec;n iced by l.n+, rhea lhls ub ligulLm shu ll bu null anJ Vu id; olhu rv ise, it shall bu unJ swain in full force auJ vir too. 1N 1J 11 t:~55 WIIL3EOF, We have hereon to set our hands anJ scu is on this day of , A. D. 19_ (S };)Lj (SIJ+L) Y tin cipal (SEAL) Surely tlo te: Si gnac aces of [hose execu[ing for the surety must be prupe rly a cknov led ged. B-9 CITY OF RAtiCi'0 CL'C,UIO:CGA Se4\ BERNARDINO C'NSTY, Cd LIFOt'.:v IA CO'.TRACT BASE LINE WIDENING PROJECT BETWEEN BERYL ST. AND LION ST. THIS AGAEL.-0F.ivT, made and concluded, in [riplicaCe, Chis `___ day of One Thousand Nine Huud red and 6e C..een the City of Rancho Cucamonga, party of [he first part, and Contrac [e r, party of the Second par[. ' ARTICLE I--WI1'NESSETH, Tha[ for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the said party of the firs[ part, and under the conditions expressed in the two bonds, bearing even date with these presents, and hereunto annexed, the said party _" of the second parr ig recs citF, the said party of the first par[, at his owr proper cost and e::pense, to do a1.1 the work and furnish all [he materials, e::cept such as arc mentioned in and specif ica tious to be furnished by said party of [he Ei rst par[, necessary to construct attd 'complete in a good work- manlike and substantial manner and to the satisfaction of the City of P,ancho Cucamonga, in the County of San Rerna rdino, in the Ci[y oC Rancho Cucamonga, in accordance with the Special Provisions hereto annexed and also in accordance with specified City of Rancho Cucamonga and San Bernardino County Standard Plans the Standard Specifications for Public Works Construction (1979 Edition) and minimum wage rates are hereby specially referred to and by such reference made ,. a part he reoF. The work [o be done is shown upon plans a°.d ::necifica!~. ions entitled "city of Nanehn Neam nnga Base Line Widening Project. be tweet; beryl St. and Lion St.,^, ,lpp raced February 20, 1980 which said project plans and spccifical inns arc Itcrchy made a pert of this cool rant. ' ARTICLC II--The said party of the Cirst part hereby promises and agrees with [he said Concrac for [o employ, and does hereby en;p kry, [he Bald Concrac- for to provide the materials and [o do [he work according to the terms and conditions herein contained end referred to, far the prices hereinafter sec .~ f.o rth, and hereby contracts to pay the same at the time, in the manner and upon Ucc conditions ha rein set forth; and the said parties (or themselves, [heir heirs, executors, administrators, successors and assigns, do hereby ' agree to [he full pe rConnance of the covenants herein contaired. ~~" . :,~ _ ~~ C-1 :~: ARTICLE III- Minimum Wage Rates on Eile with [he City, is hereby specifically referred to and by this reference is made apart of this contract. It is further expressly agreed by and between the parties hereto that should there by any conflict between the terms of this instrument and the bid or pro- posal of said Contractor, then this instrument shall control and nothing here- in shall be considered as an acceptance of the said terms of said proposal con- flicting herewith. ARTICLE IV-- By my signature hereunder, as Contractor, I certify that I am award of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation ur to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before comuencing the performance of the work of this contract. ARTICLE V-- An the said Contractor agrees to receive and accept the Unit or Lump Sum Prices bid as full compensation for furnishing all materials and for doing all [he work contemplated and embraced in this agreement; also for all loss or damage, arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the Ci[y of Rancho Cucamonga and for all risks of every description connected with the work; also fur all expenses incurred by or in consequence of the suspen- sion or discontinuance of work and Eor well and faithfully completing the work, and the whole [hereof, in the manner and according to the plans and specifications, and [he requirements of [he Engineer under them. ARTICLE VI--The Notice [o Contractors, and the Bid Proposal are hereby in- corporated in an made a part of this Contract. C-2 V e o ~~~ `~ ~ o n 1. y a ~~`~ E E 3 N y~ E ~ \ ~ _ V .. _ 1a 3 E ° 3 E L .~ A ~ ~I -\`~ v V1i V k= ~. ~~ w o =_ I N w V y OV ~ ({j5 V ~ y ~ V ~ v ? ~ N I J W r Z z;ao„= as ~o_ 1 ~ n- ~`YU ~~~>~ ~ In Wi Cnesa l.herwtf, cha pa rcics ~E Chase prasc•nCS have he reuu CO se[ [heir hauda Che year' and dale Eirsc :.hove wriC ten. • .' • • ... ; l APPkuveD: Con Cractor ey Approved as [o For;n and Procedure • dt torney ' •' By Dated: l9 _~ :<(i' r• ',' ~. ~,pw ~~' C_3 p• i urntl No. 7/~ %.f'3 ~ Premium: G 3 5~ CITY OP RANC' U GUCP.h:0:4GA FUBLIC COV1'R:1CT PF.RFOR:41NC6 BOND KNCX ALh i:EV BY 1'kiESE Pk;ESEVTS: That ~ <t~' /~ y`l L-~'~'Jny _ , as and hereina Ccur raf erred to cnllectivo.ly as "Principal," and ~7C~GiT~~'o ~.F~x'r - ~.At ~f a corporation organized and existing under the Yaws of [he Seace of ,( i //fi'[~~, ~~.L,D artd duly authorized to transact surety business in the S[a[e of California, as, and hereinafter referred to as, "Surety," are held and firmly bound unto the City of Ran~~cyyho Cucamonga, here- inafter re Cerred to as the "City," in the sum of $ ~~/ /~, for the payment of •.:hich Principal and Surety bind chemselv~esT,~c heir heirs, adminis- trators, successors and assigns, jointly and severally, as follows: THE CONDITIO OF THE A30VE OBLIGATION IS TRAT: / , WdEREAS, Principal has entered into a contract dated !-/ ;C'i~ 191j (!, with City to do and perform [he follo~ding, generally described work, which is core particularly described in said contract: Fur chc construction of RASE LIVE 1VIUEti ING PROJECT REt1V h'.ES BERYI. S'I'. AND LION ST. ~ '. kT{ERLAS, all eE such improvements aze to be constructed and installed in acco zdance wi ch the plans and specifications described, referred to and incorporated in said contract; and ~ ~ lrl{EREAS, Principal shall commence and complete the 'c"ons [ruction and ins[alla [ion of such improvements as provided in said contra[ t; and [' NOW, THF.itEFORe, if Principal shall faithtu lly per Corn all agreements contained in the aforesaid contract, then this obl iga[lon shall be null and ~ .1 Vold. P20VIDGU, k!OiJ4;VP.R, iE Princf pal shall not faithfully perEorn all agree- ments, contained in the hereinnbove described contzact and all ohl iga [1 ons, then this obligation shall remain in full force and of fee C. ~ ' t . ~~f. C-A sr:\rr; or c:\f.uoaziA r rn GL~1 s ~'~ i ~~~ • Lfdorc roe. the undcroipneJ. n A'oLUC PuLlir° ul said county' ,rod s6ue. prl>un.Jl>' •yrpcand ~'~" ~ :,c. ,, ~.. ~.1 .. knman to mo to Le ihe,ltGaney-in~Fart of dre rorpon LLinn that esrruted dreoit iris instnuucnt. knurls Tn nm m Le rho pvr~m aim exrrurerl the with in insrnmlenl nn I'ehali n(Ihc rvnpocaion tiu•min nanu,;. :nvl urknmrled~dr'd m ore that sa~h rurpnr. rr inn ecenrtorl Ihr sane. nii . u. r rirr.~ ~n rmn~ rrrr~x `.r mnrx~~ OF ILIA SEPL ~ ~ /~ ~ v / ~ ~ AGNES M EVERETT ~ -.~,"< <._ ~fJ j` p«? F • r;euc cnu NOTK OflNlA ~, .\nl/If\'~//Ihrrr PRINCIP4L OFFl IN I a LOS PNGELE ~ My Commission ENpues June 19, 1981 m ~ ~ °H'/' rR rn.r.rii rrri»rrrmn,.n mrrnrwr~ .,,. ,i .» r i. nm n .nn •.vr SiAtF Of lS-~y^--~ c _ - ON !S~>-~' ~ __19 ~~_~ before me, the undrr ned, a Notary Public m and far Bald Stale, personally appeared .. Nnawn io me, to 6e the Dersan whose name. /~ suhsaibed to the wlrhln IpstrumenC and acNnowledged tome that he executed the same. I ,,,•„rr r..,,.,m.m,m.m.• x... r--^^^^m oF~rr;rAL seAL wIiNFSS my hand and officml seal. C Pueuc cALREn g AGNES E N ~ NOTPRY M ntt ' 1 GIPAL Of Fr ry11N NGELES GOU 1981 ~ L x ,m~nr mnrnunmrn xxermrnrnn...,. rORN16 ; My Rmmission Expi , ,ns. ~enlrUOnaAf CS aunn l9nrnnnnxxinre Nttary PuaIR m ana inr ¢aid $lal¢ ACIfNOKIFOCNf Xi fOrb fm^ tll Per )51 1'ifUV 114a) h'UI; fIIP:R, IIJI:CVI:I;, Ural S,n'e:y he rely st ipu Ld t~s auJ agrees th,t[ no ch.tn};c, eat onsiun of Lime. a'ler.tL inn or niodi Cicuti mi ur thu can u'uet du cuw~aLLS ur u( the uo rk w Le perCo r::cJ Lhnnnnulor shill in wry svy aCCect iLS uLJ it;a tiun un [his bunt ,md i.c duos hu rcby uaivu notice oC auy nude chuu ~u, caters ion of time, alterat loq or mod It ica Liou of the coot rac[ ducu- men[s or of cork [o Lc pe r(ormed [bc rc un do r; and PIU)V1000 F'UILL'IIliR, Uta[ in case suit is LrouEL[ upon this Lm:d by the _ CS [y ur auy other person vho may brim„ an actl on on [lilt LmtJ, a L'easonaL lm a[to enay's tcc, Lo be flsed Ly [he Court., uba 11 he paid by Yr Ltc lpal and Su re [y, _ SUKEIY: T/(',7yF /. J`~ r!c~! ! ~l~S/i ~H~f~ ~.. ( ~) ~ _ ,~' ~. Kc [ornay-Sn-Fact ' (SEAL) DY: Add cess of Sure[y~: ~ - PHINCIP.IL: IQ~~IL A~q LAAS~'7r INANE) -- BY: C..Qw.. t~ S. L an..r'4 - SY: ~» , Address of Principal: ~ ' ~J/t 41 LY AO+Kt Ci r/t7G< AP!'ItUVED AS 1'U FURa: City At LO rncy AI'FBUVFU r\5 '1'U CUN"IGU'f: ' City ling in ucr .'+, ,~~,, C-5 ~, ~.~ :'- amount $~~.31 7,F"! ~~ Prer:.i um: d y_~B`~" CIiY OF CG\Nl,9J CL'C.1:90SGA PL79LIC CU:+TRAC'L IdEOR ANU ?4CfER L1LS _ / K;;O:J dLL elEH IIY THESE PRESEi:TS: That C ACC ,Cy~ f: ~A.GfC-~- ~ ~ , as and hereinafter rc£errud Co co lLec tive.Ly as "Principal," and ~ c ~.r ~~ - ' a corpo:`a1[ioa organized and existing unde [he laws of the State of -.}~~';x!'11 , and duly authorized to transact suret}• ~ business in Che Sate of California, as, and harnina Eter referred to as, "Surety," are held and firmly bound unto the Ci[y of Rancho Cucamonga, here- inafter referred Ca as the "Cie '~~ y," in [he sum of $ ~~' JS ~ For the . -'' paymenC of which Principal and Surely hind themselves, their heirs, adminis- [rators, successors and assigns, jointly and severally, as follows: THE CONDITIDN OF THE AGOVE OBLIGATION IS TIiAT: 1T WHLREAS, Principal has entered into a con Crac[ dated ~,. jl';~ ' 19~, with City co do and perform the Following, generally described work,' r' . which is mores particularly descrihed in said conerac t: '~ F'or Che construction of 8.1SF: LEAF Wi DEA IVG PR0IECT 3ETWF.EN Bf:RYF. 51'. AND LIGN S'L. s~.~ WHEREAS, Principal shall commence and complete the cons cruet ion and d. ins tally [ion of such improvements pfovided in said contract; and ,' NOW, 1'HEREFDftE, iE Principal shall pay the Con Crac to r, his suhconc ractor, ~~:: and all persons renting equipmenC or furnishing labor oe~ materials [o Chem Lor such improvemencs Eor the full cost of such improvements, then this obligation shall be null and void. ~~ PROVIDED, IIOIJEVER, if. Principal shall not pay the subconcmc[or and al.l ~y ~ persons renting equipment or Eurni sh ing lahoc or materials to Chem For such improvements Lor Che full cesc oL such improvemencs, Chen Chis obligation shall remain Sn full. force and e(Pec[ and such Contrac eor, subcon r.rac [o r, and parsons shall. have a dircec right of action against the Principal and ~ ~ Surety under thi:: obliga Cinn, subject to the priority of Ci[y. ~•J~. C-6 ~'~I~ tiT:1T6 OF CALII'OR~IA _ CuctirY or Lo> :A~~eua.rs t hr ~~~i '~ ~i~`~~` > . Lc(Gre me, the undersigned, a Sotury ['n Llir of said rounty r mrsone{{p r Ic.aull l :f .~,~'.~",~~~ :Ind slate. { ~• PV knotcn to me to I ~c the.\ttomcr'-in-Fart of the r+ryorntinn that exeru tal the n ithitt msttumun t, knmm~ to ntc tr] he the PF•r.on ]vho ecru LMl the x9thin instrunlcnt Glt Leh:d( of the rorpmntiml therein nnmcd, and arkomYledgcd to Inc shat sueh cnqu]ration esecute4 the sane. ' OFYIC]AL SEAL 91 j~~F " ' ~`~ AGNES M. EVERETT ~j><~-- ~l `!lam` ~_ NOtAPV PUBLIC LeL1E0aNM PNINQPBL Ori1LE IH < HRi l:1/0 5 PNGEtF9 WNNTY ~ I ~~. \nxrvl~~- 1n.1.IH MY Commission Expaes Jwn: 19. 1981 ~' a1A1E Or r'c'" dddNiy dr- -_ .- OIIICIFI SFAL AGNES M. EVERETT NOiAar PUBLIC GL6cPNIA z PPINCIPAL OPFILE IN I', LOS ANGELES COUNTY I My Commission EEPves Nm 19, 1981 s ~~~~~ .................lll~m.~a...,la.~~~lmm~mm»,.~almml.,n.a.wi --_ ACLnBnt(oen Enr-.cenenb_Wanetb term t]1 -net lu `] ON ~~~-i''-~~ i .. _ _ _- _' 191, i. before me. Ih/underslgned. a NOtary Public in and for said State, personally appeare0 __, known to me, .. _ .. - -- -_ - __ .. ., ... _-- ~i to he the person..._ whose name__ % ~ .. subsnihed to the within Instrumen6 and acknowledged tome that _ . he.... eaecuted the same, i WITNESS my hand and official seal, ~~~ C, Notary Puane m and for Bald State. ,' 1'RUViUCU VUlffll Lit, IIUUI:VP:R, [lint :;urcty 5tipu]dtcv nnJ agn: a;: that nu ., chm+ge, ex[ens ien of time, al tr ut[ion ar loot ificatimt uC [Im con[ract Jucu- mmtts or of thu work Co 6c per [o rmeJ [Le rc un ter ahall in any way a(CocC i[s ~ ohl iga[ian on [his LonJ and it Jnes herchy waive nut ice oC any such chan};c, ext enalon of Ci;ac, al Cera [ion or mot if icution of [he cenCract Jot umen[s or of work to Ue per Co tined [hereunder-, and l'ICOV LULU 1'U1:1'IIEIt tLa[ Sn'cuse sui[ Is Drought upon this bond by the ~ Ci[y or any uehcr person who may brLtg an action on this bunt, a reasonable attorney's fee, Co be filed 6y Che Cour[, shall be paid by PrLtclpal and Surety. IN W11'NESS WHEREOF, Principal and Surety hav~/e cnuseJ [hose pt'esepn is co ~ Ge duly signet and sealeJ [his / ~ da~y7-o f- _ ~~.F'ie , 19CJ /~!/_ SUHE'1'Y: ~7 i0E ~ ~_ ~VAiO_ i w~ ~!/f~ A[[outey-LrF'uc[ (SEAL) HY: _ Address of Sure y:~ ~~++ i P&INCIPAL: lRCwtZL ARyI ~~~~ (NAlIE) . sY: Lcea.,Q Cr . taw+w. YA;. AJd ress of Pr incipul: _ I~0 41[ YS'r/ 1RnR/ww AaK~ 4 y~TaG ' Al'l'RUVCU AS 1'U k'OILN: Cl [y At[o rn ey APPhUVEU AS '1'U COG'f l:Ni: City linginccr C-7 • . MODIFiLA'IlOf15 iU • STANDARD SPECIPICATIOilS FOR ' PUBLIC WORKS COfISTRUCTIOfI PREFACE - STANDARD SPECIFICATIONS AHD STANDARD DRA4IINGS ~ The Standard Specifications for Public 4lorks Construction written and promulua ted by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America shall be the Standard Specifications of the City Al~l,:work . ~ shall conform to the 1979 edition, including supplements, of these Standard Specifications, the Modifications to Standard Specifications ~ for Public Vlorks Construction and Standard Drawings as issued by the City availably at the Lime bids are opened unless otherwise ~.. specified in the Contract Document<_. The above Standard Specifications, Modifications and Standard Drawings ', are hereby made a part of the Contract Documents. For the convenience of the~COn t ractor, the section and subsection number ina system used in these Modifications corresponds directly to that used in the Standard Specifications. - ~~ SECTION 2 -SCOPE AND CONTROL OF THE lJORK is amended as follows: 2-1 Award and Erecution of Contract ,' 2-1.1 Proposal -~~ The proposal shall be fully executed and submitted cn the ' forma provided by the City and shall be enclosed in a sealed envelope marked " and addressed as direr red in the "Notice to Contractors". If the proposal is nwde 6y an individpal it shall be signed and his full name and address shall be given; if it isHn@de by a firm it shall be signed with the co-partnership name by a general partner thereof, rvho shall also sign his ov+n name, and the name and address of each member of such co- • ~ partnership shall be given; if made by a corporation, the name of the corporation shall be signed by its duly authorized officer and attested by the corporate seal. The appropriate acknowledgement must also L•e signed before a notary public. -~ Bidders arc warned a9a inst making erasures or alterations of any kind on theSr Proposal. Proposals which contain omiss inns, erasu re rs, alter- ations, conditions or additions not called for may be rejected. , At the time that the Contract Agreen~~nnt is executed by the City, . the Contractor shall belicensed under the provisions of Chapter 9, Division 3 '~a N" $~-1 (.i,i ' • of the Business and Professions Cade of the State of California to do the type ' of work contemplated in the Contact and shall be skilled and regularly engaged • in th_ general class or type of work required by this Contract. 2-1.2 Examination of Plans, SPecificat ions, and Project Sit= Bidders shall read the specifications, examine the drawings, and make their own estimates of the existing facilities and the diffirulties ' which will attend the execution of the work called fur by the proposed contract, including local conditions, uncertainty of weather, and all other contingencies. Bidders shall satisfy themselves by personal examination of the locations of the proposed work, and by such other means as they may choose as to actual conditions ,~ and requirements and as to the accuracy of the quantities stated in the Proposal forms. Information derived from the maps, plans, specifications, profiles, or drawings, or from the Engineer or his assistants (or the Architects or their • assistants), shall not relieve the bidder of this responsibility, and the interpretation of the data disclosed by borings or other preliminary investi- , gations is not guaranteed ar any liability assumed by the City. 2-1.3 Interpretation of Drawings and Documents • if a prospective bidder is in dcubt as to the true meaning ~' or intent of any part of the Contract Documents including the Specifications, or discovers discrepancies in, or omissions from, the Specifications or • Drawings, he may submit to the Engineer a written request for an intzrpre- tation or a correction thereof. Interpretations or corrections of the Contract Documents including the Specifications and Orawin gs, shall be made only by addendum duly issued by the Engineer, and a copy of such ' addendum will he sent 6y certified mail, postage Drepaid, or delivered to each person receiving a set of the Contract Documents whose address is known to the Engineer and such addendum shall be considered a part of and incorporated in the Contract Documents. 2=1.4 Award of Contract After the Proposals have been publicly opened and read ~. aloud, they will be checked for accuracy and compliance with all provisions . ~ as specified herein. • - The City reserves the right to reject any or all bids and to waive any informality or irregularity~in any bid received and to 6e the sole judge of the merits of the respective bids received. „ Award of the Contract, if it be awa Med, will be made by the City Council vrithin 30 days after opening of the bids. Award will be made to the lowest responsible bidder. . ~ In selecting the lowest responsible bidder, consideration ~~ will be given to [he general competency of the bidder for the performance ~• of the work covered by the proposal. To receive favorable consideration, a bidder may he required to present evidence that he has successfully performed ' similar work of comparable magnitude or submit other evidence satisfactory to .~•~~,~ the City that he or his associates are personally competent to manage the pro- posed undertaking and to carry it forward to a successful conclusion. Pro- fessional integrity ant honesty of purpose shall be essential requirements. 'fir . SS-2 • • • • • • • • ' A showing of adequate financial re:,ources may be required but will not alone determine whether a bidder is cum{~c tent to undertake [he proposed work. Only manufacturers or contractors of established reputation, or their duly authorized dealers or agency, having proper facilities for the manufacture of the materials or equipment and for servicing same, or for proper execution of the work called for in the contract, will be considered in making the award. 2-1.5 Execution o' Contract A bidder whose proposal is accepted shall properly sign a written contract agreement with tho City on the form of agreement attached hereto and return said contract together with good and approved bonds and insurance certificates as required by the Contract Documents within ten (10) calendar days from the date of the mailing of a notice from the City to the bidder, according to the address given by him, of acceptance of his proposal. Contract bonds and certificates of insurance, if required, shall be filed in all instances before delivering any equipment, materials, or performing any work under the contract; also before any purchase order shall be issued. If a bidder whose proposal is accepted fails or refuses to enter into a contract as herein provided, or to conform to any stipulated requirement in connection therewith, the money represented by his check or bidder's bond shall become the property of the City as provided herein and the award will be annulled. At the discretion of the City an award may be made to the bidder whose proposal is next most acceptable to the City, and such bidder and his surety shall fulfill every stipulation embraced herein as if he were the party to whom the first award was made. A corporation to which an award is made may be required before the contract agreement is finally signed to furnish evidence of its corporate existence, of its right to do business in California, and of the authority of the officer signing the contract and bands for the corporation _ to so sign. ` ' 2-1.6 2eturn of proposal and Guarantee ~' The check or bond of a bidder to whom the contract has been awarded will be returned to him after all of the acts ,.f or the performance of which said security is required, have been fully performed: The checks or bid bonds of the second and third lowest bidders will be returned rah en the bidder +~'~: ~to whom the contract has been awarded has property executed all of the requfred Contract Documents. Checks or bid bonds of other bidders will be returned when their proposals are rejected or in any event at the expiration of forty-five (45) days from the date of opening bids. . 2-5.2 Contract Documents . ~ Should it appear that the work to be done or any matter ~. ' 55-3 v., ~'j}. ,~~. ,.;. ' _~, '~'- .. 'i' ~. ~ relative thereto is not sufficiently detailed or explained by the specifications the Contractor shall apply to the Engineer for such further explanation as may ~~ Ue necessary and shall conform to such explanation or interpretation as part of the Contract so far as may be consistent with the intent of the original plans and specifications. In the event of any discrepancy be hveen any drawing and the figures written thereon, the figures shall be taken as correct. SECTIOtI 3 - CHAttGES IN 4lORK is amended as follows: 3-6 Disputed Work 3-6.1 Retention of Imperfect Work If any portion of the work done or materials furnished under the contract proves defective or not in accordance with the specifications and contract drawings, and if the imperfection in the same is not of sufficient magnitude or importance to make the work dangerous or undersirable, or if the removal of such work is unpracticable or will create conditions which are dangerous or undesirable in the opinion of the Engineer, the Engineer shall ' have the right and authority to retain the work instead of requiring it to be removed and reconstructed but he shalt make such deductions therefor in the payment due the Contractor as may be just and reasonable. SECTIObI 6 - PROSEGUTlON, PROGRESS At10 ACCEPTANCE OF TkIE WORK is amended as follows: 6-1 Construction Schedule and Commencement of Work The Contractor shall furnish a work schedule far the project to the Engineer as a condition for Lire issuance of a no fee construction permit by the Engineering Depa rinien t. The first working day of the contract shall be ten (10) working days after the date of issuance of the Plotice to Proceed. ' 6-7.2 Workda ~~ The Contractor's working hours shall he limited to the hours between 7:00 A.M. and 6:00 P.M., Monday through Friday, excluding recognized holidays. Oeviution from normal working hours will not be allowed without Vrior consent of the Engineer. in the event work is allowed ny the Engineer outside of the nornal wo rk my hours, at the request of and for the benefit of the Contractor, inspection service fees may be levied against the Contractor at a rate of $20.00 per hour, including travel timewhere applicable. The above charge may also be levied if inspection services are deemed necessary by the Engineer as a matter of public safety or to otherwise insure Cfre quality of the work. Recognized holidays shall be in accordance with the blaster SS-4 • . ~ • . • • • • • ~. ~, Labor Agreement of the Associated C~^neral ContracCOrs. If v:m-k is done o' night, the Cnntrac for shall providr. adecyate light for proper prosecuC ion aF thr. work, for the safety of the workmen and tL•e public, and for proper inspection. 6-8 Completion and Acceptance The Performance bond shall remain in toll force and effect for u period of one year after acceptance of the work by [he City such that defects, which appear within said period will be repaired, replaced, or corrected by the Contractor, at his own cost and expense, to the satisfaction of [he Engineer within thirty (30) days after written notice thereof by the City. - ~ SECTIOiI 7 -RESPONSIBILITIES OF THc CONTRACTOR is amended as follows: ` 7-1 Contractor's Equipment and Facilities - 7-1.1 Con tractor's Responsibil ity_ for 4lork '" Until the formal acceptance of the t~;ork by the City, the Con- , tractor shall have the charge and care thereof and shall, •subject to the in- surance protection fw•ni shed in accordance with 7-3.2 hereo P, bear the risk of accident, loss or damage to any part hereof by action of the elements _- or frcm any other cause rrhethey arising from the execution or from the non- er,eaaticn of the o-rork. The Contractor shall rebuild, repair, restore and . otherwise con-ect damages to aay portion of the work occasioned by any of the above causes before its acceptance. In case of suspension of r+orY, from any cause whatever, the Contractor shall be responsible for all materials and the proper tmnpora ry storage thereof. , . 7-7.2 flotice and Service Thereof _ ~ Any notice required ar given by one party to the other under the ConCract shall be in writing and shall be dated an`d signed b,y the party giving such entice nr by a duly authorized reprosen Lntive of such party. Any such notice shall not be effective for any purpose whatever unless served in the ,fol lowing manner: '~ floCirc shall be given Lo Cho City by personal dr.livcry thereof _ La Llm Cnginocr or by drposiLinq tfte Same in the United Scales mail enclosed in a scaled en vcl opo, registered and with postage prepaid, addressed to: Ci Ly Orginrer ,. City of Rancho Cu<amcm;a _ ~?iL0 Iia sc Linc ' Ra ncho iu.amcn,;n, t'a. 91; U1 SS-5 :; n ,'. t. !b lice shall be yiven to the Contr actor, by personal delivery thereof to said Contractor m• to his authorized rr i•resen tative at the site of thr. project, or by depositing the sanw in the United States ^lail, enclosed in n scaled envelope addrassed to said Ccntractor at the adch•ess established for the conduct of the work under this Contract, postage prepaid and registered. ~ notice shall be given to the Surety, or any other person, b5' Personal delivery to said Surety or other person, or by depositing the same in the United States Flail, enclosed in a sealed envelope addressed to such Surety or persons at the address of said Surety or persons last communicated by him to the party giving the notice, postage prepaid and registered. ~ 7-1.3 Plarranty of Title tlo materials, supplies or equipment for the work under this Con tra cC shall be purchased subject to any chattel nro rtgage or• under a con- ditional sale contract or other agreement by which an interest therein or any ~ part thereof is retained by the seller or supplier. The Ccntractor warrants clear and good title, to all materials, supplied and equipment installed and incorporated in the t~rork, and agrees upmt completion of all work to deliver the premises, together on th all improvements and appurtenances constructed or placed therr. on by him, to the City free from any clams, liens, encumbrances ' or charges, and further ayrees that neither he nm• any person, firm, or cm•- ~ pora lion furnishing any material or labor fur vrork covered by the Contract shall have any right to a lien upon the premises or any improvement or appurtenance thereon, provided that this shall not preclude the Contrac for from ins Wiling meter my devices or other equipment of utility companies the title of which is commonly retained by the util it.y company. Nothing contained in this article, hot+ever, shall defeat or imoa it the right of ~~ ~ such persons furnishing nta to riots or labor under any bond given by the Contractor for Ch eir pro tee lion, or any right and m• any laer pe rmi[t irt9 such persons to look to funds due the Contractor, which are in the hands ' of the City. The provisions of this article shall be inserted in all subcontractors and material contracts, and notices of its provisions shall be given to all persons furnishing materials for lice work when no formal ~ contract is entered into regarding such materials. •, _ 7_z (Blank) '- . ss-6 • 7-3 lnsurancc 7-3.1 Liability Insurance The Contractor shall, at his expense, maintain in of Rn;t et all dines during the pr. rfo rina ncr. of em r'r, under the contract not less than the fol lowing cove rayo and limits of inswanc r., which shall be maintained with insurers and under forms of policies satisfactory to the City. 1?o r!: rr's Crmoen satins and Er~~ployers' Linhilib I•lo rkers' Co~,apesn tion-covo.rage as required by lay. Employer's Liability-limits of at least $100,000 per occurrence Ccan ra_h _nsive 6odi1 Injury Liahilit,~ a utomo rl e- .I O,.i`~ac person $500,090 per occurrence (g) General SSOO,000 per occurrence Con:orehens ve Proper t~furiar_Liabili tY_ jA Automobile- bbG0,000 per occurrence (B) General - 5500,000 per occurrence All of thr. Contractor's policies shall contain an endorsement providi r.g that v+ritten notice shall be given to the City at least thirty (30) cater,da r' days prior to termination, cancellation or reduction of coverage in the policy. The 6odi ly Injury and Property Oamage Liability policies shall contain the following: 1. Provision or rod or s^mcnt naming the City as an additional mined insured as rnspects liabili ti os arising out of the. por form ance'of any r+m-Y, under the Contract, and providing that such insurance is prim ry insurance nr. respects the interest of the City, and that any other ins urr.nee maintained by th^_ City in excess and not contributing insurance a•+i th the insurance required hereunder. 2. "Severa bili ty of Interest" Clause 3. Elimination of any er.c Lrsion reya rding loss or damage to property caused by explosion or resulting from callpas^_ of huildi ngs or structures or daina re tc Property underground, connnonly~referred to try insurors as the "XCU" hazards. ~~ 4, Provision nr ondn rs rm~nt sCa tiny that su el•~ insurance, su b.l ect to all of its othnr Ln rrns and conditions, applies to the liahi li ty assmned by the Con trn ctnr under the Can tract, including wi LhouL liu•~i to lion that set forth in section en ti Lled "Ircem ni Ly." Proa:p tly un execu Lion of Ufa n. contract and prior to crnran~~accment of arty v+o rk the Con tractor shall dnlivrr 1'.o the CiCy eer Cificales of in sur anc r.. Such ce rti(ic.a trs shall nia ke rrferoncn to all such provisions and endm's einen is ref nrrerJ to ahoy o., and shall be signe rJ on behalf of the insurer by its authorized re presen WCive. The Contractor agroes, upon rrriticn requesC by the City to furnish copies of such policies, cm'tified by an authorized rep- resentative to the insm'er. .r.,., • The foregoing requirements as to !^e types, liini is and the City approval of insura ore cm~e rage to bn ma int:ined L•y the Con tray ten- are not in to mlyd to and shall not in any manner lii.t!t or qualify the liab ili t.i r.s and obliya- tions assumed by the Contactor under the cantrac t. • The Contractor shall usz diligence in requiring and veri f,Ying similar insur- ances to the foregoin{+ on the part of its Subcontractors. 7-3.2 Preperty Insurance The Contacts shall purchase and maintain • Property insurance upon the entire worts, at the site to the full insurable value thz roof. ibis ins uraace shall include the in t.e rests of the City, the Contractor and Sub con trac to rs in the. vro rk, and shall inaare ogre. nst fire perils of Fire, F.x tended Coverage and Vandalism and I~~lic io~,ts fli schief. &ny loss deductibles in the insurance contract shall he borne by the Contractor. • by Crclusions in the policy shall bz any tools m;m nd/i:ochan ics or any item Domed or renteri by the Contactor or any Subcontractor, the capital value of which is not included in the Contract Bunt. Any insured loss is to he adjusted with the City and made payable to the City • as Trustee for the insureds, as their interests may appear. The Contractor shall keep this Coverage in force until the building is occupied, or until the building is arcept eel by the City and coven gz of the Gi ty becomes effective, whichever occurs first. The policy shall contain a clause giving thirty (30) days notice of cancellation or non-rc neo-ral, to the City. ' Any policy or policies of insurance that the C,onta ctor nr his Subcon Crnctors elects to carry as insuance against loss or damage to their construction equip- • ' rent and tools or other personal property user) in fulfillment of this contract ,, shall include a provision waiving the insurer's right of subrogation against the City. 7-5 Permi`s ' .. EacfiContrac for Pmpl gved upon tbe. work, general or sub, • must have er obtd In a Valid City OF Rancho Cucamonga%H usihess License. 7-6 Thn Cnnlrac;nr's R^prescnt,~t,i~m ' Tlic Con t.rnc fete slial l ttn'ni slt i,hr. Cngineer vti th t.hc mine, address ana business and horde trlcphone numbers of the person respatsible for • ;~ th r. main [u nonce of barricades, traffic control signs, ligh Ls and other safety devices. 7-10 Public Convrni mtcr and Saf r, ty ~i-10.1 Traffic and Flccess • 5r The Cuntrac LOr shall provide Cengtora ry "No Parking" and all ~~ SS-d other signs which may be deemed necessary for the safe and orderly conduct of vehicular traffic as directed by the Engineer and as specified herein. He shall also provide a barricaded area in the parking lane for pedestrian traffic during such time as the parkway is unfit to be used for pedestrian traffic. The Contractor shall maintain access to local drive approaches, at all times, unless otherwise approved by the Engineer. The Contractor shall provide access for refuse collection on the regularly scheduled days. He shall also facilitate or assist in the collection where such work is hampered by his operations. 7-10.3 Street Closures, Detours, Barricades The Contractor shall not close a~ street within the City without first obtaining the approval of the Engineer. Barricading, traffic control and detour diagrams shall be sumitted by the Contractor as required by the Engineer. The Contractor's attention is directed to the traffic control requirements of the Special Provisions. The Contractor shall provide and install barricades, delineators, warning devices and construction signs in accordance with the Model Work Area Traffic Control Handbook (WATCH) prepared by the Southern California Chapter of the American Public Works Association. During adverse weather or unusual traffic or working conditions additional traffic devices shall be placed as directed by the Engineer. All traffic signs and devices shall conform to the current State of California, Department of Transportation, "Manual of Warning Signs, Lights, and Devices for Use in Performance of Work upon Highways", unless otherwise approved by the Engineer- The Contractor shall provide and maintain Class II barricades alon excavation edges parallel to the flow of traffic at a spacing of twenty- five feet (25'). Class II barricades mounted with flashers shall be installed around work areas in parkways. Class II barricades shall have alternating black and reflectorized white (or yellow) stripes at an angle of 45 degrees. The stripe widt s a he four to six inches (4"-6"). During paving operations barricades may be supplemented with minimum size eighteen-inch (18") high traffic cones and delineators such that spacing between bar ricedes and/or cones or delineators is no greater than twenty-five feet (25'). At all access paints cuh as intersecting streets alleys and driveways, barricades and/or cones shall be provided at five-foot (5') intervals so as to prevent vehicular access to the paving area. Where access from an intersecting street is prohibited, a "Road Closed" sign shall be provided at the nearest prior intersection. "No Left Turn" signs shall be provided wherever required by the Engineer. When one-way access from a side street or alley is permitted, barricades and cones shall be provided at five-foot (5') intervals for a distance of fifty feet (50') on either side of the centerline of the intersecting street, or alley. SS-9 • Should the Contractor fail to furnish a sufficient number of traffic and/or pedestrian safety devices, the City will place such necessary ite^s and the Contractor shall be liable to the City for providing such devices ~ in accordance with the following provisions: ~. 1. For placing of barricades - $5.00 per barricade for the first day or any part thereof and 52.00 per barricade ', per day for each day thereafter or any part thereof. • For flashers - $2.50 per flasher for the first day or any part thereof and $1.00 per flasher per day far each day thereafter or any part thereof. For traffic cones - $1.00 per cone for each day or any part thereof. • 2. In the event that the services of the Citv are re- . quired between the hours of 6:00 P.14. and 7:00 A.h1., during the normal week or at any time on Saturday, Sunday, or a City holiday, there shall be an .,, additional charge to the above set forth minimums • of $25.00 for each service trip required. '~ ~ Judgment as to adequate or sufficient barricading shall 6e that which is adequate or sufficient in the opinion of the Engineer. The Contractor shall relocate, preserve and maintain the • • visibility of all existing signs within the project limits which affect the flow of traffic, as directed by the Engineer. Any signs which are damaged or fcund to be missing during the course of constructicn shall 6e replaced by the Contractor at his e;<pen se as directed by the Engineer. . All other siyns that interfere with the course of wo rY, and are not ~ • necessary for the safe flow of traffic will be removed and replaced by the City• Traffic control signs Include Stop Signs, Speed Limit, Parking Restrictions and other regulatory signs. - 1-10.4 Public Safet • 7-10.4.3 Edison Energized Conductors Contra cYOr hereby pros ises and agrees that in the perform ar, re of the work specified in this contract, it will employ and util ue only qualified oer uns, as hereinafter defin Fd, to work in ' prcximi ty to Edison'S secondary, primary and transmission facilities. • The terri "qualified person" is defined in Title 0, Califu rn is Admin- istrative Code, Section 2700, as follows: "qualified Pnrsan". A person mho 6y reason of experience or instruction is familiar with the operation to to ` performed and the hazards involved." • SS-10 • Contractor further promises and ay roes that the provisions of this paragraph • shall 6e and are binding upon any subcontractor or subcontractors that may be retained by it, and that contr ~r, for shall take such steps as are necessary to assure ccmpliance by said subcontractor or subcontractors with the requirements of this paragraph. 7-10.5 Emergency Provisions Unusual conditions may arise on the work which will require that immediate and unusual provision be made to protect the public from danger or loss or damage of life and property, due directly or indirectly to the prosecution of the work, and it is part of the service required of the Contractor to make such provisions and to furnish such protection. Whenever, in the opinion of the City, an emergency exists against which the Contractor has not taken sufficient precaution for the safety of the public or the protection of utilities or of adjacent structures or property which may be injured by process or construction an account of such neglect; and whenever, in the opin ior• of the City, inured is to action shall be considered necessary in order to protect pu6l is or private personnel or property interest, or prevent likely loss of human life or damage on account of the operations under the contract, then in that event the City may provide suitable protection to said interest by causing such work to be done and material to be furnished, as in the opinion of the Lity, may seem reas ono 6le and necessary. Said protection will 6e provided by the City at the expense of the Contractor. , S ECT IO?! 9 - MEAS UREhIENT Af10 PAYt1ENT is amended as follows: 9-3 Payment 9-0.2 Partial and Final Pa;m~ent '~~ On the twentieth (20th) day of each month the Contractor shall submit to the City Enaineer•a ~,aritten progress es Lima to of Che work • completed, The City Engineer will review the estimate and approve it or notify [he Contractor of any exceptions. No such progress estina to will be required nor payment will 6e made when the total nlTmber, of working • days is twentyfive (25) or less or when the value of the work totals less than five hundred dollars ($500.00). 9-0.5 Vlork Perfenaed Without Direct Pam _ When ^_ver the Contractor is required to perform wort, or furnish equipment, labor, tools and materials of any class for which no price is fixed in the Proposal, i[ shall be understood [hat such work, equipment, labor, tools and materials shall 6e provided without extra charge, allowance, or direct payment of any Y. incl. The cost of performing such work or furnishing such equipment, lobe r, tools and _ materials shall be included in the unit bid prices in Che Proposal and no additional compensation will be made therefor. 'ri '.: sS' I I _.4: sPECtnLPaovl~toNS BASE LIVE W'IDEVING PROJECT B ETItlHEN BEP.YL ST. AVD LI OA ST. A. CON"fRnCT DRAW'1VGS AND DESCRIPTION ~ Shoot Vo. Description 1 Title Sheet, Vicini[v Map, Construo- tion Votes, Typical Sections, Details = flench >1a rk, and Legend. 2 Plan and Profile - ilase Line Improve- ment Plan. y B. GF VIiRr\i. Vr1T l,'RE OF TNG WORK The work to be performed under this contract consists of: ' The con st ruction of street improvements, and all appurtenarit~work necessary to ~ complete the improvements us shown and as described in [he Plans and Specifications for lia se Line Widening Prejrct between Beryl SL and [.ion S1. 51''-1 ~ C. TIG1E OF COMPLETION AND LIpUIDATED DAMAGES set forth in Section 6-1 of the Standard Specifications and as modified by the City, the time of completion of this contract shall be 3D working days. Attention is directed to the provisions of Section 6-9 of the Standard Specifications which stipulate that liquidated damages of one hundred fifty dollars ($150.00) per calendar day shall be deducted from any compensation due to the Contractor should he fail to complete the work required by the terms of his contract within the time specified hereinabove, plus any authorized time extensions. D. PER?4ITS A7JD LICENSES As set forth in Section 7-5 of the Standard Specifications, the Contractor shall procure all permits and licenses, including a license to do business in the City, pay all fees and give all notices necessary and incidental to the due and lawful prosecution of the work except the fee for encroach- ment permit which is waived for this contract. E. PUBLIC CONVENIENCE AND SAFETY This time shall be accomplished in accordance with the provisions set forth in Section 7-10 "Public Convenience and Safety" of the Standard Specifications except as modified and supplemented below: The cost for performing the work as herein described, including equipment, labor, tools and materials, shall be included in the unit bid prices in the proposal and no additional compensation will be made therefor. The Contractor shall take all precautions necessary to protect the public around the jobsite during normal construction hours and traffic on streets under construction during non-working hours. COORDINATION WITH UTILITIES AND OTHER AGENCIES The Contractor, one week prior to starting the work, shall request the listed Public Utilities to locate their respective underground utilities in the area of the work to be performed. Public Utilities Southern Calif. Edfson Co. -98fi-5861 C,eneral Telephone Co. -989-1700 Southern California Gas Co. ~-984-1261 Cucamonga County Water District -981-2591 San Gabriel Valley M.W.D. -969-2718 The Contractor shall notify these utilities 24 hours in advance of beginning any excavation in the vicinity of the utility's facilities. D EF I?IITIO~J OF PROPOSAL ITE.'4S_ The unit or lump sum prices to be paid for the items listed in the proposals shall include full compensation for furnishing all labor, materials, toots, and equipment and doing all work involved in furnishing and installing the materials complete and in place, in accordance with the details shown on the Plans and as specified herein. SP-2 All incidental parts which are neither shown on the Plans nor otherwise specified, and which are necessary to complete the construction of improvements as shown on the Plans and as specified herein, shall be furnished and installed as though such parts were shown on the Plans or • specified, and no additional compensation will be allowed therefor. The scope of work shall include each item of work in the Proposal as described in the corres panding items following: Item 1 Removals, Clearing, Grubbing and Reconstruction • The provisions of Section 300-1 "Clearing and Grubbing" of the Standard Specifications shall apply except as modified and supplemented below. The work to be performed under this item consists of the removals, • clearing and grubbing forthe entire area except as noted on the Plans. Removals to be included in the work, but not necessarily limited 6y the following estimate, are: (a) Miscellaneous shrubs and roots, (b) 9 trees, (c) 998 S.F.P.C.C. driveway, (d) 190 L.F.P.C.C. curb, (e) • 340 L.F.A.C. berm, (f) 320 L.F. existing fence (g) 10 L.F. existing fence (g) IOL.F. existing block wall, (h) Reconstruct irrigation line, (i) Relocate 3 mail boxes, (j) Relocate 3 signs, (k) Reconstruct irrigation system, resod and regrade yard area behind wall. Trimming of shrubs and trees may 6e included in lieu of removal, under the direction of the Engineer. Saw cuts in concrete shall be part of the • removal per Section 300-1.3.2 of the Specifications and shall be included in the lump sum price for this item. Hauling expenses and disposal fees shall be included in the lump sum price for this item. Removal of A.C, pavement shall be included under Item 2 - Excavation, and Rsphalt Concrete Removal. • Where concrete curb is to be removed and existing pavement is to remain the Contractor shall take care to remove only those portions of the pavement required to enable the removal of the existing curb and recon- struction of the r.ew curb and gutter. p • is 'proposed. The Sprinklers exist along areas where the construction Contractor shall replace sprinklers damaged as a result of this work. The Contractor shall verify in the presence of the Engineer that existing sprinklers affected by the work are operating in the same manner as before removals. • Sprinklers to be relocated shall be relocated to locations as directed by the Engineer. The Contractor shall verify in the presence of the Engineer that relocated sprinklers are operating in the same manner as before relocation. SP-3 • Item I(Con tinned) The Contractor shall not cover any sprinkler work done below the ground prior to Engineer's inspection of such work. Existing tree roots 1 inch in diameter or larger shall be removed within the areas where new Curb and gutter and pavement are to 6e constructed, to a depth of 6 inches below subgrade. Limits of tree removal shall extend to 6 inches back of improvements where at that point roots shall be cut so that the remaining root ends have a neat, smooth surface which shall be immediately treated with an antiseptic tree seal compound or paint of a type generally accepted by the trade and approved by the Engineer. Contractor shall not backfill behind curb until above mentioned root treatment has been inspected by the Engineer. The lump sum price paid for Removals, Clearing, Grubbing and Recon- struction shall be considered as full compensation for doing all work as specified and no additional compensation will be made therefor. All trees removed shall be cut into sizes easily manageable for movement and neatly placed for futher removal by the adjacent property owner. Item 2 Excavation and Asphalt Concrete Removal This item shall include unclassified excavation and the removal of asphalt concrete pavement, only, as shown on the plans. The provisions of Section 300-1 .3 "Removal and Disposal of Materials" and Section 300-2 "Unclassified Excavation" of the Standard Specifications shall apply except as modified and supplemented bela::: Where the proposed paving is to join the existing asphaltic concrete paving the paving to be removed shall be sawcut a minumum depth of two inches (2") along the excavated edge. This edge shall be preserved during intermediate operations so as to present a straight, firm and unyielding edge against which paving asphalt may be subsequently joined and compacted. Should the Contractor fail to maintain said edge, corrections thereto shall be made by additional cutting as directed by the Engineer. '- . Where the existing pavement edge will be capped, the existing pavement at the edge of the excavation shall be cut to a neat, straight line at the designated location, Payment for this item, even though bid on a cubic yard basis, will be made for the quantity estimated by the City as shown on the Proposal Bidding Schedule. This quantity has been calculated from analysis of the existing and proposed cross-sections and includes the volume of asphalt concrete to be removed. No allowance has been made for bulking during excavation. SP-4 Item 2 (continued) Calculations are as follows: 13 C.Y. Cubic yards of asphalt concrete pavement removal. ~ 522 C.Y. Cubic yards of earth removals. 535 C.Y. Total cubic yards of removal (figure used in bid proposal). 50 C.Y. Cubic yards of earth fill. 485 C.Y. Total cubic yards of excavation to be removed from site. Subgrade compaction specified for other bid items shall be included in ~ the unit price for that item. Payment for this item at the price bid per cubic yard shall be considered as full compensation for doing all work as specified herein and no additional compensation will be allowed therefor. Item 3 Rs phalt Concrete Pavement ~ This item shall include the construction of asphalt concrete pavement as shown on the plans. The provisions of Section 301-1 "Subgrade Preparation>" Section 302-5 "Asphalt Concrete Pavement," and Section 203-6 "Asphalt Concrete" of • the Standard Specifications shall apply except as modified and supplemented below: Asphalt for asphalt concrete pavement shall be Type 1-C with 5.6 percent AR-4000 paving asphalt. Type I-D with 5.7 percent AR-4000 paving asphalt may be required at direction of the Engineer, for ~ asphalt concrete pavement surface course. The surface course shall be a maximum of 2 1/2 inches thick. A prime coat over base materials is not required. A tack coat of grade SS-lh emulsified asphalt shall be applied over ~ existing AC pavements to be overlaid, at contact surfaces in accordance with Section 302-5.3 "Tack Coat". All asphalt concrete shall be limited to the use of crushed rock aggregate. Asphalt concrete pavement shall not be placed when the atmospheric ~ temperature is below 60°F and falling or during unsuitable weather. Asphalt concrete shall be placed with a paving machine equipped with a Preco attachment or similar device for use in obtaining constant cross-slope and maximum joint quality. . Weed killer shall be Fenamine as manufactured by Amchem Products, Inc. or a similar sterilant approved in writing by the Engineer. Fenamine shall be applied to the shaped and compacted Subgrade at a minimum rate of 0.3 gallon of 15^,d solution per 100 square feet, The spray equipment shall provide good agitation and an even coverage ~ of the soil. No weed killer is required on Subgrade where Aggregate Base is to be placed. SP-5 Item 3 (continued) Payment for this item at the price bid per ton shalt be considered as full compensation for doing ail work as specified herein and no additional compen- sation will be allowed therefor. Item 4 Class 2 Ac~regate Base (i .2 - feet Thickj This item shall include the construction of crushed - Aggregate Base shown on the plans. The provisions of Section 301-1 "Subgrade Preparation", and Section 301-2 "Untreated Base" of the Standard Specifica tians shall apply except as modified and supplemented bel aw. Thickness is specified as 1.2 -feet compacted thickness at the location and grade shown on the plans. Gradation and other requirements specified in the provisions of Section 200-2,1 through 200-2.3 of the Standard Specifi- cations shall apply. Payment for these items at the price bid per square foot shall be considered as full compensation for doing all work as specified herein and no additional compensation will be allowed therefor. Items 5,6,7,8, and 9 Concrete 8" Curb w/18" These items shall include the construction of Portland cement concrete curb, curb and gutter, sidewalk, driveway ap?roach, and cross-gutter as shown on the plans and Standard Drawings. The provisions of Section 301-1 "Subgrade Preparation"> and Section - 303-5, "Concrete Curb, Walk, Gutters, Driveways and Alley Intersections - of the Standard Specifications shall apply except as modified and Supplemented below: Concrete shalt he Class 520-C-2500 as defined in Section 201-1.1.1, "General" having grading limits of combined aggregates for one-inch ~ (1") maximum as listed in Section 201-1,3.2, "Combined Aggregate Grad ings,"grading"C". All Portland cement concrete improvements to be constructed per the above items shall be cured with Type 2 curing compound. ~ Llass "D" mortar finish coat for curb shall not be required. Payment for these items at the price bid per Ifneal foot or square foot shall be considered as full compensation for doing all work as Specified herein and no additional compensation will be allo~.ved therefor. Item 10-Concrete flasonry ~Dloe~k Wall 48" Hei ht - 6" Width Block ~ Thisitem`sfiaTl-inclu~ L e cons roc ion o masonry oc wall at specified locations and as shown on the plans and Standard Drawing. The provisions of the Standard Specifications shall apply except as modified and supplemented below: f SP-6 Item 10 (continued) The top 6 inches of subgrade material under footing, and all backfill shall be compacted to a relative compaction of 90 percent. ~ Footing concrete shall 6e Class 520-C-2500 as defined in Section 201-1.i.1. "General" having grading limits of combined aggregates for one-inch (1") maximum as listed in Section 201-1.3.2, "Combined Aggregate Gradings", grading "C". All vertical cells shall be filled with grout. A bond beam will be ~ required in second course below top of wall. All courses to be level, with steps in footing to occur below bottom of sidewalk. Prior to construction the Contractor shall submit shop drawing indicating the exact wall location with foundation breaks. ~ Payment far this item at the price bid per lineal foot shall be considered full compensation for doing all work as specified and no additional compen- sation will be allowed therefor. Item 11-Reconstruct Existing Concrete Driveway (6" Thick) ~ This item shall include the construction of Portland cement concrete driveway as shown on the plans. The provisions of Section 301-1 "Subgrode Preparation", and Section 303-5 "Concrete Curb, Walk, Gutters, Driveways and A17ey Intersections of the ~ Standard Specifications shall apply except as modified and supplemented below: Concrete shall be Class 520-C-2500 as defined in Section 201-1.1.1. "General" having grading limits of combined aggregates for one-inch (1") maximum as listed in Section 201-1.3.2, "Combined Aggregate ~ Gradings," grading"C". All Portland cement concrete improvements to be constructed per the above items shall be cured with Type 2 curing compound. Payment for this time at the price bid per square foot`s hall be considered ~ as full compensation for doing all work as specified herein and no additional compensation will be allowed therefor. Item 12-8" Asphalt Concrete Dike This item shall include the construction of 8" asphalt concrete dike as ~ shown on the Plans and Standard Drawing, The AC dike shall be placed using an extrusion machine provided the finished dike is true to line and grade, the AC is dense, and the surface is free from humps, sage, or other irregularities. The provisions of the Standard Specifications shall apply except as ~ indicated and supplemented below: SP-1 Item 12 - (continued) A.C. for asphalt concrete dike shall be specified as Type I-D-AR- 8000. Paint binder shall be placed on existing asphalt concrete pavement base pr~i or to installation of the dike. Payment for this time at the price bid per lineal foot shall be considered as full compensation for doing all work including supply of materials as specified herein and no additional compensation will be allowed therefor. SP-8 n FINISHED I __~coNCAETE cnP -`a BAR BDND BEAM BLOCK ~ _Vr. gtIG4L REINF s 44 BARS @ 2A' 0 L ~ -,~ -- a BAR x - ~-90N0 BEAM BLOGd I - fi'Oq B~ sLDRe /a'". I'_. I.~~GLOPE Ls I M1V 8 MINA ~{ __ R I , 3' 4' ~ 'BQNO AITERN4TE 9ARS I ALL VE RT~GnL CELLS CONTq~N~NG 9FINF OgCryG STEEL SH4LL BE ~ILLEO WrTM G ROUT iV 4D DITION, WHEAE 6~ BLJC%S qAE USED ALL DELLS WITHOUt VLRYICAL REINFOAGi4G Si EEL SHALL BE FILLED WITH GROUT TO TOP OF BONG BEAM AT MIDHEIGHT 0~ WALL 2 THE 9l OC% W.1LL COURSES 4ND FOOtINGS MAY BE BU'Lr pggqLLEL WITH THE STREET GRADE (T%p MA%) OR STEPPED., 3 ALL W4LL5 iH4Ll 9E PLUMB <. 84G%FI LL GI{ALL 9E COMPACTED TO 4 MINIMUM OF 90% 5 F00'IVG Gh 4Ll Bf C,l4GS 9 CONCRETE. 6 CONC^Eif. 9lOt% 544L1 RE GRAOF. A UNIrS, CONFUAMrNG i0 45TH DESIGNATION N0. C90 7 REINFORCING STEEIr GROUT MOATAAr pND CL45G B CONCRETE SH4LL CONFORM TO T.F STANDARD S~F CiF IG 4T'ONS ' e, ELIMINATE MORTAR IN ALL VERTICAL JOINTS IN FIRST COUR9E ABOVE FINISH GRADE. 9. I/2~ OPEN JOINTS E%TENDING THROUGH THE ENTIRE HEIGHT OF THE BLOCK WALL, SHALL BE SPACED AT A MA%IUM OF 50. 10. ELIMINATE MID-HEIGHT BONG BEAM IN WALLS WHERE N=4~OR LESS. SAN BER!JARDINO COUN(YTRANS.IX:P.1RU.IENT •~ r~~' ~ - NON RETAINING 301 naP M4R leis Jonn R. Shone CONCRETE BLOCK WALL DIRECTOR Oi TgAN SpORtAt10N / /' E%PANSIp! JOINT AT END OF RETURN, / ~-- AND STRUCTURES 1 ~ ~-GURB LINE ~ ~~-GUTTER LINE PLAN 0.0495 CUBIC YARDS PER LINEAL FOOT 20.2 LINEAL FEET PER CUBIC YARD. Survey reference ooini (,CIO Rountl Head Brass Screw, minimum length I I/4'~) set ~ CURD ~ Ho=_n al end of curb return eunnq construction. ELE V4TION1 I- CURR LINE ~~ 6• I' I •• PLACE PAVEMENT I/4°ABOVE CONCRETE ~ 1 f 0 2 ~ I ~ Q S rI/2•R 'P r-I/2°R / A ~•R % ~11/2•~ / O ~ i d 4 O D • • -in /+j tl d ' p ~ PREMOLDED ~ `GXPANSION (- I/a'_ ~ JOINT FILLER PERMITTED ~_ 24" ALTERNATE SECTION EXPANSION JOINT • NOTES I fi~CURP SMALL ONLY BE USED ON LOCAL STREETS WHERE DRAINAGE PERMITS. 2 CURB AND GUTlER SH4LL 8E CONSTRVCTED MONOLITHICALLY OF CLASS •~0"CONCRETE. 3 w'IDT115 CF STI.NCARO STREET SECTIONS SHONN ON PLANS 4RE TO CURB LINE UNLESS • OTHERWISE INDICAT EO. 4 +.E~r,E•;Fp F' m:E JOiNiS cH,',Ll BE CC'iSr PLICT EO AT 10 ~FCOi INT ER VALS,E xCEPT THAT THE INT FRVAL SHALL BE VARIED TO ALLOW MATCHING OF JOINTS IN ADJACENT E%ISTING IMPRDJEME~ S. CURING COMPOVND SHALL RE SPRAYED UNIFORMLY ON EXPOSED SURFACES. . ~ 6 WIEN CURB AND GIfT TER IS PLACED BY AN E%TRUSgN MACHINE MINOR FINISHING MAT BE GONE TO PROVIDE qN ACCEPTABLE FINISH AND THE WEANENED PLANE JOINTS MAY BE SAWCUT. SM! ©ERNMDINO ODUNTYTRANS.O~gRTMENT 6'1 ~ John R, Shone CURB AND GUTTER ~~6 OIRECi OR OF TRANSPORTATION n / ' SECTION 811 DIKE END CUTOFF NOTES 1. Dlhi SH All Ni. f0'JST PI)C ITC Of TYPE. f3 A$PIIAI.I CON<RCif . ? P41".` PI Ht P,R SHM1I.L flf PI ACF t1 ON F.%I ,71 NG lSPHAIT CONCRETE PAVEMENT PRlpl? In I~6 I"lS Vd CATION UP TIF pi NF • SAN BERNARDINO COUNTY ROAD OEPARTMEN7 ,4SPHALT CONCRETE o..c=tea.-a n+ 'I~ M. A. Nicholos D I K E COUNTY ENGINEER 1~ .n • city of rancho Cucamonga f 1R'o.r n.` ' ~. SIaPE •' BATTER mU %?'R I___-~ ~ 18" - 8" IB" CURB ~ GUTTER MONQIITHIC STANDARD DRAWING TOP OF PAVEMENT GENERAL NOTES: 1. Weakened plane joints shall be constructed not less than 10 feet apart. 2. Alt curbs shall be constructed in accordance with the latest addition of the STD. SPCES. FOR PUBLIC WORKS CDNST. unless otherwise iadi cared. ~,, CURB & GUTTER r , f~9~••, "... tt„~ ~ 8" C.F. w/ 18"GUTTER 302 /• ' ~~ city of rancho Cucamonga STANDARD DRAW 1 N G GVllx R YVTi EII `i f1/S"EEr.NSgM li. C L / " 1 li I / CC +--.L~EiN11EN} LINE I MIiX CVIIE 1 ~ L E.EENFV ~~J ~ rE.xE li. ~ ni ~. ~ ~~ E ox. srNE EN i can _ _,-.. ~ 1w^E.r.XSlox ! _ _ curtFN ~-'--~- L ~ -''-0•- x.,ooNnlxF ~ xnViflip r(_ Vr Sin.M ~ i s.Nxexu \ ''._~ _~ ._ _.____iFf ~ .r A ~ e.n[uo rLex[ on wlo Ir. pF~ulnE nanaao Ir Eoto n. a uno. SPANDRAL r< I ~ ~ - r -«.-- r --r LFY[L LINE ~. '1' .--.__•- T' GUTTER GENERAL NOTES: °'-A I. Do~acl ing shall be 3/4" di a., and 18" king and 12" o.c-.~ 2. All spandr'a Is and cross gutters shall be cnnSCructed in accordance with the late,[ addition of the STD. SPECS. FOR PIJBLIC WORY.S C0175T_ unless otherwise indicated. `'~.,,~~~~.~ .I SPANDRAL & GUTTER E~IY ~ 4p9~nN[I i.C.[, i]IFF Te 308 ~~ R 1r=' I city of rancho Cucamonga I ~~ _-, Ii L --- ~. / E;rXN110X JL. J 111 ~ i /, ~~ '`. , j eX~ \XO, //~ ' Y - PARKWAY t ~i ~.nc ~ GUiiER NGi E' flAHPS ARE TU BE r NES'/Y EgCp4 EINISHEG I wEexfxt TRANSxEgSE TO 4%IS Of RAMP. ~ / rt.xF / !f. I/ G r Flr1M{I°X J1.~ ~I STANDARD DRAWING '~ ~, ;~ _IjJI /EYr1XfIOM Ji.~ I I I ~EAME ; 1T I M... / LLrANLIOX lL. _~/ I I. Ww! I J I`WixiiiiEJ /` / ~lE•N..,~ % \'< // li. ~/ I ~w[AXFXFX~ ` ~~ '~+-~- ILnxE ~ / Ex.,XflGx Ji.3-~.1_ j ~~ li. ;~ ~~ RAJ ~,~ ~ / WEgEIRYy FFrAXSION % ~ PIgNWAY .~~~ rare Jr ~{, li. // urxxslan Ti. F.,.~ sa •' vr" s arL •y°~ n"N 'I rANxNAf_T~~ /CYx3 A'I Nx.` I/ ,.., TYP. SIOEWAL.K SECTION TYP. RAMP SECTION GE NE P,AL NOTC 1. All sidewalk sJd ramps shall be coiutruc ted in accordance with the latest addition of the ST D_SPECS. FOR PUOU C WORY,S CONST. unless otherwise ir:di Gated. I SIDEWALK & RAMP 1309 ~E~: P O N O rox~ n n Y O ~. N N H Y+ w 7 a r w H w 0 0 s CIT]' OF RANCf10 CUC ANONGA POST OFFICE EOX 793 9340 BASE LINE RANCHO CUCA?TONGA, CA. 91701 - PRONE (714) 989-1851 NOTICE TO CONTRACTORS PROPOSAL AND CONTRACT ~ SPECIFICATIONS ANO SPECIAL PROVSSIONS ~ for EMERGENCY RESTORATION AND REPAIRS at • Hellman Avenue South og Baseline • L1oyA ^uSbs City Engineer ..: [ ' ~ , ^- • ~ TA6LE GF CG:Ii Ei'Il5 ~ CO,IT R;,C; GG CL'd E)ITS Pa°e tiotic2 irr n Ling bids AA-1 th ru A,-3 f ~ Prcpos al e-1 th ru E-5 Contract C-1 th ru C-3 ~~ Lzhar and I^a to rial Bond CA -5 ST;dIC ~1 P7 SP ECI FI CATIOJIS & STAf;CAPD GBti,II IIGS ~ SS-1 ~ • f.^" -~C~iIChS TC STFI. ARG SPFCIFICATI C'6 ~ SS-1 ~~ SECTid;i 2 - SCOPE AIiG COiIiRGL Or TH`e 'riORK SS-1 "c-1 Aera rd and Execution of Cen tract SS-1 2-1.1 Proposal SS-1 2-1.2 Exa Tina Lion of Plans, Specifi- SS-2 ~ ~ - ~ ~ ~"~ catians antl Project Site • ' 2-1.3 Interpretation of Drawings znd SS-2 Documents ~~ 2-1.4 A~rz rd o` Contract 55-2 ~. 2-1.5 Execution of Contract 55-3 ' 2-5,2 Contract DocwTents 55-3 ~ SECTi G~i 3 - Ch'~A IIv ES ii; :IC.^-. Y, SS-d ~~ 3-S Disputed Slo rk SS-- 3-S.i Retzntien of Imperfect Flo rk SS-~ . ^ " ' SEC. i:~~ E orr .P ccS AIIC ACCE°T..CE GF 'r1QRY -PROS E~CU't0 Sc-d ' 6-1 Cons true lion ScL edule antl Cc. r.„an czcant SS-? of I:n-!: - 6-8 Completion and Acceptance SS-5 • SECTi CII 7 - RESPO"SI3I LIT1E5 OF THE CCIiiPACTOR SS-S 7-1 Contractor's Ee,viprent and Facilities SS-5 . ~ 7-1.1 Con hactcr's Responsibility ' far Fio rk SS-5 7-1.2 flo tier. and Se r•; ice The reu` SS-S 1-1.3 4lzrranty or Title 55-5 7-3 Liability Insurance SS-7 7-6 P~rr^~i is SS-i 7-fi The Cmrrractnr's rr",e presenU rive SS-7 i 1 ^- ~~ ' 7-10 Public Conve~:ience and Safety SS-7 7-10.1 Traf~l~ic and Access ~ SS-7 ' ~ 7-10.3 Street Cl osures ,De tours, Barri- ~ SS-8 codes ~ ' 7-10.4 Public Safety SS-9 7-10.5 Emergency Provisions SS-10 SECTIOiI 9 - MEASUREh1ENT AND PAYtiEiJT SS-10 9-3 Payment ~ SS-10 9-3.2 Partial and Final Payment SS-10 ' 9-3.5 41ork Performed Without Direct SS-I1 Payment SPECIAL PF.OUISIOi15 • ~ SECTtOiJ A -CONTRACT DRAFIINGS & DESCRIPTioN SP-1 SECTIGN B - GEIIERAL NATUP,E OF THE 410RX .SP-1 SECTIOPI C - TI1•tE OF CObiPLETiON 8 LIQUIDATED DAMAGES ~ SP-2 SECTIOiI 0 -PERMITS AND LICENS-eS SP-2 - SECT IOII E -PUBLIC COi1VEilIENCE AND SAFETY SP-2 • ~ 'SELTI UY F - CUOIiDIi.AT70IV {JITIt UTII.ITI ES hND O'I'llClt AGCNU IES 5F'-2 SECTiCN (1 - DEF1iJiTIOtJ OF PROPOSAL ITE11S SP-2 Item 1 -Removals, Cl earinq, Grubbing SI'3 ~ and P,econs tructi on. ' ltew 7. -Excavation and .4sghalt 8 P.C.C. Pavement S Psi Removal Item 3 -Asphalt Concrete Pavement SP- 5 Item 4 -Class 2 Aguregate Bane SP-6 Item 5 -Concrete Curb w/ Gutter SP-6 Item h Concrete 24"Curb Only SP- 6 item 7 -~;oncre[e Sidewalk & Wheelchair Ramp SP-6 • 1 tem R ~onc rete Drive Approach SP- 6 item 7 Concrete Cross Gutter Incl. Integ~nl Curbs SP-`~6 ~ • Item 10 - oncrete Ftasonry Bluck Wull S 1-6 Item 11 -Reconstruct Fisting Concrete Driveway SP- 7 Item 12 -4sohalt Concrete Dike SP- 7 Item 13 - P. C. C. Pavement " ~ ~ SP- 6 rnn,trcT srnram{nu ul+nr;u,cs ~ fi NOTICE INVITING BIDS FOR EMERGENCY RESTORATION ANO REPAIRS DESCRIPTIO`15 OF WORK: The work includes but is not limited to the clearing and yrubbing and excavation for the reconstruction of curb, gutter, sidewalk, Klock walls and A.C. and P.C.C. pavement within the job limits as indicated on the plans. A71 work shall be accomplished in conformance with the plans and specifications. RECEIPT OF PROPOSALS: Bids will be received at the Cffi ce of the City Engineer, City of Rancho Cucamonga, 9340 Base Line Avenue, Suite B, Rancho Cucamonga, California, 41701, until 5:OD pm 4/28/60 OBTgIN A1G CDNTRACT DOCUMENTS: Plans and contract documents may be obtained at the Office of the City ngineer, City of Rancho Cucamonga, 9340 Base Line Avenue, Suite B, Rancho Cucamonga, California, 19701. PROPOSAL GUARANTEE: None required A Surety Bond for payment of labor and materials will be required in the amount of one hundred percent (100%) of the estimated total contract price in the form attached to the contract documents. Said bond shall be issued by a company having a rating of A+AA or better. COMPLETION OF WORK: All work under this contract must be completed within 20 working days following award of the contract. failure to complete work within the stipulated period will result in the assessment of 550 per day in liquidated damages. INSURA`ICE RE UIREMENTS: Pursuant to the requirements of Section 1860 of the Labor Code Chapter 1000, Statues of 1965), Contractor shall take out and maintain, during the life of Lhis contract. workmen's compensation insurance far all his employees employed at the site of improvement, and if any work is sublet, Contractor shall require subcontractor similarly to provide workmen's compensation insurance for all of the tatter's employees. Contractor idemnifies City far any damage resulting to it from failure of either Contractor or any subcontractor Lo take out or maintain such insurance. • A-1 Public Liability and Property Oamage: a. The party contracting with the Contractor for this work shall be undo rs teod to 6e the City of Rancho Cucamonga, but *_his understanding shall in no way alter the obligations of the Contractor or his surety (ies) to other parties identified herein. 6. Simultaneously with the execution of the contract, the successful bidder shall furnish satisfactory proof by certificate or othet'viise as the City may require that he carries all of the various insurances set forth in paragraphs A, B, C and D of Section 7-1.12, of the State Standard Specification, Automobile Liability including Plon-Owned Auto Coverage. c. The limits of such coverage shall be: 1. Bodily Injury Liability $500,000 Each Person $1 ,OOD,000 Each Occu rrer.ce Property Damage Liability $250,000 Each Occurrence $500,006 Aggregate 2. A single limit for Bodily Injury Liahi li ty and Property Oamage Liability combined of $500,000 Each Occurrence $500,000 Each Occurrence d. The City of Rancho Cucamonga, and their respective agents, officers, officials and employees shall 6e included specifically in all indemnifications required 6y this Section, and they shall be included specifically as additional insureds along with the other parties identified in sub-paragraph (2) of paragraph A. e. The Contractor shall require the subcontractors, if any, to take out and maintain such public liability and property damage insurance in the amount here inabove set forth. f. All above listed insurance shall be maintained bjr the Contractor in full force and effect during the entire period of performance under this contract. CIT'!'S RI GiiT RESRV_E~: City of Rancho Cucamonga reserves the right to reject any or all hia`s and/cr viaivc any infor'inali ty on a bid. The contract will be avia rded to the lowest qualified bidder that can complete the work in Che shortest possible time. All wor4: to be done under the direct supervision of the City Engineer, City of Rancho Cucamonga, California. Employer paymen is other than those itemized therein, as defined in Section 1713.1 of the Labor code, are to be paid in accordance with the terms of the collective bargaining agreerw nt applicable to the type or classification of Che workmen or mechanics employed on the project. A-2 <~ Copies of all collective bargaining agreement relating to tiie work as set forth in the aforementioned Labor Code are on file and available for inspection in the Office of the Oopartment of Industrial Relations, Oivi Sion of Labor Statistics and Research. By Order of the Council of the City of Rancho Cucamonga, California. oyd'B. Hubbs City Engineer LBH: deb _y .. q_3 `~ ~' PAOPCS:IL TO TiIE CITY OF RANG HO CUCA.tlONGA FOR EMERGEiICY RESTORATION ANO REPAIRS TO Hellman Avevue South of Baseline Na.;.-~ of Ltddar CROW EIS ArvJ La RSOU snsin:.~ss address Po doe 4S9 v3Gcl~rti Yie1 la 9r~oc Phene Nemb,:r7{7; 338.735 4 Place of P.esidence LOCATION The euork Co be done an3 zeferred to herein is in San Ilernard i,-,o County, Sta to of Califo taia, in the City of Rancho Cucamonga, at locations as shown and descrih- ed in Flans for Hellman Avem a So; h of Ra~eline and shall be constructed in accordance with the Special Provisions (including the pa}'mer.[ of no[ less Chan the minimum wage ra Ces on file with the City and the co,^,tract annexed hereto and also in accordance with specified City of Rancho Cucamonga and San Bernardino County Standard Plans, the Standard Specifications for Public works Construction (19i4 Edi ti on 1. ~ ^ The work to be done is shown upon plans entitled emergency re5toratian and ~, . repairs to Hellman Avenue South of Baseline Approved: `I .. `~';. To the Ci[y eE Rancho Cucamonga: The undersigned, as bidder, declares [hat the only persons or parties inceres ted in this proposal as principals are chose named herein; [ha[ chis proposal is made wi Chout collus ien with any other person, 'firm, or cozpora- cicn artd in submi[tiug this proposal, she undersigned bidder agrees [hat if is is de tormin ed that he is the success Eui bidder, he wal execute the ron- ecllusion affid avi[ included herein: that. hr, has carefully examined the location o: U;e pro, used work, the annexed proposed form of cdntrac [, and the plane eherain referred Co; and he proposes, and agrees if this proposal is acccp red, that he will con [racC wick the City of Rancho Cucamonga, in the fora of the copy of the conCract annexed he re co, to provide all necessary machinery, cools, apparatus and other means of can se nic tion, and co do all the wo r:c and f•sni ai, al.l [hu materials spe cif i.ed in the concract, in the Wanner and ti,an therein prescribed, and acenrdin; en the requirements of the Engin ccr as chc rc in set fo;[h, and that he will cake in full payment therefor th r. following it e;:; prices, to wit: R-l !:. r C . ~' ~ ~. ~i a t: ~:'. . :; ~~: ~•: ~ ~.:, ' ITC;a ur:ir or FISrL+L1t'F^ rlF:rt velrF:u 'rurnl. N0. ITIiSi f•7 P:~1SI11ih QUAPrI'ITY UN F1GUItP:S1 1N FIGURES 1 RF. ~;01';1L5, CLE AR I9G GRURR INC, LS LUMP SUli ~~y,~~,~jJ ~ ~~ S ~ p' ~ AND Rv:CONSTRUCT20N. '9A~ ~ INCLUDING SAW CUTTING 2 F,SCdN1T ION AVD ASPHALT ' } d 3 °~ covcaETFAND P.C.C. PAVEMENT S.F. 2480 Z 9 ZD RE~~IOVAL INCLUDING SAWCUTTINf 3 ASPHALT CO;ICRETE PAVEHEYT .TOY ~~ 450 SF is 0.20' A.C. 190 3}` (.42L~ 4880 SF x 0.50' A.C. 4 CLASS 2 AGCRCGA'CE BASE TON 4880 SF x 0.50'A. B. 190 ~G ~ 1yDa ~ 5 CONCREtE CURB WITH LF c~'ttER N/A 6 COSChETE 24"CUft3 ONLY LF -~SB=- 7 CO:vCRETE SiDF.Ir'AL'X 6 WHEEL- SF CFIAIR RA?1p {q" THIC n) N/A 8 CO;'JCNE'1'E DRI Yd-APAR9AGFF ~ SF' (s" TRICx1 N/A ~9 CO`Vf BETE CRORS GUTTER ~ SF (INCL. IHTF.GR,\L CL'RRS) N/A ]0 CO'ICR!i'1'F. MASUARI' DLOC$ WALL LF N/A F1 RI1C0357RL'CT EXISTING CON- SF CIU~: I'P; DRi VEIVA'i 216' 2 2 b ~~~ Qy '~ Conmerci al Type II-: L • 7,, . %:; ~!?•.'. ~~. ~~, ;:! ,' • ~~ ~• ~, ::i :' ;j .: ~, ~i; . :&~ •, iii: f.0. f'I Odd nll t'4q?P, QUM17N 7"IY I1!: PI(„iIP.51 1N pU!DI!Li 12 nSF!bl l,T CONCRETE. DIAL LF N/A 1: •13 P.C.C. PAVEI4ENT G.F. N/A 7qA Alternat? Bid Install Guard Rail LF 510 22 ~~ IiV7) `~ 14B ;t7terwa£e-Bid Recowcyruct..P-ost-&~-Cable l:F STO To r ~_~t~ ~ --0 ~ -~-~~- . Zg33! "- rorni. (c. tani~;i;l rl__.CLr,~-w. ~~~/~ -T _. !~ a^" < Nn~GLWIf Dnl lars f~wtLL,(-~ n.wi LTi-vwi~u.I r~~w -Cu..,dn. A { (wj{ nv R-S QIK.Q ^ u+. J N ~~Ca. ~ I _ Bids nre required for the entire work. The amo unC of [he bid for cam- pa:ison purposes wi 11 be [he total of a.ll items. 1'he Co tal of, unit basis i reins will hr determined by e::[ens ion of the item price bid an [he basis of [he esc iaia and gnanti [y set forth for the item. 1'he bidder sha 1.1 se[ forth for each item of work, in clearly legible figures, z. r, item price and a total for the item in the respective spaces provided twr [his purpose. In the case of unit basis items, the amouue set forth undo: the "Total" column shall be Chr extension of the item price bid on ehc basis of the estimated quantity for the item. In case of discrepancy be Ctleen [he item price and the total set forfii fo: the item, the item price sha 11 prevail, provided however, iE the amount set ford: as an it-em price is ambiguous, uni.n telligible of uncertain for any cause, or is omitted, or in [he case of unit basi& items, is the same amount as the entry in Che "Io tal" col umn, [hen the amount sec Eo x[h in the "Total" column for the item shall prevail in accordance with the following: (1) As [o lump sum hens, the amount see forth in the "Total" column shall be the item price. (2) As to unit basis items, the amount se[ Earth in the "Total" co lunu! shall be divided 6y the estimz red quart City foz the S[em and the price thus "' o6ta fined shall be the item price. If this pzop oral shall be accepted and the undersigned shall fail co con tact as aforesaid and co give the bond in ehe sum to be determined, with sur_ty satisfactory to [he City of Ranchc Cucamonga within 7 calendar days, after the bidder has received notice from the City Engineer that the contract has been awarded, the City of Rancho Cucamonga may, at its option, de Ce rmire that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void • e-a ,; . i' - • The names of all persons In ce rested Sn [he fo ret;o Lng proposal as pr L+ctpa is are as follow: ~Ja~1~~~ 3.~:iJ IT Y~~ ~ 3'~+s If bidder or other In Ceres ted person Ss a co rpordClnn, s[aCe legal name of cu rporatlon, also names of Chu president, secretary, treasurer, and manager Che roof; if a co-pa r[nershl p, state Crue name of firm, also names of all indlvldnal co-pa r[ners composing firm; Sf bidder or ocher in cures ted person is ar. Snd lv Sdual, sta [e first and last names in full. Llcena ed in accordance with an ac[ providing for the reglac ration of Cone roc cots, License No. 1 l 2 -lo)- "'~ J~~i:~ Cn..-tlP c,..,.t C 4.-i .. o-'3 r.~~= Signature of 0ldder • NOTE--I( bidder Ss a corporation, the legal name of [he corporation ~, sha1L be sec torch above coge [her wick the signature of the officer ~', or oft icurs au[ha rizeJ to sign con[rac [s un behalf~pf the corpora- ' [ion; if bidder is a co-pnr niersltip, chc true nave of ehe Cirm shall ~'. he Sn.t forth above to ge thcr with the signature of ehu partner or ~; Par [na rs ou churioed [o ::1 gn contracts in 6eh,ilf oC Chu co-parcner- ~~ ship; anJ iE biJJdr 1s an ind lvidusl, his signa CUre sha1L he placed L. 1 above. IC siguuuac is by an ago.n [, other Chun an uCEfccr of a }, cores melon ar a umcil+ar of a pnr cna [ship, a Puuer of Aclo roc/ must ~- bu un CLL: t+lch ch,: City prtur Co opening bids or su bmi [COd with Cho bid; ntlu. rwi~.,a, the biJ will be dis re~;a [dad o; irregul a: miJ ~~ uuautbo ri ecd. 6uu inesa ,\JJrc.s FG 91d 41'*/ /3q~D~r~ P,oQK, ~~ 9.TaG Place of iSnain Da CaJ 0- 5 l9-_. .n".~..., rr, E' `~`li C:' 1:~ tC. e 4~, ri.u++[- clrt oz R,\:;c,n cucs~:o;;c.~ SrV\ IICP.2;,ll:U ISO C'~C?.ri. CALIFCi.:; L1 C O;il :v\CT Et-0ERGENCY RESTORATION AWD REPAIRS TO Hellman Avenue South of Baseline T!1?5 ,\S;?C~iElc'L, made and concluded, in [rip lien te, this ~ day of M~'1yr One Tho usard Nine }iunl red and ~' ~ be tt:een [he City of Rancho Cuca~aonga, party of [he Firs: par c, and GRou/EGL ~ GAtR6oN Content co r, party of [he second pare. ARTICLE I--WI1^iE55 cTH, That fot and in consideration of the payments and agrc_men is hereinafter mentioned, to 6e made and perfo [mod by the said purCy of the first part, and under the conditions expressed in the two bonds, bearing evmi date wich these presznts, and hereunto annexed, the said party of the second pare agrees ui[h the said party of the first pact, at his owe proper cast and e::p ans e, to do all the work and furnish all the na terials, e::<ept such as ace non boned in and speci£ica [io ns to b_ furnished by said party of [he fits[ par., necessary [o construe[ and comp loco in a good worms mani i;:e and substantial manner and to the sa Cisf action of the Cicy of Rancho Ccca-•.o n;a, in [ha Co un cy of Sar. Bernardino, in the Cit7 of Rancho Cucamonga, in accordance wi [h the Special Provisions hereto annexed and also in accordance Wj th specified City of Rancho Cucamonga and San Bernardino County Standard Plans, the Standard Specifications For Pu61ic Wo rl<s Construction (1979 Edition) and minimum wage rates are hereby specially referred to and by such reference made a part hereof. The work to be do nz is sham upon plans a^d cocci Fica''i~ns entitled ^criy of Rancho cur;uniro~rn emergency restoration and repairs to Hellman Avenue ,\pp roved ~-2.2-J~O which said prnj cct plan:; and spouificn t.inm; arc hereby mode u part of Lhis contract. " ' -• Ati1'I f, 6:: CI--Tha said party of Chc Cirst pare hereby promises and agrees wich Chc sn id Con tr ar. mr [o ar.:p loy, and does hereby snip luy, [ha 5nid Concrac- tor to pro Bide [I':e ma to ria is and Ce do the cork according [o Che terms and eo nd is iuus her~•in contra in2d and re fern=d co, For the prices here inefter set forth, and he re by con trncis to pay Cho same ac Che Cime, in [he manner and ~ upon clo• co ud itCn m; tee ra in 'see fo rch; and chn said parties Car thu mselvzs, [heir hairs, maccutu n;, ad:n inistra [or :, sotto ss nra and nsai;,ns, do hereby a grce to the fu 11 porCe rasa race oC the cove mots herein contained. r `i. w C-1 `!. , ARTICL'c IlI- Minimum Wage Rates on file with [he City, is hereby specif ics lly referred [o and by this reference is made apart of this contract. It is furcher expressly agreed by and between [he parties hereto [hat should [here by an}• conflict between the terms of Ch is instrument and the bid or pro- posal of said Contractor, then this instrument shall control and nothing here- in shall be considered as an acceptance of [he said terms of said proposal con- flicting her ewlih. ARTICLE IV-- By my signature hereunder, as Contractor, I cercify that I am award of the provisions of Section 3700 of the Labor Code which require every emp loy ex to be insured against liability for workmen's compensation or to and ertake self-insurance in accordance with [he provisions of that code, and I will comply with such provisions before co®nencing the performance of the work of this conCrac [. ARTICLE V-- An the said Contractor agrees to receive and accept the Unit or Lur_p Sun Prices bid as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage, arising out of the nature of the work aforesaid, or from the action of [he elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in [he prosecution of the work until its acceptance by the City of Rancho Cucamonga and for all risks of every description connected with [he work; also far all expenses incur zed by or in consequence of the suspen- sion or discontinuance of work and for well and faithfully comple cing the work, and the whole thereof, in the manner and according [o [he plans and specifications, and the requirements of the Engineer under them. ARTICLE VI--The Not±ce to Concractors, and the Bid Proposal are hereby in- corporated in an made a part of this Contract. C-2 In '.'i [udse. 4Jl:e rco[, Che pa r[ies of Ch su presents have hermm [u se[ [I:cir hauls cL•e your and Jato firse ::hove yr iC Cen. cirx or• iv~~ctto ccc:~~o;,c;. City Manager Caves tfQ .w J F an.v... t. c-Q,..... ~ Cr : C cLyrrti Con Crac[or (`~7 APPR07 ED ew .C Y 4y, ~- Preen: um: 'Z St` '~ ' Fy~a tir. 929s.+7V ' ~ • CITY OF RrVCC30 CL'C~C~iO;:G.`, PUBLIC C03T&1C'L LIBOR AN7i ;L\T'c IALS K::C'd .U,L EI E.! BY TilESB PRESENTS: That (~Oc.~~L, .L p'. ~[gl2.Ci'~.J ' -' , as and h¢reinaf ter referred to cane ccively as "Principal," and Y~a l , i,i ,y 1./ ~~ < ~ L-i~.v~A,/v a corporation organized and existing under the laws of [he Sta tee o~ ' .~,ye~;~./C~ and duly authorized to transact surzty -_ ~, business in tha State of California, as, and hereinafter referred to as, "5 ve~ty," are held and firmly hound unto the Ci[y of Rancho Cucar..e nga, here- ' inaEter referred to as ehe "City," in the sun of $ Z J 33/ oo , for the -~ ~ pay'nent of which Principal and Surety bind themselves, their heirs, adminis- ~,' ' tra[ors, successors and assigns, join cly and severally, as follows: THE CONDITION OF TH'F, AEOV° OBLIGATION IS TILT: ' W46i2P.A5, Principal has entered into a con trace dated Mhy Z. , , 19 ~~, witl; City to do and perform the Following, generally described work, ~~ which is more particularly described in said con trac [: , ~~ For the QIERGENCY RESTORA7IOfJ ANO REPAIRS TO Hellman Avenue South of Baseline ~•~. WHE6E.\S, Principal shall commence and camp le to [he construction and .. ~ ins calla Lion of such improvemnn es ptov ided in said con [rac t; and NOSi, ll[EREFORE, iE Principal sha 11 pay the ConCrac to r, his subcontractor, and all persons renting eq uipmene or fu rni string labor on. materials to [hem ~~ for such improveaents for the full cost of such impro ve:ae nts, [hen [his obli~aeion shall be null and void. ' FRO'/IULD, IIOILiVER, if Principal shall not pay the subcontractor and all ~ ,. person, ron sing equC pr..mic or Curni siiino labor or materials to them Eor such ~ improvements for the full cost oC such inq:rov omen ts, Chen this obligation shall rmaa Cn in full En rec and of Ecce and suds Cun eracto r, subeontrnc car, mnl pL'C 90n5 Shall. II i1VQ a direct right of action against the principal and Surety undur this obli~aCinn, suhjecc to Lhe priority of City. ~,. . C A i ~•' ~• I lu .i:;.~.:._ .. _ . Iefoce me. the undersi,nml, a Aot.uo Pul9ic n. >aid cuuntq anal start', Pvrson.illc .gq,caro~ -` ~> yr%~.~ . - ..., _ .~ ..,_ _. knrnrn In me at 1 r Ihr .',I dn'nr.,=in-P,vt of t he rorpocttinu th.LL rscrute I the a, ilhin insGnmm~t, knoten to ute W''.m dn: pcrvin tt ho om~ me4 the withi n instrnmrnt nn l~ch.~lC, ~ the rorpon~tinn ,hctrin n.vu,•d.arol ,n ~knott lyd.rd m nic that .wit rngnrcalinn e ~era [ed th,• •anu•. i ~ i .n i~mnm~n.n~~T•~~~nI ~~EAI~wnw~+ mm ^~ 2<~•; AGNES ,d. EVERET7 No1n^. rueuc c>uwwNie . aI Ofi1CE IN , . ////// i :.- / >/ <`" - !'/ ' " r PPIAG P LCS nNGElES CCUtIT'r / / V~e},lrl' /~N61tf .une t~e~~a , My Commission Eap~~s ,,T , ~~~ ..~~.~, m~mi~„ ., ... .,,,.~., „. ~ na. i; an ~~ ~ A.,.. ,.. :.,nn~ STR[ OF ~ Cr ~ ~' - ~ t ~ ~~ bofore me. the. undersignnd, Notary Publir, m and fol Bald State, Dersonally appeared ~i f,- ~, /' : t _ ~i' .,,~,.,,...,,,,~„m..,_,,,.m.~mm,.mm. ._ _. _ _, known to me, ancuL sEnt ~ (o be the person whose name ~~ ~ suhscnhed In the within Instrument, Y c n e. NcM ;unt 4a _ and acknowledged to me that he eAecuted the ume, . NGE ptnECI~Er En~~ " WITNESS my hand and official seal. ,~.„~h~„~~~ommissioo vaE,' »LES.c^::Eg a t i ?~~-NO~}ry ubi~c m and for smA Sbte, ACLNOWI[OGMFMf Gtnntl Wol~altt f0,m})I Mev 16• ~~ !'KU:'1 L`CC PL'Ii C:ICB, IIUVI:VI', C, [liar 'lu ru [y slipv]a[ac anJ agrcos lLo[ nu ch migu, uxtcn:;iun oC [imr, al lc ru[ion ur moJ ificnliun uC [Lu contract ducu- mun[s ur uC the wu rk [o be purCo rmud [Lc rc unJor shall in any way aCCoc[ its • ohl'_S•+[ion un ehis bond and it does hereby waive nut ice oC any such change, ex[ens ion oC time, al [era[iun or muJ if icu[ion of [Le can tract Joc umencs or of work cu Lc perfo rmeJ thereunder; and I'RU:'IULU PU:1'1lElt [hat Sn'ca se suit Ss brought upon Chls bond by the ~' Cicy or any ocher person who may bring an action on [his bond, a reosonab lc alto n;ey's fee, to be fixed by the Court, shall Le paid Ly Yrl ncipal and '~ Surely. ~ . It7 Af1';1E55 WHEI2EUF, Principal and Surely Lav'e~caused these presents Cu ~.~'.~ be duly signed and sealed this ~ day of i //jv 19~. -~~ ~~ ~- // SICRE'fV: ~ip'F ~i%v .¢n'ay ~R1Si/ Lam/ ,. T(N,1fL~)~ i ! ~~ BY: _ - ' A[[oruey-in-Fact ;c.. , (SEAL) UY: .. ~ !~. ,Address of Sure [y: T'-' ' - PRTNCIP.IL: GQ/NCLLAw/J LARSM ' (rrsle) UY: Lw.lw ~ ~t Lgryy~y~~... .. AJJ ress of Princ lpal: A1'I'itU'JCU AS 1'U h'U Li: C1[y A[[o rnuy Al'PI:J': CU ,\li '1'U Cu;P!'C;7'l': CLty C.n,;i nucr .., ~ C 5 , , cxord, it I COMPANIES AFFORDING COVERAGES _.. HUMMER INSURANCE AGENCY ~ -- -~~-----~-~------ 1069 W. 6ADILLO .:^.°~~ A REPUBLIC INDEMNITY COUINA, CA 91722 .'. .-._-..-...--.._. .--- - '-----~--..-._..- ....., B CROWELL 'AND CARSON ~-~ ~ --- -~- P.O. 60% 459 "'~ p BALDWIN PARK, CA 91706 - -- ~ -- --°------ ------ --- ----- ~' E .-,--.a-:.,.... ., ..~ .:. ~<•Tt . __ - --~ Limrtsd L'Abn~ty in Tnoiisands l~6Si _ -- ~- - ~ GEYERAL lw9Rrtv ~ ~ ~ ~ ~ -- f 4UTCMOiIIE L'a9illi° s WOHNFRS'G~M1'^f'1 ~'. ~'~.ON ~ - ,.~~. PC 961 345 7-1-80 A EmRLn~Ee~. ~iclail*+ '100 ur :, EMERGENCY RESTOkATION AtJD REPAIRS AT HELLh1AN AVENUE SOUTH OG BASELINE cancan ntinn .. ~ . CITY OF RANCHO CUCADIONGA ~~ 5-5-80 __ P,O. BO% 793 i i/ 9340 BASE LINE ~ ~~.~y, ~A,re~/ R rL A 91- acord. ~ i~ ~sMl :M1 ~ - HUMMER INSURANCE AGENCY COMPANIES AFFORDING covertaces -- 1069 k. BADI LLO - ,..,, A COVINA, CA 91122 ~`~ _ ... ___.... -- _-.Olli4. ~ARMERS..__-- I ..:... B -- ~ -- ~ ~ --..L--- --- - ,.,. •,.M1. ,,... C CROWELL ANO CARSON _~~" - ,. --________,___ P.O. BOX 459 D BALDWIN PAP,K, CA 91706 r ~~~~~~~...._- -_ __._-__..._. ...____-. ....._-_ ,.:. , E - _- ---- --- 1. ': ,.,' .. -- - - -. - -- ~r aF I .. ,,,_.;~ o,.. ,..... _ _.. _.... . ,.. ~T~mlr:orl.men,trlnmous.,naxf6db!-- _~ ~ GENENnI Un PI.ITV ~ ~ ~ ~ ~ ~- -~ ~ -- % , % k -- X X~ .~ ....... ~. ~ 1,000 ~', X1,000 A k~ ., GLA 35 79 83 9-1-80 "' ', ~,g ''~~ 1.1.000 Arlt U"/OB!~F Uetl!I ITV ' % A X GLA 35 79 83 ~ ~ - -- % X ~ ~ ~ 1,000 nrrrtu J.~"{[~~P A.':.. F.`.: (:a.::°y~-1in'i s':~w:.~~1$'-~~1fR4?~t~'.T. EMERGENCY RESTORATION AND REPAIRS AT HELLMAN AVENUE SOUTH OG BASELINE 3D. ~ ,~. .. .. .,. r• ~ ., .... ~. CITY OF RANCHO CUCAMONGA ~-~~ 5-5-80 - P.O. 80% 793 ~ ~_~ 9340 BASE LINE ~`` }~~~,_~-~~ hIODI FICAI[GNS TO STANDARD SPECIfIG1iI0NS FOr, PUBLIC .dORKS CCi1STRUCTI07i PREFACE - STAi1DARD SPECIFiCATi0775 AND STAtiDAP.D DP,AiIIi.GS The Standard Specifications for Public ldo rks Construction written and pre rmleated by the Southern California Chapters of the American Pu hlic 4lorks Association and Che Associated General Contractors of America shall 6e the Standard Specifications of the City A LP.rwork shall conforri to the 1979 edition, including supplements, of these Standard Specifications, the hfedifications to Standard Specifications for Public 4lorks Construction and Standard Drawin es as issued by the City availabl~a at the time bids are opened unless otherwise specified in the Contract Documents. The above Standard Specifications, Modifications and Standard Drawings .are hereby made a part of the Contract Cocuments. Far the convenience of the~COn tractor, the section and subsection numbering -' system used in these Modifications corresponds directly to that used in the Standard Specifications. .- ~ ~ "`~~~" S ECTIG71 2 - SCOPE AND CONTROL OF THE tlO RK is amended as follows: ~ .. 2-1 Award and Er.e cu lion of Contract 2-1.1 Proposal The proposal shall be fully executed and submitted cn the .forms prov iced by the City and shall be marked ar,d a~!d re ssed as directed in the "tlctice to Contractors". ' If the proposal is made by an individyal it shall be signed ~~ and his full name and address shall be given; if it is-made 6y a firm it shall be signed with the co-partnership name by a general partner thereof, t~rho shall also sicn his o~an nmr~e, and the name and address of each member of such co- partnership shall Ue given; if made by a corpo ra lion, the name of th_ eorpo ra lion shall Un sinned by its duly authorized officer and attested by the corporate seal. The appropriate ackno~.+ledgem~nt must aLo be ^,i;ned befm-e a no Wry public. Bidders ar•c wa rneC against making erasures or alto rat ions of ' any ;clod en t':eir Prcgosal. Proposals which contain omissimrs, er•asurers, alter- ations, ca•~diti ens or addi tiers not called fur may be rejected. , At the tine that the Cen tract AyreemAnt is executed by the City, the Cen trc ctcr shall be licensed under the provisions of Cira pier 9, Division 3 SS-1 • of the Cus iness and Professions Code of the State of California to do the type of wo r'r, contemplated in the Contract and shall be sk it ied and regularly engag=_d •~ in th^ general class or type of work required by this Ccntract. 2-1.2 Examination of Plans, Specifications, and Project Sit_ Bidders shall read the specificatiens, examine the drawings, and mz!;e their own estimates of the existing facilities and the diff irulti es which sill attend the execution of the work called fur 6y the proposed een trzct, including local conditions, uncertainty of weather, and all other contingencies. Bidders shall satisfy themselves by personal examination of the locations of the propesed work, and by such other means as they may choose as to actual conditions and requirements and as to the accuracy of the quantities stated in the Proposal forces. Infornation derived from the maps, plans, specifications, profiles, or drawings, or from the Engineer or his assistants (or the Architects or their , assistants), shall not relieve the bidder of this responsibility, and the C~ tn,e epee ~a Eton of the data disclosed by borings or other preltmtnary to ves~a gations is not guaranteed or any liability assumed by the City. '~, 2-1.3 In to roretation of Dravri nos and Do cumin is If a prosoec Live bidder is in dcubt as to the true meaning or intent of any part of the Contract Documents including the Specificaticns, or discovers discrep an ties in, or omissions frem, the Specifications or ~' Drawings,, he may submit to the Engineer a write=_n request for an interpre- .- Lotion or a correction thereof. Interpretations or corrections of the ~ ~. Contract Documents including the Specifications and Dravrin gs, shall be made only by addendum duly issued by the Engineer, and a copy of such addendum :rill be sent by certified mail, postzge prepaid, or delivered to each person receiving a set of the Contract Documents v;hose address is kncwn to the Engineer and such addendum shall be considered a part of and incorporated in the Contract Documents. ' 2=1.4 Award of Contract After the Proposals have been submitted, they will be checked for accuracy and compliance with all provisions as specified herein. The City reserves the right Eo reject any or all bids and to waive any informality or irreoularity~in any bid received and to 6e the sole judge of the merits of the respective bids received.., Award of the Contract, if it be awarded, will be mada by the City .'a na gee as soon as possible after receiving the bids. Award will be made to the lowest responsible bidder who can complete the work in the shortest possible time. In selecting the lowest re ski ansi6le bidder, consideration will be given to the general tom pe Ceney of the bidder for Lire performance of the vre rk cover^_d by the proposal. To receive favorable consideration, a bidder may he required to present evidence [hat ice has successfully perfcrn•~ed s irni lar wnrY. of com~~pa ra ble r~s gn itu de or su bruit other evident^. satisfactory to Ut^_ City that he or his assoc iz Les are De rsonally competent to manage the pro- posed uns!ertak,inr, and to carry it for::ard to a surcessful ecnclusion. Pro- fessional integrity and tcn^_sty of purpose shall be essential requirements. SS-2 ~. ' A she::.ng or adequate financial rr.:•uu rc es may be reguired but will not alone determine whether a bidder is eom~:e tent to undertaY.e C'r,e proposed :ro rk. . Only manufacturers or contractors of established re pu to Lien, or their duly au therized dealers or agency, having proper facilities for the _ r•.anu`ac ;u r~ of th= materials or equ ipa~ent and for s?rvicing sam_, or for proper e:<ecu[ion of the work called for in the contract, will be considered in raking the award. 2-1.5 Execution of Contract A bidder whose proposal is acc=pied shall properly sign , a wri Yen contract ag reen;ent with the City on the form of agreement attached . ~ h=_reto and return said contract together with good and approved bonds and insurance certificates as required 6y the Contract Da cur..ents within 7 ' calendar days from the date of a notice from the City to the bidder of acceptance of his proposal. ~~ Contract bonds and certificates of insurance, if required, shall be filed in all instances hefore delivering any equipment, materials, or performing any ' work under the contract; also before any purchase order shall to issued. If a bidder whose proposal is acc=pied fails or refuses to . ~ enter into a contract as herein provided, or to conform to any stipulated ~• - ~ re quirerent in coon ec lien therewith, the a:+ard will be annulled. At the discretion of the City an award nay be made to the bidder whose proposal is next most acceptable to the City, and ~~ ~ such biCd=_r and his surety shall fulfill every stipulation embraced herein ' _~ ~ as if he r:ere the party to whom the first award was made. A corporation tor+hich an av+ard is made may he required oefo r: the contract acre event is finally signed to furnish evidence of its ' ccr,e rate exis:enre, of its right to do business in Califs rnia, and of the author ty o` the officer signing the contract and bends for the corporation - to so sign. 2-5.2 Ccntrnct par mn2nts ' Should it appear that the work to be done ar any matter - . S~ 3 r relative thereto is not su ff ici en Ll y detailed or explained by [he specifica ticns '~ the Contractor shall apply to the Engineer for such further exFlanation as may ' be necessary and shall conform to such explanation or interprz to lion as part of the Contract so far as may be consistent with the intent of the original plans and specifications. In the event of any discrepancy between any dra.~ing and the figures written thereon, the figures shall be takzn as correct. ~~ SECT1Ctl 3 - CHAi1GE5 IN 410RK ~ ~ ~~ '.i .; , is amended as follows: C 3-5 Discuted 41o rk ~ • - 3-5.1 Retention of Imperfect Wdrk . If any portion of the work done or materials furnished under !,. C the contract proves defective or not in accordance with the specifications f and contract drawings, and if the imperfection in the same is not of sufficient magnitude or importance to make the work don ce rous or undersirable, or if the removal of such work is unpracticable or will create conditions which are don r, emus or un desira bte in the opinion of the Engineer, the Engine_r shall have the right and authority to retain the work instead of reouiring it ;~ to 6e re roved and reconstructed but he shall ma k= such deductions therefor in the payment due the Contractor as may be just and reasonable. sECTiOiI 6 - PROSECUiICA, PROGRESS AiID ACCEPTAiICE OF 7HE WORK is amended as follows: ~ ~ ~ ~~' .' 6-1 Constructicn Schedule and Commencement of Work ' The Contractor shall furnish a work schedule for• the project [o the Engineer as a condition for the issuance of a no fee cerstruction permit by the Engineering Department. . ;~ The first working day of the contract shall be one working days after the date of Dlotice to Proceed. ~. 1 ' L 'i r: ss-a :.. • •: '.- ~ ~ 6-8 Completion and Accep Wnce The Contractor shall be responsible for , ' a ported of one year after acceptance of the work by the City such that detects, which appear within Said period will be repaired, replaced, or corrected by the Contractor, at his own test and expense, to the satisfaction of the Engineer within thirty C30J ~: days after written notice thereof by the City. .. •.: SECTIOJ 7 - REShC;iS iBILITI ES OF THE COilTRACTOR ~.; - is amended as follows: ~~ .. 7-1 Contractor's Equip.nent and Facilities 7-1.1 Can tracto is Responsibility for Vlark ~.~~•~~. Until tiro foraral acceptance of the work by the City, the Con- tractor sL'all have thz charge and care thereof and shall, •subject to the in- surenee protection fm'ni shed in accm'dance on th 7-3.2 hereof, bear the risk of accident, loss or damage to any part thereof by action of the elemznts cr frcri any other cause whether arising from the execution or from the non- ' execution of the o-:ork. The Contractor shall rebuild, repair, restore and ~.~ otherwise correct damages to any portion of the o-rork occasioned by any of ' the above causes before its acceptance. , ~~ ~~ In case of suspension of wort, from any cause whatever, the Contractor shall be responsible far all materials and the proper temporary ' storage thereo `. ~ •~ ~ ~-~ ~~ 7-1 .2 Iloti ce and Service Thereof Any notice required or yi von by on e'party to the outer under Cho Contract shall be in ttri tiny and shall be dated an`d signed by the part/ _. yi:ing such notice or by a dull authorized represen Lative of such party. Any .. such notice shall noL be effective for any purpose wlialever wtless servod in '. th^,fullosriny manner: ' Uot ic^ shall be given Lo Lhc City by I'm'sonal dclivcr'y thereof Lo Like [n~in0er or by del:osiliny Lbe sau~~a in Lhc UniLCd Scales unil enclosed in a scaluJ envclcpe, rn9isLCred and with pos rage prnpaid, addressed to: . Cily ^rgincer City of Rancho Cu. amon,n ),i:J Rase line Ram'ho ~: uca nicn;a. Gi, oC01 SS-5 t r • Ib rice shall 6e given to the Cont r.rc Lor, by personal Delivery Che roof to said Cen tractor m~ Lo his auChorized ri ~~resen to Live at the siLC of tfi r. project, or ' by depositing the same in the Un itud States hla il, enclosed in a sealnd envelop? addressed to said Con d•ac for at the address established for the conduct of the wor:{ under this Contract, postage prepaid and registered. ~ • Flo Lice shall 6e given to the Surety, or any oth r.r person, .~ ~. by perscnal delivery to said Surety or other person, or by depositing the same in the United States Flail, enclosed in a sealed envelope addressed to such Surety or persons at the address of said Surety or persons last cemmunica red by him to the party giving the notice, postage prepaid and registered. ' , C • ' 7-1.3 4larranb of Title ~ '. No materials, supplies or equipment for the vrork under this Contract shall be purchased subject to any chattel mortgage or under a con- ', di tional sale contract or other agreement by which an interest therein or any ~ " ~ part thereof is retained by the seller or supplier. The Contractor warrants ~- . - clear and Good title, to all materials, supplied and equipment installed and incorporated in the vrork, and agrees upon completion of all work to deliver . . the premises, Loge they with all improvements and appm•te nan ces constructed ~~ ~ ' ~ or placed thereon by him, to the City free from any claims, liens, enc umb rances ~ or char__^.es, and further agrees that neither he nm• any person, firm, or cor- ~ ~ L .; pora Lien furnishing any material or labor fur wm•k eevered by the Contract ; .' shall have any right to a lien upon the premises or any improvement or appurtenance thereon, provided that this shall not preclude the Contractor .. from installing metering devices or other equipment of utility companies ' the title of which is coa;monly retained by the utility company. Nothing • contained in this article, however, shall defeat or impair the right o` ~•~ L such persons furnishing materials or labor under any bond given by the . ` Contractor for [heir pr•o tee tion, or any right mtd er any law permitting such persons to look to funds due the contractor, which are in the hands -• of the City. The provisions of this article shall be inserted in all .~ subcontractors and material contracts, and notices of its provisions shall be given to all persons furnishing materials for the work when no formal ' contract is entered into regard ins such materials. - ~~ ~ p (Blank) ~ ,. ' ,- '- 55-G u a, ..... _._..._ ...... ........ - ~ 7-3 lnsurancc 7-3.1 ,Liability Insurance The Cen tra ctor shall, at his expo r.s^, maintain in of f•xt et all times durin~l the perfo rmancr. of wo r!: under the contract not - less than the following coverage and lini is of insurance, r,~hich shell be - maintained r~i ±h insurers and under forms of policies satisfactory to the Li ty. 4;o rkr is Cr~czns aiar and Cni loyers_ lin6ili ty_ 4!o t''~ers' Cou~~posn lion-cove ra^. as required by la•~. - ~ Employer's Liability-limits of at least $1DO,GGO per occurrence ' Ccmprehens ive 6od91_ Injury Liabr ility ' ~ ~ ~ ~ u~ tomobil e-75'~D, ft~}U eacn person . $500,000 per occurrence ' ~.~ (B) Geno ral SSG G,GDG per occurrence Corrrnhecsive Prnaer tv ryamar!e liayili ty , j~1) fw tomnbile- 5500,000 per occurrence :~':~' ~ (B) General - SSDD,GGG per occurrence ~~ All of the Ccntractor's polities shall contain an endorsement providing that ~~' R .~ written noti c^_ shall be given to the City at least thirty (30) cater, der days prior to termination, cancellation or reduction of coverage in the policy. ' ~~ The bodily Inj ~sry and Property Damage Liability policies shall contain the , . -~ following: -,.. ~ 1. Provision or enrlcrsement naming the City as an additional named insured ~. as respects liabilities arising out of the perfo rmanc e'nf any t•tm-k ender the Cen;roe , and providinn that sud? insurance is primary in serar.ce as , resyec ~ the interest of the City, and that any other insurance maintained by U.^_~Ci ty in excess and not contributing insurance eri th the insurance ~, required hereunder. ' ~: 2, "Seve ra bili ty of Interest" Clause 3. El imina lien of any exclusion regarding loss or damage to property caused by explosion or resul lion frein col lpa s^ of buildings or structures or , ,'~~ da ma rn to pros: gr ty underground, correcon ly~refe rred to try iRSUrors as the "XGU° ~. Iwzards. ~ Y. ' • ~ ~~4. Provision or rndcr;rront slating that such insu renco, subJect to all of its other terms and conditions, applies to Lhe liahili ty assmned by the Coclroctnr ardor Lhc Contract, includi n0 r~ri lhoul limi la lien LhaL se[ forth w.. ' in section entitled "Ire mnni Ly." Prang tly un execution of [he coot ro cl. and prior [u car°ivr•ac~aaent of any tro rk th r, Contr.. r.tcr shall dnliver to the Ci Ly errtifica les of insurnnc e. Such c r. reifie.a tes shall nio ke re(e rem cr. to all such provisions and ado rsemwits refe rrml to ahovn, and droll be si~.lncd on 6~ha if of the ins m•nr by its ~ , aulhorite~ repro sr•n l,aive. The Cnn lra dor agrees, u;•.on written rcqucSL by tPm Cily [n furnish copies of such policies, cerlitied by an aur.h orized rep- resenWlivc to the ins~.rcer. SS-7 • / ` ~• • ~ Tiie foregoing requirements as to t.'~e types, liini is and the City a~:p rnval of insu ranre coverage to he maintained by Ur2 Contractor are not intent^d to and shall not in any manner liialt or yvalify the liab;li ties and obliya- tions assunwd by the Contractor under the contract. The Contractor shall us^ diligence in requiring and vr.rifying similar insu r- antes to the foregoing on the part of its Subcontractors. ~'~ 7-3.2 Property Insurance The Contractor shall purchase and maintain y Property insurance upon the entire o~ork at the site to the full insurable value therzof. This insurance shall include the interests of the City, the ' Contractor and Subcontractors in the work, and shall insure against the - ~ perils of Fire, Extended Coverage and Vandalism and Malicious Plischief. ~~ Any loss deductibles in~the insurance contract shall he borne by the ~-• ~. Canirac to r. ~ _ by .~ Exclusions in the policy shall bz any tools o'nr.sd/riechanics or any item Domed _ ," or rented by the Contractor or any Subcontractor, the capital value of rm ich •~ ~ is not included in the Contract sum. ~ ~ ' ,.. Any insured loss is to be adjusted tai th the City and made payable to the City ~ C• as Trustee for the insureds, as their interests may appear. l: z. ' ', The Contractor shall keep this coverage in farce until the building is o¢upizd,~ . '. or until the building is accepted by the City and coverage of the Li ty becomes effective, whichever occurs first. ~ ~ ' ~~ The policy shall contain a clause giving thirty (30) days no tice~of cancellation ~~ ~ or non-rcneoial, to the City. • ~ - Any policy or policies of insurance that the Contractor er his Subcentractors elects to carry as insurance against less or damn gn to th ^_ir construction er,uip- '~ cent and tools or other personal prcperty used in fulfillment of this contract , ~~ shall include a provision waiving the insurer's right of subroga Lion against the Litt'. ~ - ~~ ~ 7-5 Pe rnii `s ,. Each Contractor Pmplo.Yed upon tb_:. work, general or sub, • must have Or o6 taro a Valid City of Rancho Cuca monga'8usihess Cic ease. ' 7-6 Thn Contrac.nr's p_presrn t., tier ' l~he Cnnt.rnc Mr shall fm~nish [6n Lngineer t~ii th the mine, address aml businnss and hnsie lelophnne nw~~~~h ors of tic r. pc rson responsible for ', ;' ~ th r. main to nonce of barricades, traffic con U-ol signs, ligh is and other safety • devices. '. .. 7-10 Pull is Convvnicncc and So fem. ..~ ' 7-10.1 Traffic. and Aa:css • " ' The Contractor shall provide Cemporar•y "YO Parking" and all .{r' n ~ SS-t7 ~ .. • • ~ ~ other signs which may be deemed necessary for the safe and orderly conduct of vehicular traffic as directed by the Engineer and as specified herein. He shall also provide a barricaded area in the parking lane far pedestrian traffic during such time as the parkway is unfit to he used for pedestrian traffic. The Contractor shall ma iota in access to local drive approaches, at all times, unless otherwise approved by the Engineer. The Contractor shall provide access for refuse collection on the regularly scheduled days. He shall also facilita±e or assist in the collection where such work is hampered by his operations. 7-10.3 Street Closures, Detours, Barricades The Contractor shall not close a~ street within the City without first obtaining the approval of the Engineer. Barricading, traffic control and detour diagrams shall be sumitted by the Contractor as required by the Engineer. The Contractor's attention is directed to the traffic control requirements of the Special Provisions. The Contractor shall provide and install barricades, delineators, warning devices and construction signs in accordance with the Model Work Area Traffic Control Handhook (WATCH) prepared 6y the Southern California Chapter of the American Public Works Association. During adverse weather or unusual traffic or working conditions additional traffic devices shall be placed as directed by the Engineer. All traffic signs and devices shall conforn to the current State of California, Department of Transportation, "Manual of Warning Signs, Lights, and Devices for Use in Performance of Work upon Highways", unless otherwise approved by the Engineer. The Contractor shall provide and maintain Class II barricades alon excavation edges parallel to the flow of traffic at a spacing of twenty- five feet (25'). Class II barricades mounted with flashers shall be installed around work areas in park~aays. Class II barricades shall have alternating black and refl ec to rued white (or yellow) stripes at an angle of 45 degrees. The stripe width sha be four to six inches (4"-6"). During paving operations barricades may be supplemented with minimum size eighteen-inch (18") high traffic cones and delineators such that spacing between ba rricedes and/or cones or delineators is no greater than twenty-five feet (25'). At all access points cuh as intersecting streets alleys and driveways ,-barricades and/or tones shall be provided at five-foot (5') intervals so as to prevent vehicular access to the paving area, Where access fr o;n an intersecting street is prohibited, a "Road Closed" sign shall be provided at the nearest prior intersection. "No Left Turn" signs shall be provided wherever required by the Engineer. When one-way access from a side street or alley is permitted, barricades and cones shall be provided at five-foot (5') intervals for a distance of fifty feet (50') on either side of the centerline of the intersecting street, or alley. SS-9 Shculd the Contractor fail to furnish a sufficient number of traffic an d;or pedestrian safety devices, the City will place such necessary items zed the Contractor shall be liable to the Lity for providing such devices in accordance faith the follos+ing provisions: ~ ' . 1. For placing of barricades - $5.00 per barricade for th_ first day or any part 'hereof and 52.00 per barricade per day for each day thereafter or any part th_r2of. For flashers - $2.50 per flasher for the first day or any part thereof and $1.00 per flasher per day far each :. day thereafter or any part thereof. For traffic cones - $1.00 per cone for each day or any part thereof. ' 2. In the event that the services of the City are re- quired hetween the hours of 6:00 P.P1. and 7:00 A.FI., ~•~ during the normal week or at any time on Saturday, ~~'``~ ~ ~ Sunday, or a City holiday, there shall be an . additional charge to the above set forth minimums of $25.C0 for each service trip required. . ~~ Judcr=nt as to adequate or sufficient barricading shall be that which is adequate or sufficient in the opinion of the Engineer. The Contractor sftall relocate, preserve and maintain the visibility of all existing signs within the project limits which affect the fl ar+ of [ra ffic, as directed by the Engineer. Any signs rah ich are day-a5=d or fcund to be missing during the course of constructicn shall he replaced by the Contractor at his expense as die=_cted by the Engineer. All other signs that in to rfare with the course of work and are not necessary for the safe flew of traffic will be removed and replaced by the City. Traffic control signs jnclude Step Signs, Speed Limit, Parking Res frictions and other reyulatcry signs. 7-10.4 Public Safety - 7-10.4.3 Edison Energized Cendu~c'fori Contrac ter hereby prorises and agrees [hat in The p er~nrnwnc¢ of tIw wm~Y, specified in this contract, it Trill employ and utilize cn~y qualified parsmr,, a<_ heruinaftcr defined, to r+ur!: in prcziaii ty to Ediscn's secnnd::ry, pr i;aa ry and tran sniission facilities, Ttra tc mr "qualified person" is de Pined in Tile 6, Cali fu rn is Admin- istrative Code, Section 2;00, as follows: "Qualified P?rscn". A person mho by reason of uxp?rience or instruction is fa:oiliar with the operation to to pe rfo reed and ttw ha to rds involved." SS-lU r~ ~~ .. r • Centrac for fU ether provisos and ay roes that the provisions of this pa ray raph sh~i1 ba and are bind my upon any subcontractor or su bcontraeters that may to re :a fined by it, and that con tr ~c tnr shall take such steps as are necessary to asscre ccrpliance by said subcontractor or subcontractors with the req~iroren is of this pz ragraph. 7-10.5 Er,erce^,cy Provisions i' •`~. • ',~. ~' ' Unusual conditions may arise en the :+e rk which will require ti'.a `_ fire=_dia to and unusual provision be made to protect the pu 6lic from danger or loss or dangge of life and property, due directly or indirectly to the prosecuticn of the '.+o rk, and it is part of the servi c: required of the Contractor to make such provisions and to furnish such protection. Whenever, in the opinion of the City, an eme reency exists znainst which the Contractor has not taken sufficient pr=caution for the safety of the pu hlic or the protection of utilities or of adjacent structures or property which ray he injured by process or construction on account of such no^.L ct; znd whenever, in the opinion of the City, imradiate action shall 6e considered necessary in order to protect public or private personnel or property interest, or prevent likely loss of human life or damaee on account of the operations under the contract, then in that event the City may provide suitable p re tection to said interest 6y causing such wort, to be done and material to 6e furnished, as in the opinion of the City, may seem reasor.a ble and necessary. ;~ Said protection will be provided by the City at the expense of the Contractor..;. SECiIC;I 9 - t1EA5L'REF!Eili APIG PA1'i1EiiT is amended as follows: 9-3 Payment 9-3.2 Partial and Final Payment On the Cwen tieth (20th) day of eac'n men th the Contractor shall sut mit to the Citl Encineer ~a written progress es [imate of the ~~+o rk enraple ted. The City Big ineer mill revi oil the estivate and approve it or notify the Contractor of any exceptions. No such prow ress estimate will he required nor payment will he made when the total nJ1;;~ber. of working dzys is tsientyfive (25) or less or wilco the value of the'work totals less than five hundred dollars ($500.00), ~~ 9-3.5 4ia r'•: Perfo rm,ed Vli thcut Oirrct Payment 4lhcnavcr the Contrac tur is required to pc rfnrm ono r4: or furnish e+i~i ~;,n•~rn t, later, tcols and matm'ials of any class for 'which no p ncc +s fir nd in CP,e 4roposal, it shall be understood that such work, equipr~en', labor, tools and ma tnrials shall be provided v+i thcut extra ch~r;n, alloaanc^, or direct payn~.ent of any kind. The cost or perform ng such mo rl: or furnishing such e~•;u ih.m ent, labor, tools and ma toriaL ^nall 6e included in the unir biC prices in ti+e Proposal and na aCd+tional ccmpensatior, will be made there fe r, SS-I1 r SPECIAL PROVISIONS EMERGENCY RESTORATION A REPAIRS TO Hellman Avenue South of Baseline ~~ A. CONTRr1C"f DRAW NGS AND DESCRIPTION Sheet No. Description SA 79-12 ~ Hellman Avenue r • • B. cE>:cRnL NnTURE er• rxE woRx The work to be performed under this co~lract consists oL• The reconstruction of street improvements, and alt apourtenant work necessary to • complete the improvements as shown and as described in the Plans and Specifications for Hellman Avenue South of Baseline. sr-! i` T G1E OF ~CO~IPLETION Af1D LIQU[CATED DA~4AGES set forth in Section 6-1 of the Standard Specifications and as modified by the City, the time of completion of this contract shall be 20 working days. - Attention is directed to the provisions of Section 6-9 of the Standard Specifications which s ipulate that liGuida ted damages of fifty dollars ($60 per calendar day shall be deducted'Yrom~rsg-- eompensation due to the Contractor should he fail to complete the work required by the terms of his contract within the time specified hereinabove, plus any authorized time extensions. D. PER?4IT5 A:`JD LICENSES As set forth in Section 7-6 of the Standard Specifications, the Contractor shall procure all permits and licenses, including a license to do business in the City, pay all fees and give all notices necessary and incidental to the due and lawful prosecution of the work except the fee for encrozch- ment permit which is waived for this contract. E. PDBLIC CONV ENIE?!CE AND SAFETY This time sha 1 6e accomplished in accordance with the provisions set forth in Section 7-10 "Public Convenience and Safety" of the Standard Specifications except as modified and supplemented below: The cost for performing the work as herein described, including equipment, labor, tools and materials, shall be included in the unit bid prices in the proposal and no additional compensation will be made therefor. The Contractor shall take all precautions necessary to protect the public around the jobsite during normal construction hours and traffic on streets under construction during non-working hours. CO^,RD PIATIO^! WITH UTILITIES AND OTHER AGEfIC IES The Contractor, one week prior to starting the work, shall request the listed Public Utilities to locate their respective underground utilities in the area of the work to be perfo rived. Public Utilities Southern Calif. Edison Co. -986-5861 General Telephone Co. ~_ _-989-1700 Southern California Gas Co. -984-1281 Cucamonga County Vla ter District -987-2591 San Gabriel Valley '1.61.D. -969-2718 The Centrac for shall notify these utilities 24 hours in advance of beyi nrri ng any excavation in the vicinity of the utility's facilities, DEFT^ITI0~1 OF PRCnO SAL ITC'15 the unit or lump sum prices to 6e paid for the items listed in the prn poc als shall include full compensation for furnishing all labor, materials, tools, and equipment and doing all work involved in furnishing amJ irsW llinq the ma teriaL co~~nplete and in place, in accordance with [he de Wils sho:+n on tho Plans and as specified herein. SP-2 ..~ All incidental parts which are neither shown on the Nlans nor otherwise specified, and which are necessary to complete the construction of improvements as shown on the Plans and as specified herein, shall be furnished and installed as though such parts were shown on the Plans or specified, and no additional compensation will 6e allowed therefor. ~ The scope of work shall include each item of work in the Proposal as described in the corresponding items following: Item 7 Removals, Clearing, Grubbing and Reconstruction ~ The provisions of Section 300-1 "Clearing and Grubbing" of the Standard Specifications shall app]y except as modified and supplemented below. The work to be performed under this item consists of the removals, • clearing and grubbing forthe entire area except as noted on the Plans. Removals to be included in the work, but not necessarily limited 6y the following estimate, are: Removal of excess storm debree and material along the shoulders and \~ behind the existing curbs. Removal of concrete and asphalt debree within the damaged roadbed. Clearing and scakifing of the existing suhgrade far a minimum depth of'18" and recompacting materials to a minimum of 90o compaction. Line and grade of recompacted material to be placed to uniform depth so that any aggregate base necessary to complete the subgrade will be uniform thickness within the project. ~ Additionally removals include cleaning of debree from the 5 foot channels under the Pacific Electric Rail Road. Removal of A.C. pavement shall be included under Item 2 - Excavation, and Asphalt Concrete and P.C.C. pavement Removal. ~ Vlhe re concrete curb is to be removed and existing pavement is to remain the Contractor shall take care to remove only those portions of the pavement required to enable the removal of the existing curb and recon- struction of the new curb and gutter. Sprinklers exist along areas where the construction is proposed. The ~ Contractor shall replace sprinklers damaged as a result of this work. The Contractor shall verify in the presence of the Engineer that existing sprinVaers affected 6y the work are operating in the same manner as before removals. SP-3 A Item I(Con tinned) The Contractor shall not cover any sorinkler work done bel o~d the ground prior to Engineer's inspection of such work. Tho lump sum price paid for Removals, Clearing, Grubbing and Recon- struction shall be considered as full compensation for doing all work as specified and no add+'±ional compensation will be made therefor. All trees removed shall be cut into sizes easily manageable for movement and neatly placed for futher removal by the adjacent property owner. Ite~a 2 Exra~^tion and Asphalt Concrete and P.C. C. Pavement Removal This item shall include unclassified excavation and the removal of asphalt concrete and P.C.C. pavement only, as shown on the plans. The provisions of Section 300-1 .3 "Removal and Oisposat of Materials" and Section 300-? "Unclassified Excavation" of the Standard Specifications shall apply except as'modified and supplemented below: tJhere the proposed paving is to join the existing concrete paving the paving to be removed shall be sawcut a minumum depth of two inches (2") along the excavated edge. This edge shall be preserved during intermediate operations so as to present a straight, firm and unyielding edge against which paving asphalt may be subsequently joined and compacted. Should the Contractor fail to maintain said edge, corrections thereto shall be made by additional cutting as directed by the Engineer, Vlhere the existing pavement edge will be capped, the existing pavement at the edge of the excavation shall be cut to a neat, straight line at the designated location. Paynant for this ite,n, even though bid on a square foot basis, will be made for the quantity estimated by the City as shoran on the Proposal bidding Schedule. SP-4 Item 2 (continued) .. ~• C• Subgrade compaction specified for other bid items shall be included in y the unit price for that item. Payment for this item at the price bid per square footshaii be considered as full compensation for doing all work as specified herein and no additional compensation will be allowed therefor. Item 3 Asphalt Concrete Pavement G This item s'nall include the construction of asphalt concrete pavement • as shown on the plans. The provisions of Section 301-1 "Suhgride Preparation," Section 302-5 "Asphalt Concrete Pavement," and Section 203-6 "Asphalt Concrete" of the Standard Specifications shall apply except as modified and supplemented ` bel o.a: Asphalt for asphalt concrete pavement shalt be Type 1-C with 5.6 percent AR-4000 paving asphalt. Type [-D with 5.7 percent AR-4000 paving asphalt may be required at direction of the Engineer, for asphalt concrete pavement surface course. The surface course shall he a maximum of 2 1/2 inches thick. A prime coat over base materials is not required. A tack coat of grade SS-lh emulsified asphalt shall be applied over existing AL pavements to be overlaid, at contact surfaces in accprdance with Section 302-5.3 "Tack Coat" All asphalt concrete shall be limited to the use of crushed rock aggregate, Asphalt concrete pavement shall not be placed when the atmospheric temperature is below 60°F and falling or during unsuitable weather. Asphalt concrete shall be placed with a paving machine ?quipped with a Pre co attachment or similar device for use in obtaining constant cross-slope and maximum joint quality. • Weed killer shall be Fenamine as manufactured by Amchem Products, Inc. or a siiniiar sterilant approved in writing by the Engineer. Fenamine shall be applied t° the shaped and compacted subgrade at a minimum rate of 0.3 gallon of 1St; solution per 100 square feet. The spray equipment shall provide yood agitation and an even coverage of the sail. i7o weed killer is required on subgrade where Aggregate • [lase is to be placed pr where existing pavement has been removed and there is no evidence of growth. SP-5 • Item 3 (rntinu ed) Payment for this item at the price bid per ton shall be cons id=red as full • mm?ensation for doing all work as specified herein and no additional compen- sation will be allowed therefor. Item S-Class 2 Aag reaate Base Tiiis item shall include the construction of crushed - Aggregat^ Base sha::n on the plans. ~ The provisions of Section 301-1 "Subg rode Preparation", and Section 301-2 "Untreated Base" of the Standard Specifications shall apply except as modified and supplemented below. Thickness as specified on plans is compacted thickness at the location • and grade shown on the plans. Gradation and other requirements specified in the provisions of Section 200-2.1 through ZOD-2.3 of the Standard Specifi- cations shall apply. Payment for these items at the price bid per ton shall be considered as full compensation for doing all work as specified herein and no additional • compensation will be allowed therefor. Items 5,5,7,8,9, and 13 _ _ _ These items shall include the construction of Portland cement concrete curb, curb and gutter, sidewalk, driveway approach,cross-gutter, and ~pave~nent as shown on the plans and Standard Drawings. The provisions of Section 301-1 "Subgrade Preparation", and Section 3035, "Concrete Curb, 'dalk, Gutters, Driveways and Alley Intersections of the Standard Specifications shall apply except as modified and suppl ^_~.rented below: ' Concrete shall 6e Class 520-C-2500 as defined in Section 201-1.1.1, "General" having grading limits of combined aggregates for one-inch (1") maximum as listed in Section 201-1.3.2, "Combined Agnregate Gradings ,"gr"ading"C". ^ . All Portland cement concrete improvements to be constructed per the abo:~e itm~s shall be cured with Type 2 curing co;npound. Llass "B" mortar finish coat for curb shall not be required. Pay.r.ent for these items at the price bid per lineal foot or square foot shall be considered as full co~:gre nsati on for doing all work as specified herein and no additional co,apensa lion will 6e allowed therefor. Ilan 10-Concrotc 'Mis on ry 81 ock :doll This ieeni snailTnc uw [ie construction of masonry block wall at specified low ti ons and as sho~nn on the plans and Standard Drawing. The provisions of the Standard Specifications shall apply except as modified and supplemented bela~a: SP-6 C~ Item 10 (continued) The top 6 inches of subgrade material under footing, and all backf ill shall be compacted to a relative compaction of 90 percent. C_ Foo tin9 concrete shall be Class 520-C-2500 as defined in Section 201-1.1.1. "General" having grading limits of combined ago rega tes for one-inch (1") maximum as listed in Section 201-1.3.2, "Combined Aggregate Gradings", grading "C". All vertical cells shall be filled with grout. A bond beam will be required in second course below top of wall. All courses to be level, with steps in footing to occur below bottom of sidewalk or top of curb. Prior to construction the Contractor shall submit shop drawing indicating the exact wall location with foundation brooks. Payment for this item at the price bid per lineal foot shall be considered full compensation for doing ali work as specified and no additional compen- sation will 6e al lo~aed therefor. L • Item 11-Reconstruct Existing Concrete Driveway (6" Thick) (• This item shall include the construction of Portland cement concrete drive~.aay as shown on the plans. The provisions of Section 301-1 "Subg rode Preparation", and Section 303-5 "Concrete Curb, IJalk, Gutters, Driveways and Alley Intersections cf the Standard Specifications shall apply except as modified and supoleme nted below: Concrete shall be Class 520-C-2500 as defined in Section 201-1.1.1. "General" having grading limits of combined aggregates for one-inch (1") maximum as listed in Section 201-1.3.2, "Combined Aggregate L Gradings," grading"C". A71 Portland cemen± concrete improvements to be constructed per the above items shall be cured with Type 2 curing compound. Pa y,acnt for this time at the price bid per square foot_`s hall be considered L as full compensation for doing all work as specified herein and no additional ceapensaticn will be allowed therefor. Item 12-8" Asphalt Co r,crete Dike This item shali include the construction of II" asphalt concrete dike as L sho~mn on the Plans and Standard Dra~.aing. The AC dike shall be placed using an extrusion machine provided the finished dike is true to line and grade, the AC is dense, and the surface is free from humps, sage, or other irregularities. The provisions of the Stardard Specifications shall apply except as i indicated and supplementrd bel p~n: SP-7 Item 12 - (continued) A.C. for asphalt concrete dike shall be specified as Type I-D-AR- 8Cu0. Paint binder shall be placed on existing asphalt concrete paver~e nt base prior to installation of the dike. Payment for this time at the price bid per lineal foot shatl be considered as fu it comcensation for doing all work including supply of materials as specified herein and no additional compensation will be allowed therefor. Alternate Bid Items Item 13 N/A Item 14A Install meter beam guardrail along edge of diversion channels including ' reflectors ~' Item 14B Reconstruct the existing post and cable guards along the diversion channels using salvages 6le materials if possible. $P-8 ~ -CJNCREi E'CAP ~~Q 04R BO'JO BEAM BLOCK ~ I , V<RTICAI REINF z ~4 9ARS Cc 24.0 C J II -~ L ~4 B4R n z ~~~-BONG 9EAM BLOGr: 1 '-`-~ II ~- 6~ OR 8~ FINISHED GRACEJI G-AJ $LOPFr I/O ~'I~~ I .C_.~-SLD>E LD'1 MA} B~MIN ~_~ ~ ~„ ~4 BCA 12 1A 3~C1E0.9ANCE BEND 4lTERNATE BARS 4 ~ a" I AlL VE RTIC4L CELLS CONTAINING RF MPORCING STEEL 5'~+ALI BE PILLED WITI-I GRCJT IV AODII:DN, WHE9E 5~ BLJi~S APE u5E0 ALl CELLS WIT40UT VL9'i If AL PEINPoRPNG Si EE'_ SHALL eE PILLED 'KITH GROUT TO TOP OP BONG C€AM Ai MIOHEIGNT 0~ WALL 2 THE 9L OCK WALL COURSES AND FOOTINGS M4Y BE BUILT PgFALLEL WITH 111E STAEET GRADE (~%M4%.) OR STE PPEO. i. ALL W4L19 9R4LL >E PLUM9 9. BACKFIII SHAH BE GOM PACTED TO A MINIMJM OF 90% S F00'ING 554LL BP f-L A55 9 CON GREfE. 6 CONCPFiE 9LGCK 5'1411 9E GRACE A UNITS, GONF0R41NG TO ASTM DESIGNATION N0, C90 7 REINED RCING Si EEL, GROUT MOR TART AND CLA99 B COIIGRETE SHgll CONFORM '10 ihF STANp4R0 9'E ('iF IC gT10NS B, Ell`AINATE MORTAR IN 4LL VERTGAL AOINTS IN FIRST COURSE ABOVE FINISH GRADE. 9. 1/2"OPEN JOINTS EXTENDING THROJGH THE ENTIRE HEIGHT OF THE BLOCK WAII~ SHALL BE SPACED AT AM4kIUM OF 50. 10. ELIMINATE MID-HEIGHT BDtJD OEAM IN WALLS WHERE H:4'OR LESS. , r sTra ee!r::.r+c'aJO ccu;arrrRAr+so;~r,rzrt)~I)r ~ i -::~~rAN~sv JonD R. SnoAe NON RETAINING 301 OIN[GT OR OF TRAH SPORTAI ION CONCRETE BLOCK WALL y c9ty ofi ranc3~o cuca~ronba dlll s~cv~ 1:4 ~i..R ~' BATTER m~ ~I u `` I - j- ;e o I d • ' ~ 8" i 19" I CURS ~ GUTTER MONOLITHIC S~'AFl~A~tD ®4'iA`~! 0 btj ~ TOP OF d°LIP ~ PAVEMENT GEiJ'cRAL N07E5: I. t7ea6en ed plane joints shall be constructed not less than 10 fee[ apart. 2. All curbs shall be con5t rutted in accordance with [he latest addi [ion of (he STD. SPCES. FOR PU9LIC WORl;S EONST. unless otherwise indi ca[ed. CURB ~ GUTTER °~;~~ ~`;"~,~ 8" C.~: w/IS"GUTTER 3O2 P^ f ' city of rancho cucamas~ga G VN• E R pUir ER i ~`I fln"E]I.1M SIpN lT.r~ L / i ~/~~r-(~. SiE.IGNi LINE p •IIN Cu115 l ~ /~ I ~ [L NE N!!-~ ar t iT I ~'~ ' E °iiiuonii 1 '1 _\ puT TER ~~~ E u1 s. nE.N F~ ~ ~ iiaan[ov~xo L =.~NaR~ I I I ,,, ••U..N.x GI -~ xEnm ru nE on eoLp n. =.uxo REnmeep n cpGp is usa o. s-~~~~a~n~ Hi~ZEB°!~!3 i`3 SPANDRAL rL I I ..- ~ , 1/]"P t.. ~ .- LEVEL , _ l_In[ /- GENERAL NOTES GUTTER ..A_A.. I. Do~.~cling shal} be ;/4" dia and IS" long and 12" o.<. Y. 2. All 5pand rats and cro55 gutters shall be eons [ruc[ed in accordance with [he latest addition of the 5T 0. SPECS. FOP. PIBIIC llO AY.S CO'l iT. unless otherwise indico!cd. ~ _.I SP.Qt`1DRAL ~ GUTTER ~ 308 ob a .n r.c R, vSn ame Y ' r LUgB GUtiER s~Ai~~A~~ ®3 fl'+1',! ~ P3 ~ ~ /4=-i =' I , ?~-II // EIAAXSICX It. J- I ~',• ~f~ ,~ •.,,, / ., e. ~., ! 4 ~•. ~.` YLAXf Vli.";• A' ff /~ ).S' [EtANlION e~~ ., CDR3 4NENEJ PLP'VE IT IN SICE'~Y<LK~~~---~T L'!.'c UP WIiH JiS. IN C 3G.. wFANf rEO' MaA. ON LENiE PIw NERE WALK tuxE ADJALENi iD CUFB. - n. •. ~-E'I n: ~ l ,{, En Ne.. . F~ r EEtIMS10N li.~l r / EMtXXSIP~Y li.J ~:~i j -~ / I' 1 I ~(\ ~/ I ~ \\5`/ / y- [ ~I-' I I~~WF,NEVEE ~~j IW~ L1xf I !i / / 1 ~Iq'Ve ; ~ . : S Elver ii]V ll.i / qe~~`' e/ E tAN! 1 ~'/ PA'nVWAY ~ i WFENEVEO ~r l T. M1eVE li LL EI~, I / 5_ - f iver410W ll. ~~10 ~~ -- ~~~--~~~~ ~ •e 1/l; SIEVE •1/e_per ll• ~ ~ E,.q i I I tANxWA~~~ YP. SICEV;ALK T SEC7ICN ~ \: \( AXEHf P~ tLeXE Ji. r~}I 1JN~e `' 1/>'Llt TYP. RAhIP SECTIO"I I. All ;ide'na I', and raa,; ,hill be mn5tructed in accn rd,ince with the lat est adAit ion of th.! ST'l. SPECS. F07 PUnU C WOfiY,S CONST. unless atherwi se i ndicated. ~i._:.~~F':-,; ~., ,: SiDE~~/ALK ~ RAMP 309 J~ city ofi ra>rzc:~o cucaQn~a~ga 2 __ ~A -~ EEVAMEICV i.J~l / II ~~ \\r0j / l/1 I I' I EAMEV£J ~\\ / R ~1W~ r. vl'V EtfA /~• IC'Nee. NDic; gpvPS 4R[ LO 3c t NE+i l' ?+: -N FIYIEHEJ I Wf eNlxEO~ TP AM1SV EiSC TD 1015 DF 9AMP, ~ fLax[ (• 1 SECTION END CUTOFF 81~ DIKE C (, • i• -- , S~ Y~ NoTes t, or.:~. shalt ©[ co•aTr,ucrr:o oF~ TrPE n ANRn.~1.r conrneTC. 2. Pai',1 RI'.hLR SNgLL RE CIdfED ON f%tSTLaG A$Pli nLr COF.CI7 E:TE PAVEttiA7 PRIiR 10 1Ni. I~IJT?LLAt IOR Of T/IF 01 KL. / ~ -~+ ©egrlaRO,vo counTr Roao oFcaatMevt ASPHALT CONCRETE ~~ _--1j{ A!. A. NicAalas 117 counrr ENGir/EEk D I K E • r , D12E,LYION OF TR nFFIC ~' I ee••%10. 41 Y: 1a 1'JF PCL'i A'.~TH t4A5+hF ~~ ~a-mo"t~', ~" 1.•n~_4II;q DC!TS ! I i~ ..A i'IER GfJO SJ. IIUT I~ Atip SOl'ARE V' T I -- -aazv.. 1- ,..,:Cpanea,~+Z.T.A%.~VID. .ia .~-,,,z,>s^, .. ~ ~.~,°z': :~';m,;u>.-ni.'seC~'„^.v+.. , 12-fig t,l 12 6 _ _I2 6 __ r , 12 %z• _m t ~ POSY .„ r I T _ L~ I I 0 z9/et % II/a~ SLOTS I r~/s~X2~/z~SLOTS 13 ~5 ~+i' f~-_._-_._ _~ 12 fi __ ! I I Lo o~ I~I -1 f--3j/e~. 39/ji~ % I ~/p•• SICTS 'I ~/a• X 2 %¢• SLOTS WI pE A$ PO NOTES I. CE'.LE4 T~ PE':'D. F. Of POST$ SNnI. I. GE 12 9" U':L E>S SNO'•N O T:~E9N IFi. 2. DnCh,f ILL I~^i PCit i+OLC; TO ©C CptlP 4r rp. P~ iC r79i ~INgI OENSI TV O F SOIL . 7. FC'~'!b;.!!Y' lr cl ,`; mA\ OF Ari lPinDi.f. n. ranTFplnLS nrlD C~NCT4VCTION sllnu. caNroR'.I In srAtE ar CAI.I~gIiNl%•, iFn Nf1A RI` SPLSIF IrAtIOLS, I ' M. A. Nicholas METAL BEAM 308 COUNTY ENGINEER GUARURAII_ /-EDGE ~F PAVE. ^.IEfvT .. • • • • • • • ~1 b A w 7 n 7 0 c n 0 a w I w i AGREEMENT THIS AGREEMENT, by and between THE CITY OF RANCHO CUCAMONGA, CAL IFOANIA (hereinafter referred to as "City"f and THE RANCHO CUCAMONGA CHAMBER OF COMMERCE (hereinafter zeferred to as "Chamber"), provides as follows: WHEREAS, City and Chamber desire that there be prepared a Community Plan (hereinafter referred to as "Plan") for the indus- trial areas as designated on the Interim Land Use Element o£ the General Plan. WHEREAS, The Chamber has raised the sum of $43,000.00 from contributions by its members and by others and desires to contzibute the same to City for the purpose of paying the cost of preparation of the Community Plan. NOW, THEREFORE, the parties agree as follows: 1. Irunedi ately upon the execution of this Agreement, the Chamber shall pay the City the sum of $43,000.00. 2. City may use said sum or any portion thereof to pay for the work of developing said Community Plan. 3. All work performed by the consultant selected by the City shall become the property of the City, and the scope of work for the Plan's development shall be determined by the City. 4. Upon completion of the Plan or upon abandonment of the project by the City, any portion of said sum of $43,000.00 not theretofore expended shall be returned to Chamber. 5. No financial contribution shall be required of the City. -1- 6. In the event the Community Plan cannot be completed for the sum of $43,000.00, no further contribution shall be required of Chamber. 7. The City may abandon the project at any time for any reason. IN WITNESS WHEREOF, the parties hereto have executed this Agreement this 1st day of August , 1979, CITY OF RANCHO CUCAMONGA $Y: / / I JAMES -C. FROST lV/ I Mayor ATTEST: G~i ty Clerk RANCHO CUCAMONGA CHAMBER OF CO[MIERCE BY. C_~~-~f>>---r_---c (Name) President RANCHO CUCAMONGA CHAMBER OF COMMERCE BY: ~.~). Li.F..',~~ ~ ~r t. 11+.,iJ ll.i c/ (Name) ~ Secretary -2- AGREEMENT THIS AGREEMENT, by and between THE CITY OF RANCHO CUCAMONGA, CALIFORNIA (hereinafter referred to as "City") and THE RANCHO CUC MtONGA CHAMRER OF COMMERCE (hereinafter referred to as "Chamber"), provides as follows: WHEREAS, City and Chamber desire that there be prepared a Citywide fiiscal Impact Model; and, WHEREAS, the Chamber has raised the sum of $43,000.00 from contributions by its members and by others and desires to contrib- ute the same to City for the purpose of paying a portion of the cost cf. preparation of the model. NOW, TItEREFORE, the parties agree as follows: 1. Immediately upon the execution of the Agreement, the Chamber shall pay the City the sum of $43,000.00. 2. City may use said sum in combination with the $7,000.00 budgeted by the City for participation in the model's development to pay for the work of developing a Citywide Fiscal Impact Model. 3. All work performed by the consultant selected by the City shall become the property of the City, and the scope of work for the model's development shall be determined by the City. 4. Upon completion of the fiscal model, or upon abandon- ment of the project by City, any portion of said sum of $43,000.00 not theretofore expended shall be returned to Chamber. 5. The City's financial contribution shall be limited to $7,000.00, to be expended only after Chamber's contribution has been fully expended. -1- 6. In the event the Fiscal Impact Model cannot be completed for the sums specified herein, no further contribution shall be re- quired of Chamber. 7. The City may abandon the project at any time for any reason. IN WITNESS WHEREOF, the parties hereto have executed this Agreement this 1st day of August 1979. CITY OF RANCHO CUCAMONGA HY: fM JAMES FROST Dtayor ATTEST : •/,/(/~~4_^~`~'' City Cletk RANCNO CUCAttONGA CHAMBER OF COMMERCE (Name President RANCHO CUCAMONGA CHAMBER OF COMMERCE ~, BY : > ~. . G ~, < (Name) Secretary -2- N O ylG d c w W X H Y d~ H ] £ ~o w r m r• p y n m 7 w 7 n A Y' ?~ CITY OF RANCHO CUCAMONGA AGREEMENT This Agreement is entered into in the State of California by and between the City of Rancho Cucamonga, hereinafter called C1TY, and ~~~ ~~/ ~~ hereinafter ca ed CON RACTOR. IT IS HEREUY AGREED AS FOLLOWS: WHEREAS, the CITY wishes to contract for building maintenance services at its Lion's Park Community Center, located at 9161 Base Line Road, Rancho Cucamonga; and it's City Offices located at 9320 °C" and 93A0 "A, B, C, D 8 E", Baseline Road, Rancho Cucamonga; AND, WHEREAS, the CONTRACTOR has signified a willingness to provide building maintenance services at the above cited Conmunity Center and City Office complex. IT IS THEREFORE agreed by the CITY and the CONTRACTOR as follows: FIRST: The CONTRACTOR agrees to perform the work herein set forth: SECTION A: lions Park Conmunity Center ARTICLE I - Daily Maintenance 1. Glean all restrooms to include, but not limited to cleaning of sinks, mirrors, toilets, urinals, restocking of paper and soap goods (provided by Contractor). 2. Sweep and damp mop all hard surface floor areas. 3. Empty and clean all trash containers. 4. Clean sinks and counter surfaces in gallary east, gallery west, and lobby rooms. 5. Vacuum carpet areas. 6. Clean and wipe down all surfaces in kitchen. 7. Refill all paper and soap dispensers as needed (materials to be provided by Contractor). 8. Sweep entry walkways and east steps. 9. Remove debris from ash urns at entryways. ARTICLE II - Weeklv Maintenance 1. Vacuum all carpet areas twice weekly, Tuesday and Friday. ' Agreement ' Page 2 2. Oust surfaces, excluding desk top, but to include window blinds, window frames, counters, etc. 3. Clean window surfaces at all entry points twice weekly, Tuesday and Friday. ARTICLE III -Twice Monthly Maintenance 1. Clean all outside window surfaces. ARTICLE IV - Monthly Maintenance 1. Clean all inside window surfaces. 2. Vacuum draperies in Forum stage area. ARTICLE V - Special Maintenance 1. Shampoo the floor carpet throughout the facility at a time to be scheduled in four times annually. 2. As needed or once every three months scrub and apply finish to lobby and gallery east floors. SECTION B: City Offices gRTILLE I - Daily Maintenance 1. Clean all restrooms to include, but not limited to cleaning of sinks, mirrors, toilets, urinals; and restock of paper and soap goods (provided by Con- tractor). 2. Sweep and damp mop all hard surface floor areas. (Entry paints and kitchen/rest areas) 3. Empty all trash containers. 4. Clean and/or vacuum unusually soiled carpet areas. 5. Remove debris from ash urns at entryways. ARTICLE II - Weekly Maintenance 1. Vacuum all carpet areas. 2, Dust office surfaces, excluding desk tops, but to include window blinds, room dividers, file cabinets, hook cases, etc. .' Agreement Page 3 3. Clean counter at entry points. 4. Oust and apply polish to counter table and wooden furniture in City Manager's Office. 5. Clean window surfaces at all entry points. ARTICLE III - Twice Monthly Maintenance 1. Clean all outside window surfaces. ARTICLE IV - Monthly Maintenance 7. Clean all inside window surfaces. 2. Scrub and apply finish to all hard surface floors. ARTICLE V - Annual Maintenance 1. Shampoo the carpet throughout the facility at a time to 6e scheduled in Spring. SECTION C: Miscellaneous Maintenance ARTICLE I - Special Minor Maintenance 1. Minor plumbing such as replacing of washers during regular daily maintenance. 2. Minor plumbing such as unplugging of toilets during regular daily maintenance. SECOND: In consideration for the above services, the C[TY agrees to pay CONTRACTOR the sum of $1,350.00 per month. THIRD: The CONTRACTOR agrees to supply his awn consumable cleaning materials to perform this contract. FOURTH: This Agreement shall be on a month to month basis through June 30, 1982. FIFTH: Either the CITY or the CONTRACTOR may terminate this Agreement at any time with written notice to the other party. SIXTH: The CONTRACTOR shall indemnify, hold harmless and define the CITY, it's officers, agents, and employees against all liability, claims, losses, demands and actions for injury to or deaths of persons or damage to property arising out of or in consequence of this Agreement. Agreement ' Page 4 For CONTRACTOR ~v~!_D~N .~. 1~,4FfL 6- ~ 4- A For City of Rancho Cucamonga 9320 Baseline Road, Unit "C'' Rancho Cucamonga, California 1~///;t,,, lA i i'1A~C L. 1j City of Rancho Cucamonga Agreement This Agreement is entered into in the State of California by and betceeen the City of Rancho Cucamonga, hereinafter called CITY, and i.Jme.~".i JJgNC _ hereinafter called CONTRACTOR. IT IS fIEREBY AGREED AS FOLLO{YS iS}IERE:IS, the CITY wishes to contract for building maintenance services at it's Lion's Park Community Center, located at 9161 Base Line Road, Rancho Cucamonga; and it's City Offices located at 9320 "C" and 9340 "A,B,C,D & E", Base Line Road, Rancho Cucamonga; AND, R'IIBREAS, the CONTRACTOR has signified a willingness to provide building maintenance services at the above cited Community Center and City Office complex, IT IS TREREPORE agreed by the CITY and the CONTRACTOR as follows: FIRST: The CONTRACTOR agrees to perform the work herein set forth: Section 1: Lion's Park Community Center ARTICLE I - Daily }]a intenance A. Clean all restrooms and restock their fixtures (papc;r goods and hand soaps provided by CITY). B. Sweep and damp mop all hard surface floor areas. C. Empty and clean all trash containers. D. Clean sinks and counter surfaces in gallery east, gallery west, and lobby rooms. E. Clean and/or vacUUm unusually soiled carpet areas. F. Clean and wipe down all surfaces in kitchen. G. Refill all paper dispensers and soap dispensers as needed. (maCerials to be provided by CITY) R. Sweep entry walkways and east steps. I. Remove debris from ash urns at entry ways. -1- ARTICLF. II - R'eekly Maintenance A. Vacuum all carpet areas twice weekly, Tuesday and Friday. B. Dust surfaces, excluding desk top, but to include window blinds, window frames, counters, etc. C. Clean window surfaces at all entry points twice weekly, Tuesday and Friday. ARTICLE III - 6i. weekly Saintenance A. Clean all outside window surfaces. ARTICLE IV - Monthly 3aintenance A. Clean all inside window surfaces. B. Vacuum draperies in Forum stage area. ARTICLE V - Special M1fa intenance A. Shampoo the floor carpet throughout the facility at a time to be scheduled in June, September and January. Section 2: City Offices ARTICLE I - Dailv Maintenance A. Clean all restrooms and restock their fixtures (paper goods and hand soap provided by CITY). B. Sweep and damp mop all hard surface floor areas. C. Empty all trash containers. D. Clean and/or vacuum unusually soiled carpet areas. E. Remove debris from ash urns at entry ways. ARTICLE II - weekly Maintenance A. Vacuum all carpet areas on Mondays. D. Dust office surfaces, excluding desk tops, but to include window blinds, room dividers, counters, file cabinets, book cases, etc. C. Clean window surfaces at all entry points. ARTICLE III - 6i weekly Maint r_nance A. Clean all outside window surfaces. _2_ ARTICLE IV - }tonthly Slaintenance A. Clean all inside window surfaces. ARTICLE V - Annual llai ntenance A. Shampoo the carpet throughout the facility at a time to be scheduled in September, SECOND: In consideration for the above services, the CITY agrees to pay CONTRACTOR the sum of ..~ 7gs,pp per month. TIII RD: The CONTRACTOR agrees to supply his own consumable cleaning materials to perform this contract. FGURTI[: This Agreement shall 6e on a month to month basis through June 30, 1982. FIFTR: Either the CITY or the CONTRACTOR may terminate this Agreement at any time with written notice to the other party. S ISTH: The CONTRACTOR shall indemnify, hold harmless and defend the CITY, it's officers, agents, and employees against all liability, claims, losses, demands and actions for injury to or deaths of persons or damage to property arising out of or in consequence of this Agreement. For coNTaacT'oa K ! ~ .< ~, I Name/Title For City of Rancho Cucamonga 9320 base Line Road, Unit "C" Ra~ho Cucamonga, California INa e/Title /J ~3 / yc7 Date September 29, i9&O WSlliam L, fiolley, Director Coccrmity 3ervicec Deesrtmert CSty of Rancho Cucamonga Dez.r i~'s. iioliey, ,islder. Dah3 Frofeesional i~.alntenance Service 9000 balsa St. R:;nchc Cucs:ronga 91730 :ie re ~ '!:e info^meti~n ycu . _ _ LEd 1n re<. or. r:e to cur bid to -rovlde snitorial services for tce „ity Gffice_ ,,...., the ;.ion's Co.rmunity Center in Ranc.o Ct:camon~ 1. References- ~~- ~ ~. ~_ nn ~~~ ~~ r a. Reardon & b:eCallua- 'ton d. r^ootf;111 nl~r3. Ur~land ~y^' ~e (i7slt Reardon or Jof~m Mcu'allum) 1FSS'S~ a 15,000 ft office building with one ~ ~ ~ CFA firm, one lsa firm, several reel aet&te end in su rence agencies, an answerln~ service aa3 ar. op;.iolan. .~ provide ~_rv ice h,onaty- rri,'. e.y. VSrnedge, Lct:ce & Gierr Irc- A Fr ofee.eional Lax Corporsticn-e04 3;. Scn nntonio fveroe, Ontario 983-9574 (Y.erochea R. Glenn) Ttiic :,. ~ 6,UJ0- ft° law fire. 'de:;t r,orld 3ea1. s.~tc te- X55 c:. r'ooti:iil nlvd. CFland 981-5621 (::erc :,ey°cre) .:.Ss 1:, ~, 2,1JU ft~ reLT est:.t~ mcy. ~~~~'~, i :..;'iit iei: to one b~;;sinec;. ^~.rtner (Ro'rerte Sec.gy) I. an~.loy three peo,.lc. 3. :.y „- ito^izl bond i:: carriei 'oy Oa:;tsal ir, ~..•.a r4r.ce t~.gency in >.o r, ;,ciair. Froof of cone ir:,: 1.. available st pour request. T:,ank you for con:aderln~ our cid. 81rccrely, n si!ian Uthi CJ CASTEEL INSURANCE AGENCY "SERVIO: IS OUR BUSINESS" 5196 Benito, Suits 6 Montclair, California 91763 p141 643-0701 September 29, 19P0 ^_0 7!°.OM IT '[.4Y COVCERi] Re: 'v7ALDRtI DAF.L Janitorial Bond X3,000 Our office will be issuing the above bond on this date for the effective date of bond. The original bona should be in our office no later than October 3, 1980. If any ques tioas, ?lease contact the undersigned. ;Sincerely, CA."", T..°,EL I:iGIIRr+:IC~ .4G°P:CY ~, ~. Edith L. Casteel 0 N O b 'Ji n] O W n m 0 a n 0 a ( Boa-o~ CITY STREET SWEEPING SERVICE AGREEMENT This Agreement, made and entered into this da of ~ ~_ Y .., i r C;,, ~ ~ _^ 19~_, by and between the City of Rancho Cucamonga (hereinafter called "CITY") and R. F. Dickson Co., Inc. (hereinafter called "CONTRACTOR"). SECTION 1: The Contractor, in consideration of the promise of the City to pay, hereby agrees to furnish all equipment, labor and materials necessary to perform and complete in a good workmanlike manner, the sweeping Of designated paved curbed public streets within the corporate limits of the City in strict accordance with specifications, provisions and exhibits entitled "City Street Sweeping Service". SECTION 2. The City, in consideration of the performance of this contract, agrees to pay the contractor on a monthly basis for work completed as per contract proposal for a period of eight (8) months beginning November 9, 1981 and ending ,tune 30, 1982. Contract may be renewed for an additional twelve (12) months starting Ouly 1, 1982, provided contract is mutually acceptable. SECTION 3: As provided for in the specifications, the City shall have the right during the term of this agreement to review with the Contractor the work which he has performed. If, in the opinion of the City Engineer, the street sweeping has not been performed in a satisfactory manner, the City may, upon three (8) days notice in writing to the contractor, cancel this contract. In the event of cancellation, monies due the contractor or retained under the terms of the contract, shall be forfeited to the City, not to exceed the amount necessary to correct deficiencies in the street sweeping. IN WITNESS WHEREOF, the parties hereto have executed this contract as of the date hereina bove specified. CITY OF RA HO CDCAMONGA ~7 8y:_~G~_LL:c //~~- ATTEST: Mayor City Clerk APPROVED AS TO FORM: 8y ~ ~ `~ ~~"~'~`"~ ~~' ~ "~ "{ 'd"'('°=~ Con trot r ity tto rney '" to ;~ !f M I7 r~ y~, ~yyy n ry r Y ry d N )• AGREEMENT This agreement for professional services, dated and effective June 6 1979, is a contract between the City of Rancho Cucamonga, a municipal corporation of the State of California, hereinafter referred to as ^City^, acd .DKS Associates, a California corporation, hereiaafter referred to as ^Consultant^. REC TTALS A. The City desires to retain technical and professional services [o assist in [he deve lopmen[ and adoption of a City-wide Circulation Element of Che General Plan. B. The Ci[y has approved the selection of Consultant to assume responsibility for performance of the work described herein an accord with Che terms and cond i5 ions set forth herein. THEREFORE CTTY AND CONSULTANT AGREE AS FOI:LOWS: A. SCO FE OF hb RK Consultant shall perform the professional services specified in Exhibit ^A" attached to this document. B. PROJECT MA!1SGER Hans Ko rve shall be Project Manager for Consultant. C. T1ME SCHEDULE The Consultant shall make every reasonable effort to complete Che City-wide traffic model within two nnnihs after receipt of authorization to proceed. The Draft Final Report shall be submitted to [he City within six weeks thereafter. The Final Report shall be submitted within three weeks after race ipC of City comments. This schedule is dependent on timely completion o£ key elements of she Industrial Areas Specific Plan-Stage 1. The time schedule may be altered by mutual agreement of City and Consultant. D, PAYMENT Consultant shall bill the City monthly £or work done and direct expenses (plus 5 percent Ear handling) incurred during the preceding month, Ln accordance wish Che billing rates shown in Exhibit 'B^ attached. City shall pay within 30 days of the billing date. Direct charges incurred in the performance of services specified by this agreement shall include such items as purchase of maps and photographs, printing and reproduction costs, travel and subsistence, long distance telephone, delivery costs, computer costs and any fees, insurance, permits and licenses applicable [o this agreement only. The maximum fee to be paid by City for services by Consultant shall not exceed Fifteen Thousand Dollars ($15,000) except for attendance at public meetings such as with Ci[y Planning Co®ission, City Council, Public or Community which shall be billed on a time and material basis per attached billing rates. E. TERMINAT IDN The City may terminate this agreement by giving written notice thereof to Consultant, provided that the City shall be obliged to pay Cons ul tan[ for all work performed and all direct costs incurred prior to receipt of notice of termination by the Consultant. If the work is terminated due [o lack of funds, Consultant shall not be responsible for completion of specific products but shall endeavor to bring the work to a logical stopping point within the budget available. RELIT IONSH IP TO OTHER AGREEMENTS The work scope under this agreement is an extension of work being done or to be done for the Rancho Cucamonga Industrial Areas Specific plan, Stages 1 The terms and conditions of [his agreement are therefore fully dependent on continuance and timely completion of transportation elements of the Stage 1 and agreements under [he direction of Hans Korve. G. AITTHORTlY Each of the parties to this agreement represents that the person signing on behalf of such party has Che authority [o do so. H. RELIT IONSHIP OF PARTIES Lt is undera tood that Che contractual relat ionshlp of the Consultant to the City is [hat o£ an independent contractor, and all persons working for and under Che direction of the Consultant are the Consultant's agents, servants and employees, and not agents, servants or employees of Che City. LN WT'P.iESS R7iERE0F, the City and the Consultant have executed this agreement as of the date see forth below: #i l CITY OF CHO MONGA / Me ,, Date DItS/_A'S-SOC IATES President Deter E.YHIBTT ^A" CITY OF RA.YCHC CUCAMOV GA CITY-WIDE CIRCULAT IO:I STUDY SCOPE OF WORK PURPOSE The purpose of this study Ss to extend the Rancho Cucamonga Industrial Areas Specific Plan-Stage 1 to fully evaluate city-wide traffic circulation through the use of a computerized traffic model, The study will lead to the adoption of a City-wide Circulation Element by the Ci[y specifying Koster Plan street widths for major arterials, secondary highways and collector streets. Desig- nated street classit icat Sons and alternative classifications will be based on street capacity requirements for build out of each alternative of the current adopted General Plan excluding Regional Center Alternative B. In addition, Che study will develop alternative circulation systems with and without the Foo [hill Freeway for General Plan Alternatives A and C. The option w L[ho ut the Fcnthill Freeway will exc iude any improvement in [ha[ corridor. Obvious system deficiencies shall be address,.d through identification of alt- ernative street improvements. SCOPE OF WORK TASK 1 - Model Development Extend city-wide traffic model being developed for Industrial Areas Specific plan-Stage 1 to: a. Incorporate 1990 Los Angeles Regional Trans ports [ion Study model regional cr ip movements b. Add Industrial Area C east of ehe Devore Freeway c. Analyse additional roadways, including selected collector streets, in the non-industrial portions of the City. City traffic zones sha 11 be det ined in sufficient detail to ohtain 6u ild out traffic assignments for the de [ermined network. Zones in the industrially planned lands south of Foothill Boulevard shall be defined to allow Future [esting of alternative land uses, Aggregated LAATS traffic zones shall be defined outside the City so as to effectively model regional Cr ip movements for traffic between Rancho Cucavonga and other parts of the LAATS region. Trip generation estimates developed by Jotin Blayney Associates under the ongu ing Industrial Areas Specific P1an-Btage 1 shall be reviewed and refined ae necessary for incorporation into the expanded City- wide model. 4. A network shall be defined for each of the General Plan alternatives discussed above, both with and without the Foothill Freeway. The network will include all freeways, major and secondary highways and the following collector streets: Hellman Avenue Victoria Street Sapphire Avenue Hermosa/Turner Avenue Beryl Street Rochester Avenue East Street Amethyst Street The network shall also extend beyond the Ci[y limits to include portions of Routes 10, 30, 60, 66 and Lntersta to IS as necessary to model trip movements between Rancho Cucamonga and other parts o: the LARTS region. 5. Traffic model zones and networks shall be submitted to the City Eng- ineer Lor iev leW and CO®lent. 6. The Consultant shall apply the computerized tra if is model, as des- cribed above, to determine average daily traffic assignment<_ far each of the following land use/network alternatives: a. General Plan Option A with Foothill Freeway b. General Plan Option C with Foothill Freeway c. General Plan Option A without Foothill Freeway d. General Plan Option C without Foothill Freeway It is understood that either the h"1P8 or TRANPIAlI transportation p la nn'ing package will be used fot modeling purposes. 7. Trip assignments shell be graphically presented for [he tested alter- natives either as computer plo is or on manually prepared working plans. ~`etwork volumes shall be shown at a scale suitable For easy id ant Lfic at ion between links in the network. 8. A copy of all model input data including [rip productions and a[tracC- ions, travel time factors, link speeds and distances shall be submitted as computer Listings, working plans or the like as available. Where available, in form [ion will be presented graphically. TASK 2 - Svstem Evaluation Based on traffic model output, the consultant will evaluate circulation system capacity to terms of peak hour traffic volume demand for each a Sterna[ive. Frain this preliminary analys Ls, the consultant shall identify ex Lsting system deficiencies under each alternative and review Chem with the city. C i[v Phase I First priority Ln evaluation shall be given to alternative network config- urations for the Indus Cr lal area south of Foothill Boulevard. This task Ls being performed under the Industrial Area Specific plan-Stage I contract with John Blayney Associates. Citv Phase II The remaining work shall be to evaluate street capacity and determine city-wide functional classification with through lane requirements, 3eneraliz eel intersection widening requirements and right of way standards. This evaluation shall be based on general analysis o£: a. Traffic demand from model output. b. Existing street right of way and overall land use commitments. c. Relative roadway construction costs. De[a fled specific planning and cost estimates will not be required. The Consultant will generally discuss major construction implications related to the construction of the Foothill freeway and indicate major issues to receive further study res ulC ing from abandonment of the route. Evaluations will be prepared for each modeled alternative. As a part of the evaluation process, the Consultant will be required to evaluate circulation changes resulting from alternative reg ioral centers at locations A and C of the General Plan. The adopted circulation plan will be expected to deal with both alternatives. The Consultant shall recommend a City-'elide Circulation System which will best meet Che needs of each of the alternative plans. Where parameters ex isC which prove mutually exclusive from one alternative plan to the others, the Consultant shall identify key issues Co be considered in circulation system deveLo pment and recoamiend mitigation measures to resolve these issues. REPORTS The final report will include the following: 1. General descr ipC ion of model procedures. 2, Overview of land use assumptions. 3. Trip assignments graphically presented for each alternative. 'y, Peak hour capacity analysis results for each alternative network. 5. Recormiended City-wide circulation system. 6. Identification of curb to curb and right of way widths by street through specified Limits. (Information in tab Le format.) 1. IdenCif Scat ion of key issues related to final circulation element adoption, 8. Identification of primary impacts of recision of Foothill Freeway. Imnact analysis will involve mainly issue identificaC ion and capacity tequ irements. The Consultant shall submit Co [he City one (1) copy of the Draft Final Report for review and comment and fifty (50) copies of the revised Final Report. A separate Technical Appendix shall also be submitted to the City and will include the following: 1. Land use data 2. Trip generation data, including [rip productions and attractions 3. Description of model inputs such as trip generation rates,iravel time factors, and assignment process. CITY RESPONS IB ILTTIES C i[y shall furnish consultant with the following information and services in a timely manner: 1. Assist Consultant in contacts with public agencies. 2. Review Consultant products identified in Tasks 1 and 2 and draft Final Report. 3. Provide Consu leant with an inventory of [he existing street system. gtreet system as defined here is Co include all sCreets specified in Task 1.4. InvenCO ry is to include street widths, right of way widths, number of lanes and parking provisions. 4. provide Consultant wiclt listing of future street network as currently adopted by the City. Tltis information is [o include s[reeC and right of way width, funct iottal classification, number of lanes and curb parking provisions. 5. Copies of reports dealing with studies relevant to this study. EXHIBIT "B" DKS .ASSOCIATES 405 14th Street Oakland, CA 9461? BILLING W\TES Effective May, 1979 to May, 1980 Personnel Hourly Rate C.E.Oe Leuw, Jr. $37.00 W. H. Dietrich 44.50 M. A. Kennedy 37.00 li. W. Karve 45.00 R. T. Sauve 35.00 D. T. Smith, Jr. 41.00 Associate Traffic Engineer 23.00 Graphic Artist 27.50 Draftsman 20.50 Technical 15,25 Secretarial/Clerical 16.50 ~, ~~t u01-2 LETTER OF UNDERSTANDING This letter is to clarify the agreement for Citywide Circulation Study by OKS Associates for the City of Rancho Cucamonga. SECTION D: Payment The 515,000 not to exceed price as indicated include all direct and indirect charges for the Consultants services. The Consultant through the Stage 1 Industrial Area Specific Plan is comnitted to your (4) meetings as a portion of that contract. Additional meetings are covered under the terms of Section E of this agreement. The City will not be liable for any further charges for use of model data or inputs and shall have rights to all information developed as a part of this study. OKS ASSOCIATES President . '? - "~ 0 N O ~° w o ~ X 7 y ak' e m m o n C W m m rt N m s AGREEMENT This agreement for professional services, dated and effective ,~ 2aB0 1980, is a contract 6ewteen the Ci [y of Rancho Cucamonga, a municipal corporation of the State of California, hereinafter referred to as "City", and DKS Associates, a California corporation, hereinafter referred to as "Consultant". RECITALS A. City desires to retain technical and professional services to per- form preliminary studies fora railroad grade separation a[ Haven Avenue, and other items as discussed herein, all within the Rancho Cucamonga Industrial Area. B. City has approved [he selection of Consultant to assume respon- sibility for performance of [he work described herein in accordance with the terms and conditions set forth herein. THEREFORE CITY ANO CONSULTANT AGREE AS FOLLOWS: A. SCOPE OF WORK Consultant shall perform the professional services specified in Exhibit "A" attached to this document. R. PROJECT MANAGER Larry Grove shall be Proj ec[ Manager for Consultant. C. TIME SCHEDULE The Consultant shall make every reasonable effort to complete the assignment within six (b) weeks after written receipt of authori- zation to proceed. This time schedule may be altered by mutual agreement of City and Consultant. D. PAYMENT Consultant will bill the City every four weeks for work performed and for direct expenses (plus 5 percent for handling) incurred during the Dr eceed ins month, in accordance with the billing ra Ces shown in Exhibit "D" attached. City shall pay within 30 days of the billing date. Direct charges incurred in the performance of services specified by this agreement shall include such items as purchase of maps and photographs, printing and reproduction costs, travel and subsis- tence, long distance telephone, delivery vests, Computer costs and any fees, insurance, permits and licenses applicable to this agree- ment only, The maximum fee to be paid by City far basic sarvices by Consultant shall not exceed Four thousand Dollars ($4,000). The $4,000 not to exceed price includes al) direct and indirect charges for the Consultant's services. This fee includes a maximum of one meeting with the AT & 5F Railway and one City meeting. Attendance at addi- tional meetings, such as with City Planning Commission, City Council, Public ar Community, shall be billed on a time and material basis in addition to the basic maximum fee per attached billing rates. E. TERMINATION City may Cermi note this agreement by giving written notice thereof to Consultant, provided that the City shall be obliged to pay Con- sultant for all work performed and all direct costs incurred prior ko receipt of notice of termination by the Consultant. F. AUTHORITY Each of the parties to this agreement represents that the person sinning on behalf of such party has the au[hori Cy to do so. G. RELATIONSHIP OF PARTIES It is understood chat the contractual relationship of the Consultant [o the City is that of an independent contractor, and alt persons working for and under [he direction of the Consul [a nt are [he Consul- tant's agents, servants and employees, and not agents, servants or employees of the City. IN WITNESS WHEREOF, [he Ci[y and the Consultant have executed [his agreement as of the date set Forth below: CITY OF RANCHO CU CAMONGA n., Cit~ DKS ASSOCIATES President Daft ~+Ct_-a ~Y Date S J~ v Exhibit "A" CITY OF RANCHO CUCAMO NGA HAVEN AVENUE GRADE SEPARATION STUDY SCOPE OF WORK PURPOSE The purpose of this study is to prepare preliminary conceptual plans for a railroad grade separation at Haven Avenue, review requirements for rail- road service within [he Industrial Area adjacent to the future grade separa- tionand review storm drainage requirements at the crossing of the site. SCOPE OF WORK Task I - Data Collection Oh to in as-huilr nlans from f,i ty or other agency for the affected streets. Obtain right-of-way record maps or assessor's parcel maps for the study areas. Obtain recent aerial photo bases at approximately 1" = 200' or larger scale. Obtain track maps from AT E SF Railway. Perform field review of site. Task 2 - Railroad Service Needs Meet with railroad representatives to dete nnine their perceived require- ments for (a) installation of new spur tracks; (b) existing rail services and areas of possible abandonment and/or extensions; (c) future main line [rack requirements within the influence area of [he grade separation site. Task 3 - Drainage Coordination Review existing and proposed channel and storm drain installations with L 0. King Enginering Lo, in vicinity of the proposed project. Determine impact of proposed improvements on future facilities and make recommendations for revisions Co proposed facilities when applicable. Task 4 - RR Grade Separation Study Prepare preliminary sketch geometries and profiles for an overhead grade separation at the existing grade crossing of the Santa Fe. Briefly review desi ra6il ity of an al ignmen[ offset Co the east versus an alignment con- forming essentially to [he existing right-of-way. Provide approximate R/W requirements for selected plan on assessors maps. Briefly review and comment on underpass plans prepared by others. Note: Right-of -way requirements for [he site will 6e based upon the worst- case situation; i.e., an overhead alignment is assumed rather than an underpass, which would require less land. No detailed right-of- way engineering will be performed. INFORMATION TO BE PROVIDED BY THE CITY I. Recent aerial photographic coverage of the study area at a semi- con[rolled sw le of I" = 200'+. 2. Topographic information for vertical cunt rol. 3~ Utility and drainage master plans. 4. As-Suitt plans of affected roadways. 5• Existing right-of-way data, such as parcel maps or assessor's maps. PRODUCTS TO BE PROVIDED TD CITY 1. Brief memo summarizing findings. 2. Sketches of the selected grade separations. 3• Right-of-way requirements at the grade separation sites. 4. Rough cost estimates for alternative crossing for comparison purposes. (This effort is budgeted to require no more than one half manday.) ~~~ Associates Transportation Engineering and Planning PnnGpals Charles E. De Leuw, Jc, PE. William H, D+elricA, PE. Larry R. Grove, P.E. M+chael A. Kennedy, P.E. Hans W Korve. P.E. R+chard T, Sauve, P.E. Dan+el T, Smilh, Jr., P.E. e ILLING RATES Effective January 1980 Personnel Hourly Ra [e Principals - Officers $49.00 Other Principals $41.00 Transportation Planners/Engineers Senior $39.00 Associate $33.00 Assistant $27.00 Senior Cra ph is Designer/Oraf is person $29.00 Draftsperson $23.00 Technician $18.00 Secretarial/Clerical $18.00 405 14th Street Suite 610, Oakland, Calilornia 94612 - 415/763-2061 0 ro .+ o ax C N v: n• M w n~ Y N 'y O t9 H N y N n N !p N N N rt k k c %t ~ '~ ~ ~ ~/"~c y~ ~ ~ c,` ~ ~ ~~"~~C~'C ~~ ~ `~ - ,`~ r '~ v ~~ ~, ~'~, r' , ,~t. ~. K AGREEMENT This ag reenie n[ for professional services', dated and effective 11/2]/)9 19]9, is a contract between the Ci[y of Rancho Cucamonga, a municipal corporation of [he State of California, hereinafter referred to as "City", and DKS Associates, a California corporation, hereinafter referred [o as "Consultant". R EL ITALS A, The Lity desires to retain technical and nrofessional services [o perform studies fur development of a new freeway interchange on Che Devore freeway to serve [he Rancho Cucamonga Industrial Area. B. The City has approved the selection of Consultant to assume respon- sibility for performance of the work described herein in accord with [he terms and conditions set forth herein. THEREFORE CITY AND CONSULTANT AGREE AS FOLLOWS: A. SCOPE OF WORK Consul [ant shall perform the professional services specified in Exh ibi[ "A" attached [o this documen [. B. PROJECT MANAGER Mans Korve shall be Project Manager far Consultant. L, TIME SCHEDULE The Consultant shall mako every rocs Onah le of for[ [o cumplc [e the assiynnwnt within (our weeks a([er rv ceipt of authorization to pro- ceed. This schedule is dependent on timely review of pretimina ry ske [ch es of the se lec[ed plan by Lal trans personnel. The timr schc Jule ray be al to rrd by ~^~u tool aq rnomant of City and Consultant. D. PAYMENT Consultant shall bill the City r~On [h ly for :.O rt, done and dl rcet e xpen s~•s (plus S perm nt fur handlinyl inc~•~r ri v. duriir! the pro cceJiny month, in accorrlo nee with the billing re[cs shrnan in Exhibit "B" attached, City shall pay wi thi r, 70 days of the billion dale, Direct charges incurred in the performance of services specified by [his agreement shall include such items as purchase of maps and photographs, Drinting and reproduction cosCS, travel and subsistence, long distance telephone, delivery cos cs, computer costs and any fees, insurance, permits and licenses applicable to this a9 reement only. The maximum fee to be paitl by City for se rvi<es by Consul [ant shall not exceed Seven Thousand Dollars (57,000). This fee includes a maximum of two meetings with Cal[rans and one Ci[y/Industrial Com- mittee meeting. Rtt endance at additional public meetings, such as with Lily Planning Commission, Li ty Council, Public or Community, shall be billed on a time and material basis per attached billing rates. The 57,000 not to exceed price includes all direct and in- direct charges for [he Consultants services. E. TERMINATION The City may terminate this agreement by giving written notice thereof to Consultant, provided chat the City shah be obliged to pay Consultant for all work performed and all direct costs incurred prior to receipt of notice of termination by the Consultant. P. ADT NORITY Each of the parties to this a9 reement reDre Bents chat the person signing on behalf of such par [y has the authority to do so. RELATIONSHIP OF PARTIES Il is understood that [he contractual relationship of the Cons uitant to the Lity is that of an independent contractor, and all persons working for and under [he direction of [he Consultant are [he Consul- tant's agents, servants and employees, and not agents, servants or employees of the Ci[y. IN 411TNES5 NHEREOF, Che Ci ey and the Consultant have executed [his agreement as of the date set forth below: CITY OF RA NLHO LUC 1Hi1NfA City Manager Date ~~ ~'7 7i_ 1KS ASSOCIATES V ir~i dent r Date- Z/~79 E xHIB IT "A" CITY OF RANCHO CULAMONGA DEU ORE FREEWAY L ROCNFSTEP AVENUE STUDY SCOPE OF WORK PU0.p05E The purpose of this study is to expto re or. a preliminary basis, the physical problems associated with design of a new interchange on the Devore Freeway dnd possible relocation of Rochester Ave noe hetween 4th Street and Foothill Boulevard. If a promising plan can he developed i[ will be pre- sented to Caltrans personnel for nevi evi and possible implementation in long range planning. Rochester Avenue realignment is primarily contingent upon acceptance of, and the ge:~me tries of, the interchange. SCOPE OF WORK Task 1 Data Coiiecti nn Obtain as-built plans from Cal vans for the freeway between the 4th Street and Foothill Boulevard interchanges. Obtaln recent aerial photo bases at approximately I"=200' or larger scale. Obtain topog rophic mapping of areas immediately adjacent to freeway, for ver (Ical control information, Ohtain track maps frwr AT E SF Railway. Field review of site. Task Z Tru(fic Analysis and Rev icw Based upon available traffic projac[inm predict expected turning nwvements a[ [he new interchange to aid in de to rraination nF interchange configuration. Task Conceptual In[e rohange Studies $ko tch al CC roes ive con(iVuralions, based upon CY a((ic analysis re conxnenddtlon5. and select one alternative for more detailed •. tudy and subsequent review with Caltrans. Task A Detailed Studies and Caltrans CoUrdinotion Stage 1 - Perform studies on Che selected configuration in sufficient detail to determine basic conformance wi th Caltrans and railroad reo,uirements wi ch respect to alignment, ramp 9epne tries, weaving, etc. Meet with Caltrans for informal discussions on accepfiblli[y of project. Stage 2 ~ Assuming basic Caltrans acceptance, in principal, of the Droj act, inwrpor ate their ern+ments and refine design details for rebubmittal to Cal- trans and to the Santa Fe Railway. Task 5 Rochester Avenue Alignment Studies Assuming Caltrans acceptance of an interchange, make recdnmenda[ions for re- alignment of Aocfiester. If an interchange is no[ acceptable, the realignment would include only a portion in the 4th Street vicinity. FINAL PRODUCT I) Schematic (graphical) interchange configuration and selected profiles. 2} Two or Chree page memo on summary of discussium with Caltrans and summary of recommendations. j) Schematic realignment of Pochester ~wenue v) Approximate right of way requirements fur the interchange ramps and Roche Ster Avenue in the vicinity of the interchanq e. ENCLUSIONS 1) Traffic analysis will be based on previous f.i [y-Wide model runs; no new runs will be made. 2) Geometries and alignments will he graphical, with general dimensioning - not to the precision of a specific plan. 3) Caltrans input will be solicited 6u[ formal approval of a plan is not assured, NOTE: If Caltrans acceptance of interchange is not obtained at Task 4, Stage 1, no further work will he Derformed. Approximately $S to 60 percent of our anti- cipated of (ort would be expended at that Doint. CITY RESPONSIBILITIES Lity shall furnish Con sultan: with the followln9 information and Services in a timely manner. 1. Assist Consultant in can tactti with public ag enc in•,. 2. Provide Consultant with topon raphic babe maps, if available, inr area of study. 3. Provide parcel and/or assessors maps showing existing rights of way and assist Consultant in location of proposed improvements where right of way considerations are a primary factor. 4. Provide Consultant with Na ster Pians of such items as drainage, utilities and streets. i E%HI BIT B DKS ASSOCIATES 405 - 14th Street Oakland, LA 94612 61LLINC RATES Effective June 191Y Personnel C. E. De Leuw, Jr. M. H. Dietrich L. R. Grove N. A. Kennedy N. W. KOr ve R. T. Sauve D. T. Smith, Jr. Senior ?ranspor[ation Planner Associate Traffic Enn ineer Graphic Artist Draftsman Technician Secs tarial/C leri col Hourly Ra [e 5 37.00 44.So 37.50 37.00 45.00 35.00 41.00 33.75 23.00 27.50 20.50 16.50 15.50 0 N b .. ro~Ca ~~ µY• R M A P '~ O p N D A s z i AGREEMENT This agreement for professional services, dated and effective May 12, 1980, is a contract between the City of Rancho Cucamonga, a municipal corporation of the State of California, hereinafter referred to as "City", and DKS Associates, a California corporation, hereinafter referred to as "Consultant". REL ITALS A. Li ty desires to retain technical and professional services to per- form preliminary studies for a railroad grade separation at Milliken Avenue and [he Santa Fe Railway and other items as discussed herein, all within the Rancho Cucamonga Industrial Area. B. City has approved the 5e leciion of Consultant to assume responsi- bility for performance of the work described herein in accordance with the terms and conditions set forth herein. THEREFORE CITY AND CONSULTANT AGREE AS FOLL045: A. SLOPE OF NORK Consultant shall perform the professional services specified in Exhibit "A" attached to this document. D. PROJECT MANAGER Larry Grove shall be Project Manager For Consultant. L. TIME SCHEDULE The Consultant shall make every reasonable effort to complete the assignment within six (b) weeks after written receipt of authori- zation to proceed. This time schedule may he altered by mutual agreement of ti iy and Consultant. D. PAYMENT Consultant will bill the City every four weeks for work performed and for direct expenses {plus 5 percenc for handling} incurred during the preceeding month, in accordance with the billiny rates shown in Exhibit "B" attached. City shall pay within 30 days of [he billing date. birect charges incurred in [he performance of services specified by [his agreement shall include such items as purchase of maps and pho[og raphs, printing and reproduction costs, travel and subsis- tance, long distance telephone, delivery costs, computer costs and any fees, insurance, permits and licenses applicable to [his agree- ment only. The maximum fee to 6e paid by City for basic services by Consultant shall not exceed Five Thousand Uol lars ($5,000.). The $5,000 no[ to exceed price includes all direct and indirect charges for the Consul- tant's services. This fee includes a maximum of one meeting with the AT E SF Railway and one Ci [y meeting. Attendance at additional meetings, such as with Ci[y Planning Commission, City Council, Public or Comiunity, shall be Gilled on a time and material basis in addition [o the basic maximum fee per attached billing rates. E. TERMINATION City may terminate this agreement by giving written notice thereof to Consultant, provided that the Lity shall be obliged to pay Con- sultant for all work performed and all direct costs incurred prior to receipt of notice of termination by the Consultant. F. AUT40RITY Each of the parties to this agreement represents that the person signing on behalf of such Darty has the authority [o do so. G, RELATIONSHIP OF PARTIES It is understood that the contractual relationship of the Consultant [o the City is that of an independent contractor, and all persons working for and under the direction of [he Consultant are [he Consul- tant's agents, servants and employees, and no[ agents, servants or employees of the City. IN WITNESS WHEREOF, the city and the Consultant have excecuted this agree- ment as of the date set forth below: LITV OF RANCHO CUCAMCNGA City Manager DKS ASSOCIATES President Date 7 J~Z~ Date S,~L~J~ Exhibit "A" CITY OF RANCHO CUCAMONGA M ILLI KEN AVENUE GRADE SEPARATION STUCY SLOPE OF NORK PURPOSE The purpose of [his study is tc prepare preliminary conceptual plans for a railroad grade separation at Milliken Avenue, review requirements require- ments for railroad service within the Industrial Area adjacent [o the future grade separation, review storm drainage requirements and perform an align- ment study for extension of Milliken Avenue across [he railroad tracks. SCOPE OF LIORK Task 1 - Data Collection Obtain as-built plans from City or other agency for the affected streets. Obtain right-of-way record maps or assessor's parcel maps for the study areas. Obtain recent aerial photo bases at approximately 1"= 200' or larger scale. Obtain track maps from AT G SF Railway. Perform field re- view of site. Task 2 - Railroad Service Needs Meet with railroad representatives [o determine their preceived require- ments for (a) installation of new spur tracks; (b) existing rail services and areas of possible abandonment and/or extensions; (c) future main line [rack requirements within [he influence areas of the grade separation site. Task 3 - Oraina a Coordination Review existing and proposed channel and storm drain installations with L. D. King Engineering Co. in vicinity of the proposed project. Determine impact of proposed improvements on future facilities and make recomen- da[ions for revisions [o Droposed facilities when applicable. Task 4 - Alignment Study and Grade Sepa ra[icn (a) Recommend a horizontal alignment for Milliken between 6th Street and Arrow Route. Coordinate alignment with possible utility cor- ridors and with railroad service corridors. (b) Prepare a sketch type overhead configuration for a separation at Milliken and the Santa Fe. Review with City and Railroad personnel. Coordinate with utility and railroad requirements. Fora basic plan, prepare graphical geometri cs with a profile with sufficient detail [o to establish approximate R/N lines for a grade separation. Right-of- way "envelope" will be delineated upon assessor's or similar maps. (c) Rough cost estimates for alternative crossings shall he Rresented for com- parison purposes. This effort is hudgeted to require no more than } manday. Note: Right-of-way requirements for site will be based upon the worst-case situation; i.e., an overhead alignment is assumed rather than an underpass, which would require less land. Nn detailed ri ght-of-way engineering will be performed. INFORMATION TO BE PROVIDED BY THE CITY Recent aerial photographic coverage of [he study area a[ a semi- controlled scale of 1"x200+, 2. Topographic information for vertical control. Utility and drainage master plans. 4. As-built plans of affected roadways. Existing right-of-way data, such as parcel maps or assessor's maps. PRODUCTS TO BE PHOVIOED TO CITY Brief memo summarizing findings. 2. Sketches of the selected grade separation. Right-of-way requirements at the grade separation site. ~~~ Associates Transportation Engineering and Planning Principals: Charles E. De Leuv/, Jr., P.E. William H. Dietrich, P.E. Larry R. Grove, P,E. Michael A. Kennedy, P.E.' Hans W. Korve, P.E. Richard T. Sauve, P.E. Daniel T. Smith, Jr.. P.E. BILLING RATES Effective January 1980 Personnel Hourly Rate Principals - Officers $49.00 Other Principals $41.00 Transportation Planners/Engineers Senior $39.00 Associate $33.00 Assistant $27.00 Senior Graphic Designer/Oraf [s per son $29.00 Draftsperson $23.00 'fechnici an $18.00 Secretarial/Clerical $18.00 - 405 14fA Street, Suite 610, Oakland, California 94612 • 415/763.2061 i 0 N O hl ~1H Ci ro T. M• N N• A C a ~- R W W R A b G AGREEMENT This ogreemenT for professional services, dated and effective November 18 1980, is a contract between the City of Rancho Cucamonga, b municipal corporation of the State of Calitornia, hereinafter referred to as "City", and DKS Associates, a California corporation, hereinafter referred to as "Consultant". RECITALS A. The Ciry desires to retain technical and professional services fo perform studies of future traffic needs in the area bounded by East Street, Highland Avenue, Day Creek and Arrow Highway; and B. The City has approved the selection of Consultant to assume responsibility for performance of the work described herein in accordance with the terms and condi- tions set forth herein. THEREFORE CITY AND CONSULTANT AGREE AS FOLLOWS: A. SCOPE OF WORK Consultant shall perform fhe professional services specified in Exhibit "A" attached to this document. B. PROJECT MANAGER Hans Korve shall 6e Project Manager for Consultant. C. TIME SCHEDULE The Consultant shall make every reasonable effort to complete the assignment within thirteen weeks after receipt of authorization to proceed, The time schedule may be altered 6y mutual agreement of City and Consulfant if additional time is needed for scheduling of meetings, review of interim rnoterials, development of feasible olternotives or civil engineering tasks than assumed in the schedule. D. PAYMENT Consultant shall bill the City every four weeks for work done and direct expenses incurred {plus 5 percent for handling) in accordance with the billing rotes shown in Exhibit "B" attached. City shall pay within 30 days of the billing dote. Ten percent of the total fee wi(I be withheld from the final payment pending submission of the final report of the study. Direct charges incurred in the performance of services specified by this agreement shall include such items as purchase of maps and photographs, printing and reproduction costs, travel and wbsistence, long distrance telephone, delivery costs, computer costs and any fees, inwrance, permits and licenses applicable to this agreement only. The fee to be paid by the City for services 6y Consultant shall not exceed Fourteen Thousand Five Hundred Dollors ($14,500). This fee includes attendance at five meetings with staff and/or the Study Committee. Additionol services requested beyond the scope of work in Exhibit "A" or attendance ai additional meetings sholl be billed on a time and moterial basis per attached billing rates. The $14,500 not to exceed price includes all direct and indirect charges for the Consultant's services. E. TERMINATION The City may terminate ihls ogreement by giving written notice fhereof to Consultant, provided Thot the City shall be obliged to pay Consultant for oll work performed and all direct costs incurred prior to receipt of notice of termination by the Consultant. AUTHORITY Eoch of the parties to This ogreement represents tha the person signing on behalf of Bach party has the authority to do so. RELATIONSHIP OF PARTIES It is understood that the contractual relationship of the Consultant to the City is that of an independent contractor, and all persons working for and under the direction of the Consultant are the Consultant's agents, servants and employees, and not agents, servants or employees of the City. IN WITNESS WHEREOF, the City and the Consultant have executed this agreement as of the date set forth below: CITY OF RANCHO CUCAMONGA ity onager Date: /y /fi~5~'~ DKS ASSOCIATES rincipal Date: l/ T; ' / ~i/, EXHIBIT A SCOPE OF SERVICES Review Traffic Model Inputs DKS shall meet with representatives of the City, the Hahn Corporation and V'~ctor'~o Homes to review and modify land use and vehicle trip generation rotes within The study area bounded by East Street, Highland Avenue, Rochester and Arrow Highway. The base future highway network will also be modified for analysis purposes. 2. Rvn Ciry-Wide Traffic Model Using the model inputs established in Task I, DKS shall utilize the City-Wide Traffic Model To project ADT and PM peak period traffic volumes within the study area. A separate assignment of regional shopping center (zone 131 doily vehicle trips shall be run to facilitate design day analysis. ADT volumes will be assigned using The all-or-nothing me::~od; PM peak period volumes will be assigned using the capacity restrninT process. Link volumes and turn volumes of key intersections shall be reported. Results wilt be reviewed and manually adjusted as appropriate to provide best estimates of future traffic loadings within the study area. 3. Assess Roadway Needs Within Study Area Based on results of Task 2, DKS shall re-0ssess roadway needs within the study area to accomrnodate build-out. Analysis will consider travel patterns of the area, adequacy of planned roadway locations and widths, freeway access locations and route continuity. Results of this analysis will be documented in o brief informal working paper. This documentation wi(I serve as a resource to guide development of alternatives in the next task. 4. Develop Alternatives for Local Circulation and Freeway Access DK5 shall attend two workshops with }he Study Committee to develop alternative occess~circulation plans for the study area. A maximum of 3 alternatives will be developed. Preliminary engineerfng feasibility analysis and cost estimation shalt be done by others. DK5 will also assist in presentation of alternatives to Caltrans for informal review. 5. Detailing of Alternatives DKS shall revise traffic projections and refine traffic service levels of the alternatives developed in Tosk 4. Based on this, recommendations shall be mode for roadway widths, freeway access, locations, turn lanes, etc, Refinement of engineering feosibilitY and cost estimates shall be prepared by others. 6. Documentation Subsequent to review and selection of an alternative by the Study Committee, DKS shall document the study results in a brief memorandum, suitably illustrated, not to exceed 21) pages. The memorandum will include an overview of the study process, traffic projec- tions, description and traffic service evaluation of alternatives. Twenty copies of the report shall be submitted to the City. 7. Meetings DKS shall attend up to five (5) meetings for purposes of this study. Anticipated meetings are as follows, bui may be modified by the City during the course of study to best suit study needs. a. Review of model inputs ................................. I meeting b. Develop alternatives (workshops) ........................ 2 meetings c. Presentation to Colirans ................................I meeting d. Presentation of study results .............................I meeting If additional meetings are required, DKS shall be reimbursed for actual time expended per the attached billing rotes and for out-of-pocket expenses at direct cost plus S per- cent administrative charge. ~,~~' Associates 7ralfic Transportation Engineering EXHIBIT B BILLING RATES Effective Ilse 1980 Personnel Nourty Rate Officers ;51.00 Principals $41.00 Stntf Principal ;41.00 Senior $39.00 Associate ;33.00 Assistant ;28.00 Senior Draftsperson ;29.00 Draftsperson $23.00 Technician ;18.00 Secretarial $19.00 405 14th Street, Suile 6T0. Oakland, California 94672 - 415!763-2067 'P d, rozm o m n O n c S 6 A Hn O O ~a wm HN H n• I. CITY OF RANCHO CUCAMONGA CALffORNIA INSTRUCTIONS TO B[DDERS~ CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR NORTH TOMN STREET AND DRAINAGE IMPROVEMENTS LLOYD HUBBS CITY ENGINEER MARCH 1980 TABLE OF CONTENTS Notice Inviting Bids Inrtruction to Bidders Contract Proposal Bidding Schedule Bid Bond Suhcontractor's List Award ~ Execution of Contract Agreement __ Faithful Performance Bond Contractor's Band Workmen's Compensation Certificate Affirmative Action Compliance GWdelirxs Federal Minimum Wages Special Provisions Description of Contract Items City of Rancho Cucamonga Standard Drawings San Bernardino County Transportation Department Standard Drawings 3 3 7 I1 13 16 17 19 24 Z6 29 30 67 90 95 2 NOTICE INVITING BIDS For the City of Rancho Cucamonga, North Town Area street and drainage improvements as outlined in the proposal. The contract includes removals, earthwork, paving, drainage structures and pipe, curbs, gutters, sidewalk, drive approaches, adjusting manholes to grade and appurtenant work. NOTICE IS HEREBY GIVEN that sealed bids will be received in the office of the City Clerk of the City of Rancho Cucamonga California, up to 2:00 p.m. on July 8, 1980, at which time they will be publicly opened and read aloud Contract Documents are on file in the office of the City Engineer of said Cityr to which Plans, Specifications, Standards and Documents bidders are referred Sor further information. The Plans and Contract Documents may be obtained at the office of the City Clerk, 9340 Baseline Road, Suite A, Rancho Cucamonga, California, upon payment of Fifteen Dollars ($15.00) for each set, which amount will not be refundable. Bids must be returned to the office of the City Clerk enclosed within a sealed envelope with the words "Bid -North Town Street and Drainage Improvement Project" marked on the outside of the envelope. The right is reserved to reject any and all bids which the City Council may deem not to be to the best interest of the City and also the right to waive any informalities in a bid, and the right to award the contraR for the above described work within 30 days thereafter. Work on construction shall begin within 10 days after the date specified in the Notice to Proceed and contract Completion shall be completed within the working days as specified in the contract. Within the working days allowed as a contract time limit, the Contractor shall complete the various sequences of work specified in the Special Provisions Further information will be furnished and detailed plans and specifications of the proposed work may be inspected at the office of the City Engineer of the City of Rancho Cucamonga. Each proposal must be accompanied by cash, cashier's check or certified check, or surety bid bond in the amount of not less than ten percent (10%) of the total amount of the bid, as a guarantee that the bidder, if successful, will promptly execute a contract in the required form and furnish a satisfactory faithful performance bond and material and labor bond, Each of said bonds shall be in the amount of one hundred percent (100%) of the contract price. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City of Rancho Cucamonga has ascertained the general prevailing rate of wages and employer payments far health and welfare, vacation, pension and similar purposes applicable to the work to be done. Said rate and scale are on file with the Dept. of Industrial Relations, Division of Labor and copies will be made available to any interested party on request. These rates shall be the minimum wage rates for this project. fly order of the Council of the City Rancho Cucamonga, California. Ciiy Clerk of the City of Rancho Cucamonga INSTRUCTION TO BIDDERS A. GENERAL Proposals under these specifications shall be submitted on the blank farms furnished herewith. When presented, they must be completely made out in the manner and form indicated therein, showing the proposed prices clearly and legibly in both words and numerals, and must be properly signed by the bidder, whoa address, telephone number and California Contractors license number must also be shown. The City Council reserves the right to reject any bid if all of the above information is not furnished Each proposal so submitted shall be presented under xaed cover; and must be filed prior to the time, and at the place designated in the Notice Inviting Bids. All proposals submitted as herein above prescribed will be publicly opened and read at the time and place indicated therefor in the Notice Inviting Bids. B. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK The plans and specifications to which the proposal forms refer are on file and open to inspection in the office of the City Clerk. Bidders must satisfy themselves by personal examination of the location of the proposed work and by such other means as they may prefer az to the actual conditions and requirements of the work, and shall not at any time after submission of the bid duputq complain, or azxrt that there was any misunderstanding in regard to the nature or amount of work to be done. C. DISQUAL~ICATION OF BIDDERS AND PROPOSALS More than one proposal for the same work from any individual, firm, partnership, corporation, or azsociation under the same or different names will not be accepted; and reasonable grounds for believing that any bidder is interested in more than one proposal for the work will be cause for rejecting all proposals in which such bidder is interested. Proposals in which the prices are obviously unbalanced, and those which are incomplete or show any alteration of form, or contain any additions or conditional or alternate bids that are not called for or otherwise permitted, may be rejected. A proposal on which the signature of the bidder haz been omitted will be rejected. D. AWARD AND EXECUTION OF CONTRACT The award of the contract, if it be awarded, will be made to the lowest responsible bidder whose proposal complies with all the prescribed requirements, but until award is made the right will be reserved to reject any or all bids and to waive technical errors or discrepancies if to do so is - deemed to best carve the interests of the City. In no event will an award be made until all necessary investigations are made as to the responsibility - of the bidder to whom it is proposed to make such an award. E. SIGNATURE OF CONTRACTOR The signature must contain the name of the corporation, mart 6e signed by the President and Secretary or Assistant Secretary, and the corporate seal must be affixed. Other persons may sign for the corporation in lieu of the above if a certified copy of a resolution of the corporate board of directors so authorizing them to do so, is on file in the City Clerk's office. The names of all persons comprising the partnershp or co-partnership must be stated. The bid mart be signed by all partners comprising the partnership unless proof in the form of a certified copy of a certificate of partnership azknowledging the signer to be a general partner is presented to the City Clerk, in which mx the general partner may sign. ]Dint VeMUres Bid submitted as joint vemures must so state and be signed by each joint venturer. individuaa Bids submitted by individuals must be signed by the bidder, unless an up•to- date power of attorney is on file in the City Clerk's office, in which cax said person may sign for the individual. The above rules also apply N the cau of the uu of a fictitious firm name. In addition, however, where the fictitious name is uxd, it must he so indicated in the signature. F. BID BOND Bid must be accompanied 6y cash, cashier's check, certified check, or surety bond in an amount not less than ten (10) percent of the total amount bid. Checks and bond shall be made payable to the City of Rancho Cucamonga. For the City of Rancho Cucamonga, North Town area street and drainage improvements as outlined in this proposal. The contract includes removals, earthwork, paving, drainage structures and pipe, curbs, gutters, sidewalk, drive approaches, adjusting manholes to grade and appurtenant work. 70 THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA: The undersigned bidder declares that he has carefWly examined the location of the proposed work, that he has examined the plans, special provisions and specifications, and read the accompanying instruction to bidders, and hereby proposes and agrees, if this proposal is accepted, to famish all material and do all the work required to complete the said work in accordance with the Plans, Special Provisions and Specifications, in the time and manner therein prescribed for the unit cost and lump sum amounts set forth in the schedule on the following Proposal. Contract Items _ 24th St, 25th Sy 26th St., and Humbolt Ave. Estimated Dexription Item No. Quantity (Unit Price in Words) Unit Price Total 1 2 3 L.S. Clearing and Grubbing at a l~m~~aum of %h1~GA yfopl Y ~-A ~ i ~f ro ~s . . . ~~ 1600 C.Y. Ea~~hwor at , P~ T S i+ h//.P 4y~C ~a per cubic yard 273 L.F. P.C.C. rolled curb and meter per lan ~-L ~ a7 per lirxar ~J ~Q ~ r ~ ud/ X63 7 Contract Items 24th St, 25th St, 26th St., and Humbolt Ave. Estimated Dexription Item No. Quantity (Unit Price in 0.'ords) Unit Price Total 4 9485 L.F. P.C.C. Curb and gutter per $t datd o 302 t ~f . a per linear foot 5 37142 S.F. P.C.C. Sidewalk per S~pndard o~ 09 ate 1/ per square foot 6 T 1508 Tons A.C. av'ng at/u~~ a nine Fn per ton 7 18236 S.F. P.C.C. Drive Approach per Standard No. 305, (Alt. U2 for parkway ~^sidewalk) n ~~ S.F. 8 1720 S.F. P.C.C. Alley Approach per San Bernardino County St dard No. lzs at e h ~i~ ,._.------~-- per square foot 9 585 L.F. A.C. Berm, placement ly per pl ~t~ . ___ /i A per linear foot 10 126 S.F. A.C. Drainage Swale and connection to existing drain pipe, placement o0ly, per ,rplan at Qh ~~/.n~- Wiper square foot 6 ~ ~~~~~~ ~~ ~/Jo 3Y ~ 9 3° ~~/y ~`° ~-~~65~ ~.~.!!~ /= ~" 630 =° 8 Contract Items 24th St, 25th St, 26th St., and Humbolt Ave. - Estimated Description _ Item No. Quantity (Unit Price in Words) Unit Price Total 11 10 ea Type "L" or Type "K" markers per plan per St dar No. 40 atp /~ op each _ 12 8 ea Raising M hol to ~w~ ~ ~ t grade t - 9 PO .~`~~ .po // ~ '~ `i - ach 13 178 L.F. 4" Cast Ir~p/p~p~ra~i/n~ ~y t ~ ~_ , "_" ~~ a ' _ ~ ~ PG 9 ~~ per near Soot 14 37 L.F. 1F,Ch P, Gage at ' ~~! ~ er li ear foot ~o ' n 15 1 ea Catch Basin, Type "A" per San Bernardino Standard No. 206, - x= v=3.5, at T .,yr..c .~ o ,.~ ADD °„~o~jOlJ >~ 'tNh ~~ ea i 16 4546 SF. P.C.C. Cross Gutter and spandrel per Stand- ar No. 308 at ~r7 er s ' uare foot ° / ~Q~r/ _- p q ~ 17 2107 S.F. P.C.C. Driveway tran- y.. /$~~tions r a fat. ~i"rP. A p t ~^'' Vie! per square foo 9 Contract Items 24th St, ZSth St, 26th St., and Fiumbolt Ave. Estimated Description ' Item No. Quantity (Unit Price in Words) Unit Price Total _ 18 7842 S.F. Asphalt concrete driveway transitions, placemen only, per ,rt plan at ~bt •4.~~ /~ i/~~3~ - per square foot 19 35 L.F. Concrete block wall per San Bernardino County S nd d N . / O" ~ /iiJ~O iO per linear foot '//,~' / ~'~ ~'~ 9 ~?= TOTAL 81D T /, / aa.1 e/d/hi4 6va~ y~t+~••r / a6.. ~F.l~o - (words) 10 BIDDING SCHEDULE North Town Street and Drainage Improvements The undersigned also agrees as follows: FIRST: Within 15 calendar days from the receipt of the Notice of Award of Contract, to execute the contract, and to furnish to the City of Rancho Cucamonga two (2) satisfactory bonds in the amounts speufied in the Notice Inviting Bids guaranteeing the faithful performance of the work and payment of bills. SECOND: To begin work within 10 calendar days after the date specified in the Notice to Proceed and to prosecute said work in such a manner as to complete it within one hundred (100) working days after such specified date. Accompanying this proons~l is cash, a cashier's check, or a certified check of bidders bond for /!J O (not less than ten percent of the total amount of bid) payable to the City which is to be forfeited, az liquidated damages, if, in the event that this proposal is accepted, the undersigned shall fail to execute the contract and famish satisfactory bonds under the conditions and within the time specified in this proposal, otherwise said cash, cashier's check, certified check, or bidder's, bond is to lx re[umed to the undersigned. Within 13 calendar days afterward of the contract the City will return the bidders bonds accompanying such proposal not considered in making the award All other bidders bonds will 6e held until the contract has been finally executed. They will then be returned to the respective bidders whose proposals they accompany. Date ~~ ~O (continued on next page) 11 Signature of Bidder By Address of Bidder Name and Address of Members of the Firm Title ROBERT 13.SC1iDER0 INC. Business Address ~a~n rnnaitL BLVD. 1.A CRESCENiA, CA 91214 t (continued on next page) 12 ROBERT T. ESCUDERO, PRESIDENT Incorporated under f:aws of the State of ~~i/~% President_°u~f'~ ~ ~-f CnIJdUGJ-~ Secretary L R !'O/ /y~ryh ~ ypa State License Number- ~ ~ vu~/"CJ (Corporate Seai) 13 i t 11 11 i iF r i i Y M Contractor's License No.~ ~" ~ *~ ~ ~~ issued an /yQ/ ~ - 19~[, has not been revoked. Signed this •//~~ day of/~'4___ ~ 19 ~D Name of Contractor or Contracting Firm Address g ~~~~ ROBERT T. ESCUDERO, PRESIDENT. 14 eID 80ND KNOW ALL MEN BY THESE PRESENTS, THAT ~ ~ • ~ • ~ • • ~ ~ ~ ~ as Principals, and as Surety, are held and firmly bound unto THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, hereinafter called the City, in the sum of (not leu than ten percent of the total amowt of the bid) dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by thex presents. WHEREAS, said Principal has submitted a bid to said City to perform all work required order the Bidding Schedule titled: North Town Street and Drainage Improvements NOW, THEREFORE, if said Principal is awarded a contract by said City and, within the time and in the manner required order the headings "Instructions to Bidders" and "bidding Schedule" bowd with said Specifications, enters into a written contract an the form of agreement bowd with said Speclfications and furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise it shall remain N fuLL force and effect. In the event suit is brought upon this bond by said City and judgement is recovered, said Surety shall pay aL costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this ~ day of . 19 .•...~„ ~, .. ~(Seall ,.•.~ •. (Seal) (Principal) (Surety) By:. Byt. •. (S[gnature) (Signature) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY) 13 SUBCONTRACTORS: ' In compliance with the provisions of the Government Code Section 4102, the undersigned bidder herewith sets forth the name and location of the place of business of each sub-contractor who will perform work or labor or render service to the general contractor in or about the construction of the work or - improvement in an amount in excess of one-half of one percent (1/2%) of the general contractor's total bid, and the portion of the work which wiL be done 6y each sub-contractor as follows; Place of Description of SubcontractoNs Name Business Work l~'~,~,6~~oH~w.cy ~fa~%~i~/a~r-~~?!~ .Pi°eC!~!P~v~~C7~.k 16 AWARD AND EXECUTION OF CONTRACT (a) ACCEPTANCE OR RE7ECTION: The right is reserved to reject any and all proposals or to accept the proposal deemed best for the City. The City Council shall be and is hereby constituted the exclusive judge as to which proposal is hest for the City, and in ascertining that fact, She City Council will take into consideration the business integrity, financial resources, facilities for performing the work and experience in similar operations, of the various bidders (b) AWARD OF CONTRACT: The award of the contract, if it be awarded, will be to the lowest and the best bidder. The award, if made, will be made as expeditiously as possible otter the opening of the proposals [n no cox will an award be made until all necessary investigations are made imo the responsibility of the bidder to whom it is proposed to award the contract. (c) 60ND5: The Contractor shall lumish a good and sufficient surety bond issued by a surety company authorized to do bwiness Jn the State of California N the sum equal to one hundred percent (100%) of the total bid, conditioned for the Faithful Performance by the Contractor of all covenants, stipulations and agreements contained in said contras, in addition, the Contractor shall furnish a Contractor's Bond in a sum equal to one hundred percent (100%) of the contract price, as required by the provisions of Chapter III of Division V of Title I of the California Government Code. (d) WORKMEN'S COMPENSATION: Before commencing any work under the contract, the successful bidder must file with the said Engineer a certificate by an insurance carrier authorized under the laws of the State to insure employers against liability for compensation under the "Workmen's Compensation Insurance and Safety Act, "stating that such bidder has taken out for the term !or which the contras is to run, compensation insurance covering his Sall liability for compensation under said As for any person injured while performing any work or labor necessary to carry out the provisions of this contract, and in agreement to immediately notify said Engineer It said policy should lapis or be cancelled. In the event that such policy should become inoperative at any time before the completion of the work, all work shall cease immediately until a new policy is obtained and any time so lost shall not eMltle Contras or to any extension of time. 17 (e) EXECUTION OF CONTRACT: The contract shall be signed by the successful bidder and returned -- together with the other required documents, within fifteen (15) days after the bidder has received notice that the contract has been awarded, unless extended by said City Council in writing. No proposal shall be considered binding upon the City until the execution of the contract Failure to execute a contract and file acceptable documents az provided herein within fifteen (15) days from receipt of notice of award shall be -- just cause for the annulment of the reward and forfeiture of the proposal guaranty, not az a penalty but az liquidated damages. Award may then be made to the next lowest and best bidder or the work may _. be re-advertised or may be constructed by day labor as the City Council of the City of Rancho Cucamonga may decide. (f) LIQIDUATED DAMAGES: Attention is directed to the provisions of Secton 8-1.07 of the Standard Specifications. The contractor shall pay to the City of Rancho Cucamonga the sum of -- $200 per day for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed in the Bidding Schedule. 18 AGREEMENT THiS .4 GREEMENT, made and entered into this-day of 19 , by and between Th 'ty S.Rancho- C camp ea: a~M mi ~n~poration, COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA, and hereinafter called the Contractor, WITNESSETH: FIRST: That the Contractor, in consideration of the promises of the City hereinafter set forth, hereby agrees to furnish all tools, equipment, and labor necessary to perform and complete, and to faithfully perform and complete, in a good and workmanlike manner, the several items of work described hereinbefore in these Contract Documents, all in accordance with the plans and specifications, Standard Drawings of the City of Rancho Cucamonga. Said plans and specifications, and the proposal of the Contractor, which is also on file in the office of the City Engineer of said City, are hereby referred to and made a part of this contract in like manner and with the same force and effect as if incorporated herein. SECOND: That it is further agreed that said tools, equipment, labor shall be furnished and said work performed and completed and within the time as required or indicated by said plans and specifications, under the direction and to the satisfaction of the said City Engineer, and the Contractor hereby expressly agrees to meet, observe, perform and follow every term and requirement of said specifications. THIRD: That it is further agreed that in the event said Contractor fails to furnish tools, equipment, or labor in the necessary quantity or quality, or fails to prosecute the work or any part thereof contemplated by this contract in a diligent and workmanlike manner, the City Engineer shall so certify to the City Council of said City, and if thereafter said Contractor for a period of ten (10) calendar days after receipt of written demand from said City Council so to do, fails to fumish tools, equipment, or labor in the necessary quantity or quality, and to prosecute said work and all parts thereof in a diligent and workmanlike manner, or after commencing so to do within said ten (10) calendar days, fails to continue so to do, then the City may exclude the Contractor from the premises, or any portion thereof, and take possession of said premises or any portion thereof, together with all material and equipment thereon, and may complete the work contemplated by this contract or any portion of said work, either by furnishing the tools, equipment, labor or material necessary therefor, or by letting the unfinished portion of said work, or the portion taken over 6y the City to another Contractor, or by a combination of such methods. In any event, the procurirq of the completion of said work, or the portion thereof taken over by the ;,ity, shall be a charge against the Contractor, and may be deducted from any money due or becoming due him from the City, or the 19 AGREEMENT 1 Contractor may be compelled to pay the City the amount of said charge, or the portion thereof unsatisfied. FOURTH: That the Contractor agrees to begin the work of construction contemplated and provided Sor in this contract within 10 days after receipt of the Notice to Proceed, and to proxcute the same with uniform speed and diligence x as to insure the completion of the work within the working days after such specificed date allowed by the proposal. FIF7H: Time is declared to be of the esxnce of this contract, and should the Contractor fail to complete the work required to !K done hereunder, on or before the time of completion herein stipWated, together with such additional time as the City Council of the City of Rancho Cunmonga may grant said Contractor for coax, it is mutually understood and agreed between the City and the Contractor that the City may exclude the Contractor from the premises, or any portion thereof, together with all materials and equipment thereon, and may complete the work contemplated by this contract in the manner provided in paragraph THIRD hereof, and with like force and effect as if the Contractor had failed to prosecute the work in a diligent and workmanlike manner. It is further mutually agreed, by and between the parties hereto, including the surety or wreties on the bond attached to this contract, that in the event additional time is granted said Contractor within which the work required hereunder may be completed, such extension or extensions shall not affect the validity of this contract or release said surety or sureties an the fronds given in connection therewith. SIXTH: That the Contractor agrees to save, keep and bear harmless the City and i[s officers and agents from all damages, costs or expenses in law or equity that may at any time aria or be xt up becaux of any infringement or alleged infringement of the patent rights of any person, firm, or corporation in consequence of the use in or about Bald work of any article or material supplied or installed under this contract, which article or material was famished by the Contractor. ' SEVENTH: That it is is further agreed that the City shall not be Aeld liable or responsible for any accident, loss or damage happening to the works referred to in this contract prior to the comptetion and acceptance of the same. EIGHTH: the Notice Inviting Bids, the Instruction to Bidders, and the Proposal are hereby incorporated in and made a part of this Agreement. NINTH: That the City agrees, N consideration of the performance of this contract, to pay the contractor as follows: 1. The Contractor shall, on the 1st day of each month, submit to the Engineer a written progress estimate of the total amount of work done. The City Engineer will review the estimate and approve it or notify the Contractor of any exceptions. The Ciiy shall retain ten percent (f0%) of the estimated value of the work done and will monthly pay to the Contractor the balance, after deducting all previous payments and aii sums to be kept or retained under the 20 AGREEMENT 2 provisions of this contract. No such progress payment or estimate shall be required to be made when the total number of working days is 30 or less, or when in the judgement of the Engineer the work is not proceeding in accordance with provisions of the contract, or when the value of the work amounts to less than five hundred dollars ($500.00). No such estimate or payment shall be construed to be an acceptance of any defective work or improper materials 2. When, in the opinion of the City Engineer, work has been completed according to the contract, and to the specifications, the City Engineer shall so certify to the City Council. If, in its discretion, the City Council finds that the work has been completed according to the contract, it shall thereupon so find and shall order the recordation of a "Notice of Completion and Acceptarce". At the expiration of 33 days following the date of recordation of the "Notice of Completion and Acceptance", the Contractor shall upon demand be paid the remainder of the total contract price in accordance with the payment processing of the City. it is understood that any delay in the preparation approval and payment of these demands will not constitute a breach of Contract an the City. TENTH: It is further understood and agreed between the parties hereto as follows: 1. That the quantities stated in the foregoing items are estimates only and that all of the work contemplated 6y this contract must be completed in all respects in accordance with the plans and specifications hereinbefore mentioned, whether the quantities of materials required or the work and labor to be performed ace greater or less than indicated in the foregoing estimates or in the plans and specifications 2. That the Contractor shall not assign, transfer, convey, sublet or otherwise dispose of this contract, or of his right, title, or interest in or to the same or any part thereof, without the previous consent in writing of the City Council. I1 the Contractor shall, without such previous written consent, assign, transfer, convey, sublet or otherwise dispose of this contract, or of his right, title or interest therein, or lose or 6e deprived of the same by operation of the bankruptcy laws or insolvency laws, or in any other manner whatsoever, then and in any such evert this contract may be revoked and annulled by the City Council at their option and in their absolute discretion, and if so revoked or annulled, the Ctty shall thereupon be relieved and discharged from any and all liabilities and obligations azising out of the same to the Contractor and/or his assignee, trustee or transferee, and no right shall be acquired by any such assignee, trustee or transferee, or any one claiming under them or any of them, either at law or in equity, to make or asset any claim ar demand whatever against the City, whether !or monies due or to become due under this contract, or at herwise whetoever. 21 AGREEMENT 3 3. That the words "City Council", "Engineer", or "City Engineer", and "Contractor", when used in this contract, and/or the bonds accompanying the same, have the same meaning as when said words, or any of them, are uxd in the plans and specifications for the work herein mentioned and described, as said words are defined in said specifications. 4. That this contract shall be binding upon the City, its successors or assigns, and upon the Contractor, his executors administrators, successors or assigns. ELEVENTH: That the ContraMor agrees, pursuant to the provisions of the Labor Code of the State of California, to pay not less than the general prevailing rate of per diem wages and not less than the genera! prevailing rate of per diem wages for legal holidays and overtime work, for each craft or type of workman needed to execute the work under this agreement, as ascertained by the City of Rancho Cucamonga, said provisions to be applicable to pay for all workmen employed either by the Contractor or by any subcontractors doing, or contracting to do, any work under this agreement. Said rate and scale arc on file at the City Offices, and copies may be obtained IN W1TNE55 WHEREOF, the said City of Rancho Cucamonga has, by order of its City Council cauxd these prexnts to be subxrlbed by the Mayor and the Seal of said City to be affixed and attested by the City Clerk, and the sold Contractor has subscribed his name hereto the day and year first above written. CITY OF RANCHO CUCAMONGA Mayor uy of Rancho Cucamonga ATTEST: i :%~~r~a % C[ty Clerk, Clty of Rancho Cucamonga CONTRA TOR: ~~ $QBERT T, LSCC'D~RO, PRL•'SIDENT. 22 AGREEMENT 4 Approved as to form and execution this~~_day of ~. ~..,"~ 19~~ rty Attome ~ ... ................... C' y, City of Rancho Cucamonga 73 AGREEMENT 5 BOND / '~~p6~ PREMIUM S o2~ ~~`f• DU FAITHFUL. PERFORMAN BOND KNOW ALL MEN BY,7HESE PRESENTS: THAT ~ ~~N.L-!t. ~Y.e/i~.Pv ail ~ ~a.~ as principal, and CUVflU~NI MUTUAI INSURANCE,CUM2ANY as Surety, are held and firmly bound wto the City of Rancho Cucamonga, a mwicipal corporation, in the just and full amowt o ~ ~ r ~. E~ for the G'I1C t~-~fc..C ~,, djf~~0 (words) payment whereof we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly 6y these presents. Given under our hands and sealed with our seals this • ~ ~ ~ day of ~-~__ 4~ _ . 19~~, The c~onditi~on of the foregoing obligation is such that, WHEREAS, the above-named principal is about to enter into a contract with the City of Rancho Cucamonga whereby said principal agrees to construct street and drainage improvements in the North Town area including removal, earthwork, paving drainage structures, pipes, curbs, gutters, sidewalk, adjusting manholes to grade and appurtenant work, as provided in said contract, which said contract is hereby referred to and made a part hereof to the same extent as if the same were herein specifically set forth; NOW, THEREFORE, if the said principal shall well and truly do and perform all things agreed 6y it/him in said contract to be done and performed, then this obligation is to he void; otherwix to remain in full force and effect; PROVIDED, that for value received the wdersigned stipulate and agree that no amendment, change, extension of time, alteration or addition to said contract, or agreement, or of any feature or item or items of performance required 24 PERFORMANCE BOND 1 P A -J O T O p N V u a N y~ Q W W~ P d W U L_ y Q u E o m a ~ p N L `. / 3 P 4 V f T O « r O ` E Z LL 0 'O S __ p, a a « O ~ P n ` o u o 0 Q " `o v ~ U s ' i ~ - m ~ y E „t c c , O s ; A J 9 Q m p 4 ~ 0 L a ~ w v o := t ~ s m 3 C V q ~ O '" H n ~ 'O 4 O 2 ^ U 4 N 4 R ~ d '. ~~ P d ~ _ ~ O r 1:.~ f _ ~ S a m ~ u ` l O O D f _ y[ q N h ~ O ~ a ~~ ~ \\ ~ ~ r~ therein or thereunder shall in any manner affect the obligations of the undersigned under this bond; and the surety does hereby waive notice of such amendment, limitation of time for bringing action on this bond by the City, change, extension of time, alteration or addition to said contract or agreement and of any feature or item of performa/nc/,e~/ required therein or thereunder. WITNESS our hands this ~ day of ~~_, 19 ~~~~ 8 RODERT LCrI'OGRO INC. 36Ja IGOi FALL BLVD. Pri icip ~ gy .u~ $ BERT T. ES UDERO, PRESIDENT and APPROVED AS TO FORM: COVENANT MUi „ I$URAN~E ~ ~''f1' ret By , Arthur 7. ement, Jr. AnoRN - -FAC. Date City Attorney 25 PERFORMANCE BOND 2 COVENANT MUTUAL INSURANCE CDMPANV Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BV THESE PRESENTS: That COV ENANT MUTUAL INSURANCE COMPANY, a corpvapon of the Stow of Connecticut, does hereby make. constitute and appoint Arthur J, Cl °IIIBpt Jr. its true antl lawful ACtorney ls)~in•Fact, with lull power and authonry, for dntl on behalf of the Company as surety, to execute and tla~iver and affix the seal of the Company thereto. if a seal rs requireQ bonds, untlertakmgs, rec0q~ mzances, <onsen [s pi turetV or other wntten pbliga [Ions :n [he nature Hereof, as follows: Any ono ad bonds, and<rtakings, recogmzances, conunts of turery or other written obuga eons In the nature thereof m an unlimited amount. and to bind COVENANT MUTUAL INSURANCE CO MPANV thereby, and atl of Ha aca of said Anorney lshin-Fact, pursuant to then presents, are hereby ratified aptl cOnfilmed. This appmntment is made under and by authority of the following prpvivons of secuon 72 of the Dy~laws of the Company, which afe now in full force antl effect From wine ;o wine the board may impou such adtlitional du[ies and confer such further authority upon any or all of He officers as it may in its discrenon datermme including, without limitation or characterization, dUthOrlty f0 C%eCU(e by IdCSlmie tlgnd(Ure pr lacsim Ile vgnaturet, and deliver or cause or author¢e any dpy apppmted agent to ea:iver in He name and behal! of the corporauon any polity, contract, bond, untlertaking, consent of surety, recpgnl zdnce, general dr soec ial power of attorney, cerL hcatm4 attestation, or ONer instru~ mvns. ail wqh or '.vr.nout the seal of the corpprarlon, Ou[ d unoer seal tp evidence such seal by physical im~ pression or by facs:m Je or by any other appmpnate method. Thu paver of attorney is signed and waled by facsimile untler and by Ilse authority df the following resolutions atlopted by the Directors of COVENANT SIUTUAL INSURANCE COMPANY at a meeting duly calletl and hem on Marrh 12, 7973: ' RESOLVED: That any bond, undertakmq, recognisance, consent of surety or wntten obligation in the nature thereof shat l be valid and hurtling upon [he Company when signed by the Prendent or any $enmr Vice Presitlent ar Vice Prnident and duly attesud and sealed, If a seal uregmreQ by any Secretary or Assutan[ Secretary or when flgnetl by the President or any $emor Vice President or Vice Prendent and c0unrersignetl antl sealed, rf a seat a required, by a duly au thonzeo a[mrney~lmfac; or agenq antl any such bond, undertaking, recognisance. cpnur.i of surety or wit ¢en obhgauon in the nature thereof shall be valid and binding upon He Company when duly executed antl sealed, :f a seal Is requred, by one or more attorneys~indact or agents pursuant to and within He limits of the au[hon R' 9rantetl OY his pr their power or powers of attorney. FUgiHER RESOLVED: That the signature of any officer aushorized by the bylaws and He Company ual may be affixed by tam mile to any power of attorney or ssxrpnl power of a¢orney or carnficatipn of •nhaz gwan for ilia exanuhon of any bond, untlertaking, recognizance or oMer wntten oDligaton in Ha nature ihare• of: such signature antl seal, when so uud bring hereby adopted by Me Company as trio original signature of such off leer and the original seal of the Company, tp be yawl and binding upon the Company with the same fora dnd effect as Hough manually afhned. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has cauud these preunts to be signed by its proper officer antl its corpora to soot to be hereunto atiixetl this 22nd day of March, 1973. COVENANT MUTUAL INSURANCE COMPANY 8Y tl • Vice Presid t Attest 1 ~, f~ `~t ~ ~~ ' Assistant Secretary ~~~~~ , i i~,i. e STATE GF CONNECTICUT ~ i ll; COUNTY OF HARTFORD I •',yetjW'a a'aaf On this 22nd tlay of March in trio year 1913 before me personally came Francis W. P:Ifrey, Jr., and James E. Wrtkins ro me known, who being by m¢ duly sworn, did depose and fay; Hat [hey resiAe in the Snt< of Connecncup tMt Hey arc respecnveiy Vice Presdent and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPAN V, Me corporauon deicnDed In and w11¢n executed eta above instrumenq that Hey know the ual of said corporation; that the seal alhxetl to said instrument rs wch corporate ual, Hat rt was so affixed by authority of their olf¢e untler the bYaaws of said corporauon, and that they vgned their names thereto by Ilke authonry. ri(ssp TA AY ^i; Nourv v„°e. •: ;: A ~'~ 0 x a My commission expires Marti 31, 1978 ar0°r~tt~c°~ ~ CERTIFICATION ..., I, Vera C. $prtko, Assstant Secretary of COVENANT MUTUAL INSURANCE COMPANY ttndV Hat the lore9oin9 Power Of attorney, (he dtgvngcntM prgvib dns df SICriOn 72 Of Ih¢ b¢IdWf dnd Ina fetolU rlOrit Of the 1)Olld of Duecton of Mar<n 12, 1973 have not been aondgetl or revo Ned and are now in full force and effect. Signed and waled at Hartford, Connecticut, this 4th day//f AU9USt /, 18 8U "U~lt 4 ~ ~~~n Assistant Secre ~ y t D. ~GONTRACTOR'~ BOND KNOW ALL MEN BY THESE PRESENTS: 0 THATn(~n~tuu~[[du~l~~~~~oitF''f~" ~, ~~~~~/pp.~~~p~1~ft~~:.(-O ~~j,~°~r~ as principal, and ~~,~ LLLILIWtI•.p1~1~N~~a1aUNIR~E CUIn1"ANI as surety, are held and firmly bound wto the City of Rancho Cucamonga, a mwicipal corporation, N the just and full amount of for the payment whereof we hereby Dind ourselves, our heirs, executors, administrators successors and auigns, jointly and severalty, firmly by these presents. ~~ Sa/~ Given under our hands and sealed with our seals this ~~day of L:,~ U - 19_~~ ~~ The condition of the foregoing obligation is such that, WHEREAS, the above-named principal is about to enter into a contract with the City of Rancho Cucamonga whereby said principal agrees to construct street and drainage improvements in the North Town area including removals, earthwork, paving, drainage structures, pipe, curbs, gutters, sidewalk, adjusting manholes to grade and appurtenant work, as provided in said contract, which said contract is hereby referred to and made a part hereof to the same extent as H the same were herein spedfically xt fortht NOW, THEREFORE, if the said principal or its/his subcontractors fail to pay for any materials, provisions, provender or there supplies, or teams used in, upon, for or about the performance of said work contracted to be done, or for 26 CONTRACTOR'S BOND 1 any work or labor thereon of any kind, or for amounts due under the - Unemployment Insurance Act with respect to such work or labor, the surety -- will pay for the same in an amount not exceeding the 'sum hereinabove specified, and in case suit is brought hereon, a reasonable attorney's fee to be _ fixed by the Court, otherwise this bond shall be void and of no effect; PROVIDED, that no amendment, change, extension of time, alteration, or - addition to said contract, or agreemart, or of any feature or item or items of - performance required therein or thereunder shat in any manner affect the obligation of the undersigned on or under this bond; and the surety does hereby waive notice of such amendment, limitation of time for bringing action on this bond by the City, change extension of time, alteration or addition to said contract or agreement and of any feature or item or items of performance _ required herein or thereunder. This bond shall Insure to the benefit of any and all persons entitled to file claims user Section 3181 of the Civil Code of the State of California, and shall give a right of action to such persons or their assigns in any suit brought upon this bond. 27 CONTRACTOR'S BOND 2 E =o a E w W 2 'O "_ ~ a O~ ._~° Q `o ~ b C P .n U O v ~ E ~' ° ~`« o c "~ / a m 3 m a U~._ ~~: o o ~ s u LL 1 ~ 0~ _ G ~ 9 -- P a " N o ~ m d r O L y Q Q ~ 4 S Q _ „U~ f ~ v c°~._ ~ v °' E b ~ = q 8 N m N a ~ ~ a 9 o m d m ~ __ b 9 ~_ N . y `e ~ 3 ~ ~ ,a ?' o~ v m c o a U °r S a~x o S _ _ o 1 ~ ~ o = V 3 E a T " a t~ T V ~ t ~ o Q {E. v m $ F 'm P =wn m ~:. - '~ •49•~ '~ - WITNESS our hands this day of ~llf!i_. 14 ~ &O - ~0 _ROB''1?T ESA'.'^ERO INC. 86J? '.~ :I:!L'ELVD. I A~CItC£C~tliA. GA 91214. Principal G //~J ~~ ~~,, ey !'/ ~ lam/ OIIERT T. ES L'PLRO, PRESIDENT and Artf APPROVED AS 70 FORM: Date ey.. ., City Attorney 28 CONTRACTOR'S BOND 3 COVENANT MUTUAL INSURANCE COMPANY HarMvQ Connecticut POWER OF ATTORNEY KNOW ALL MEN BV THESE PRESENTS: ThatCOVENANT MUTUALlNSURANCE COMPANY, a corporation of the State of Connecticu6 does hereby make, constitute and appoint Arthur J, Cl en>ent Jr. its true and lawful Attorney lspimFact, with full power and authority, for antl on behalf of the Company as surety, to execute and deliver and affix the seal Oi the Company thereto, it a seal a required, bands, undertakings, remq• mlances, conur.[s of surety or other written oobga u0ns in the nature thereof, as follows: Any and all bontls, undertakings, recogmzances, consents of surety or other wri¢en abliganons in the nature tnereol m an unlimited amount. and to Cind CCV ENANT MUTUAL INSURANCE COMPANY [hereby, antl all of the acts of said Attorney(s)•in.Fact, pursuant to [hest presents, ate hereby ran hed antl confirmed. Thu appointment is made under antl by authority o} the following provisions of secugn 12 pf the hydaws of Ne Company, wn;cn are now m hull force and effete From hme to time the board may impose such addiponal duties and writer such further authority upon any or a`I of the oftlcers as h may in its diacrenon dnermine including, without limitation or characterization, authority ro execute by Ncsimile signature ar facsimile signatures, and deriver or cause or authorize any duly appointed agent ip deliver m the name and behalf or the cofporation any poLCy, contract, bond, undertaking, consent oI surety, :zmgnizance, general or special power of attorney, tern hcation, attestation, or other mstru~ meat, all with or wi utiout the seal of [he corporation, but d untler seal Ip xv:tlence such seal by phyucal ;m~ presimn or by facsim ae or by any tithe! appropriate method. This power of attorney is vgned and sealed by facsimile untler and by the authority of the following resdluupns adopted by the Oirecers Of COVENANT MUTUAL INSURANCE COMPANY a[ a meeting duly called and held pn Marcn 72, 1973: RESC WED: That any bond, un0ertaking, racognisantt, consent of surety or written obligation in the nature Ma?of shall be valid antl bmdirg upon the Company when signed by the President a any Senor Vice President or Vice President and tlwy attested and sealed, it a seal is requred, by any Secretary or Assistant Secretary or when signed oy the Presitlent or any Senior Vice President or Vico President and countersigned and sealetl, rf a ual is requued, by a tluly au;hanzed attorney~imhei or agent: and any such bond, undertaking, recognizance, cpnsent of surety or written obligation in [rte nature thereof shall be vabd and binding upon the Company when Ouly executed and sealed, if a seal is repmred, by one pr more attorn¢ys~imfac[ or agents pursuant to and within trio hmi[s of [he au [hpnN granted by his or then power o1 Powers of attorney. FURTHER RESOLVED: That the signature of any oMicer auNonzetl by the by-laws antl the Company seal may be affixed by facsimile to any power of artorney Or specal power of attorney or eertilieation of tithe glum for Ne execution of any barW, undertaking, ncogn¢ance or other written obligation in the nature therm oF; men pgnature and seal, when so used being hereby atlopted 6Y [he Company as the original signature of such officer and the original seal pf the Company, [p be valid antl binding upon the Company with the same force and effect as [hougn manually a(hxetl. IN WITNESS WHEREOF, COVENANT MUTUAL INSUR AMt.[ COMPANY has cauutl these presents t0 W tigned by its proper pooer and tts corporate sea! to 4 hereunto atUaeO this 22ntl day o} March, x973. COVENANT MUTUAL INSURANCE COMPANY By 7 /, /~.~..~!- Vice Presid t Assistant Secretary 1~~, •~'° STATE OF CONNECTICUT ~ Z~,r; $ u: COUNTY OF MAHTFORO s~YO~t a.+aa On thn 22nd day of March m Ne year 1973 before me personally came Francis W. Palfrey. Jr., and James E, Witkms f0 me known, who being by me duly sworn, did tllpofe and say; [not IheY resi0e in the State Of Connecticut: the; they a<respentively Vice PreYtlent antl Assistant Secretary of COVENANT MUTUAL INSU RANGE COMPANY, the corporation Oe¢nbed in and whrth executed Me about msgrumenr that they know the seal of saitl corporation: loaf Ih! SNI affixed tp Said ~n4tfument is Such corpora t! seal; that rt was so dfhxed by dulflpnty Of [stir Olhce under Na bµlaws of said corppration, and That Ivey tigned their names thereto by like au lhonry. e...y..... ~1~7 _/.-~ / f%' e :a,'rp TA 1} {. ( vaurv v,ue< i<; ei ;; A ~•- ~ ; i ~ My rommnsion expires Marcn 31, 1978 f0.........~t i !+eene CERTIFICATION I, Vera C. Sprtkb, Asp shoot Senetary of COVENANT MUTUAL INSURANCE COMPANY cerpfy that the foregoing power of attorney, the abovo-ncnted prov~s.oni of $ec:~~on 12 of the bydawi antl the resolutions of the 8oud of Ovectors of Marco 72, 7973 have not been abridged ur revoked and are now in full force and effect. Signed and ualetl at Hart/ord, Connecncut, this 4th day of August 1B U..Ih 2 G ~ro.[.GJco Assistant Secre ~ y WORKMEN'S COMPENSATION INSURANCE CERTIFICATE The Contractor shall execute the following form as required by the California Labor Code, Sections 1860 and 1861: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen'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 the work of this contract. ROL+ERT E.SC!'DERO INC. O 3633 fCShiiLL BLVD, Date:. ~ ~~, ~ ~~ ~ ~ ~ ~ ... , ~ . ~A .C"ncSCENTA, 9A, 91~1~ . (Contractor) ~~j~ ( ignatu ) $OBERT T. ESCUDERO, PRESIDENT .....~.~. (Title) ~ ~~ Attest: By,. ,,... ,. (Signature) 29 ~ OFFICE OF COC:1'/.'lITY DE;'ELO?;lE;lT COA'tUVITY DEVELCP:IT:IT BiOC!: G.297/T PPCGjL:(f r SU6C0(TRACTOR'S CcoilFiCATI071 COOCt-R'1I(7, LFBC~R S7Af:DARDS A?;D 7P,EVAILIRS ;;AGE REQUIREFIENTS r ' TO (Agpropr'a ce .4edpiea LS): I GATE ~ I f ~ L ~ ' I nRO.TECT ti(.?!BER (I: any) CJO PA0.TcCT :7A!`fE A. ," ~~n..:n '= .-r~ ~_ 1 4' ) i , i ~ 1. ^ahe undersigned, havinS executed a contract with { ,.`~~ , , ~ :~ (,( ~ jE•y ,,,""y _.,, foz~~ (COntrac toz or Eubccnt:actor) ,J (":ature of t4ork) in the amount of $ I '~' `.370 "'EA i ) in t1e construction of the above-identified project, certifies that: r (a) The Laboc Standards ?revisions of The Contract For Construction are included in J the aforesaid contract. (b7 neither he nor any fin, corporation, partnership or associatiar. in which he has a substantial interest is designated as an ineligible con L-actor by Che ComptrOlle General of the L•n ited States cursuant to Section 5.60 (b) of the Regt:lations of ~ the Secretary of Lacbr, part 5 (Zg CFR, Part 5), or pursuant to Section 3(a) of the Davis-Bacon Act, as a.^~ended (40 U.S.C. 1i6a-1 (a)J, , (c) t7o part of t.`.e aforementioned contract has been or will bz subcontracted to any subcontractor ii such subcontractor or any fire, corporation, partnership or association in which such sa.~•contractor has a substantial interest in designated - as an ineliSffi1e contractor pursuant to the aforesaid regulatory or statutory provisions. 2. He aSrees to obtain and forwaz3 to the contractor, for transmittal to the recipient, wil_hin'ten days after the execution of any lower subcontrac_, a Subcontractor's ~ Certif?cation Concerning Izbor Standards and prevailing Wage Aequirunnits, uxacite3 by the lower ties subcoatractor, in duplicate. (a) The workmen will report far duty on or about I (Date) ]. Ro certifies that: (a) The local, name and the bus~,n ss add-ass of the undersigned are: I~a~bl i,~„ , 1 Y, I U) A OTHER Page ! of 1 J I ~ ' J (e) Tne name, title ana aaaress of the owner, partners or o:ricers oc the urders icnei L re: J 3 1 J N.1`iP TITL- n00 P~5$ ~a~ me nacres ana acc:esszs oz ail otter persons, both natural ana corporate, having a substantial interest in the uadezsigred, and the nature of the interest are ( ~ (e), The oases, addresses and trade classif icacions of all other building constructio cgntzgc tors in which the undersigned has a substantial interest are (if none,. so (Subcontractor) . (( _ F) \ f 9F: ~r ,~; ~..II ': ,j[_ .( ~~,~ ..4 \1'1 •C,f~ ~ 1 ~`q`i .~Fl:~ C`~;. ,1r\F~ (5 ie na cu ~e)f (Typed Na ^.e and Title) .lAR"11(16 G.S. Cr vnal Ccde, Section -'010, Title 19, U.S.C., provides in part: "t:hoevzr,..... ..-.es, pz sses, utt=_rs, or pcb:is ehzs anu s[z "_enen t, kncwinc the sane to be false.... shs '! b^ finefi rot ro:a than >5, 000 or `.::priso.wd not n_re t.ian two uea r, or bath." r .pro?. r.'UJ/:Ci - !Cli (!!/i/iC-ta.) J I r ~ ~~-. CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING ~ `DUAL EMPLOYMENT OPPORTUNITY nruc or rwwc can rw.crow •no/ccr no. 1 r INSTRUCTIONS This ceAifi<ation if required pursuant to Exeeulire Order 11706 (20 F.R. 12319-25). The implementing rules and reyulahona provide that any bidder or prospective confractoq or any of their proposed svb<on uacton, shall state os <n initial part of the bid ar negvtiotions of the cantreet whether it has participated in any previous contract or wb- eentrad aubjtet to the equal eppoMnih douse; and, i( sa, whether it hos filed oll compliance reparn due under applicable instrvctians. ' 176ae the eemificotian indicates That the subcontractor hoa not Sil<d a compliance report due under oppli<able in- slsuatians, svcb subcontractor shall be required fo mbmit a compliance report before the owner appravo the sub- eomnct or permip .ark to begin under tha sub<annopt. SUl CONTRACTOR'S CERTIFICATION i 1 I / ` / / $ubaonheefar's Name: r/` t -~ ~( '1 r1 (~ ~~(' I ~"t' ~_~ 1 l 631 IY' { ~\ lei ~l ~`f G, (~'trc ~ _ J 1. Bidder has participated in a Drsriaus eontrad or aubcantraet mbject to the ESual Oppdrmnity Clause. ~ Yes Q Na [] L Complionee repom were r<gvGed to be tiled in <onu<nian with such contract or subcontract. Yes ~ No ~ r 0. Bidder has filed all <ompliancr reports due under applicable in sirvctiana, including SF•100. Yea [] Na ~ None Required 0 _ -1 /. I(wsner t0 item 3 is "No," pleas explain in detail an reveH• fide of this cerli (i<otion. ' GAi(ica~ion -The information above is Irve and <emplete to the bes3ol my 4no.+ledge and heliei. (~.y/ a nsuc .na nnc ar ncncn IYlrur Trn4 . ( ~ucnArunc wsR ,. i 1 b 5 M N N r n 3 a w m ~ n 0 ~~ v x v o H P h N M rt n r n CITY OF RANCHO COCANONGA POST OF'FIGE HOX 793 9360 BASc LINE RANCHO COC ADIO::GA, CA. 91701 PHONE (714) 989-1851 NOTICE TO CO:ITP,ACTORS • PROPOS Ai. ANO CONTRACT SPECI FICATIDNS ANO SPECIAL PRO VISIONS for EP7ERGENCY RESTORATIOiI AND. REPAIRS at Hellman Avenue South of Sth Street Llnvd Huhb:: City f:n~inccr .:i i ^r TABLE Of COf1T EiITS CCtlTRACi COC L'CI EIITS ~ pa r,e tic tice Inviting Bids AA-1 [hru A-3 Pro no sal B-1 th ru B-5 Contract C-1 thru C-3 Labor and Material Bond ~ ~ CA -5 ' _ STA;ICAFD SPECIFICATICMS & STAtiOFP,C DP.AiII;IGS SS-1 ~. 1'CDiFiC"~.TI C.15 TO STA^DARD SP ECIFICAT i01i5 SS-1 SECii0;1 2 - SCOPE AlID COi1TROL OF THE V10RK 55-1 2-1 Award and Execution of Contract SS-1 ~ 2-1 .1 Proposal 55-1 ' ~ 2-1.2 Examination of Plans, Specifi- SS-2 ' ca ticns and Project Site ' 2-1.3 Interpretation of Drat~ti ngs and SS-"c ~~ - Documents '~ ~ 2-1.4 Award of Contract SS-2 .. 2-1 .5 Execution of Contract SS-3 ,' ~ 2-5.2 Contract Documents SS-3 SECT IC;I 3 - CHA;IG ES III WORK 55-a 3-5 Disputed S;o rk SS-4 3-5.1 ,Retention of Imperfect I•la rk SS-4 ~~ SECTi 0;1 E - PRCSECDTIO;;, PROGRESS .4IID ACCEP i~:;:CE CF VIO PY, c<_q 6-1 Construction Schedule and Cemmenc em~ent 55-4 ' ~ of 4k rl; • ~ 6-8 Comple[ion and Acceptance SS-5 -• SECTI O;t 1 - RES"r OtIS ISILIT IES OF THE CO11TRAf,T OP. SS-5 • 7-1 Contractor's Equiprrent and Facilities 55-5 7-1.1 Contractor's Responsibility for LIcrV, SS-5 • 7-7,2 tlotice and Service Thereof 55-5 7-1.3 4larranty of Title SS-5 7-3 Liability Insurance SS-J 7-5 Perri t; SS-i 7-E T'ne Cnn trot tot's P,ep resen L~tive SS-1 i y i , "' ~ 7-10 Public Con ve':i ence and Safety 55-7 7-10.1 Trai'iic and Access SS-7 7-10.3 Street Closures ,Detcurs, Barri- SS-8 cades ~ ~ 7-10.4 Public Safety 'SS-9 7-10.5 Emergency Provisions SS-10 SECTION`! 9 - hIEASUREh1EPIT AND PAYMENT SS-10 9-3 Payment ~ SS-10 9-3.2 Partial and final Payment SS-10 ~ 9-3.5 Work Performed Without Direct SS-I1 Payment SPECIAL PROVISIONS ' ~ $ECTIUiI A - CONTRACT DRA4IIMGS 8 DESCRIPTION $p_1 • SELTiCN B - GEPlERAL NATURE OF .THE ViORK .SP-1 SECTIOiI C - TIi•IE OF COMPLETION 8 LIQUIDATED DAi1AGE5 ~ SP-2 SECTION D - PERMITS ANO LICENSES SP-2 - SELTI0.1 E - PUBLIC CONVE?liEiICE AND SAFETY SP-2 ' SEC'T'ION F - COOItDIP•ATION WITII U1'ILITICS hNIJ OTIIEIt ACENCIt:S SP-2 SECTION c - DEFIIJiT10~1 OF PROPOSAL ITE!1S SP-2 - ~ Item 1 -Removals, Clearing, Grubbing Sl'-3 - and Reconstruction. ' Item 2 -Excavation and Asphalt 8 P.C.C. Pavement 51'-4 Removal Item .3 -Asphalt Concrete Pavement SP- 5 _ Item 4 -Class 2 Ag~.lrega[e Base. SP-6 Item 5 -Concrete 12'Curb w/24"Gutter 5p_6 Item 6 Concrete l2"Curb Only SP• 6 Item 1 -"oncrete Sidewalk & Wheelchair Ramp SP- 6 1 tent A Concrete Drive Approach SP- 6 (tent D Tencrete Cross Gutter Incl. Integ~nl Curbs $P•`~6 Item 10 '.onc mlr, Masonry Bluck Wall SI'-6 I tP.lll I1 -Reconstruct Fx fisting Concrete Driveway $p_ 7 ' Item 12 -4sohalt Concrete Dike $p_ 7 Item 13 - P. C. C. Pavement ~ ~- SP- 6 PItOJ F.CT SllIFIUAItU D17~11'1 R1G:i n .. NOTICE INVITING BIDS FOR EMERGENCY RESTORATION AND REPAIRS Hellman Avenue South of 9th Street DESCRIPTIONS OF WORK: The work includes but is not limited to the clearing and grubbing and excavation for the reconstruction of curb, gutter, sidewalk, ~ block walls and A.C. and P.C.C. pavement within the job limits as indicated on the plans, All work shall be accomplished in conformance with the plans and specifications. RECEIPT OF PROPOSALS: Bids will be received at the Office of the City Engineer, City of Rancho Cucamonga, 9340 Base Line Avenue, Suite B, Rancho ~ Cucamonga, California, 91701, until Aua sc 21 1980 OBTAINI"JG CDNTRACT DOCUMENTS: Plans and contract documents may be obtained at the Office of the City Engineer, City of Rancho Cucamonga, 9340 Base Line Avenue, Suite B, Rancho Cucamonga, California, 19701. • PROPOSAL GUARANTEE: None required A Surety Bond for payment of labor and materials will be required in the amount of one hundred percent (100ro) of the estimated total contract price in the form attached to the contract documents. Said bond shall be issued by a company having a rating of A+AR or better. i COMPLETION OF WORK: All work under this contract must be completed within working days following award of the contract. Failure ~ _ to complete work within the stipulated period will result in the assessment of per day in liquidated damages. INSURANCE RE UIREidENTS: Pursuant to the rzquirements of Section 1860 of the Labor Code Chapter 1000, Statues of 1965), Contractor shall take out and maintain, during the life of this contract, workmen's compensation insurance for all his employees employed at the site of improvement, and if any work is sublet, Contractor shall require subcontractor similarly to provide workmen's compensation insurance for all of the Tatter's employees. Contractor ~ idemnifies City for any dama qe resulting to it from failure of either Contractor er any subcontractor to take out or maintain such insurance. • n u A-1 ~ ~ Public Liability and Property Damage: a. The party contracting with the Contractor for this work shall be understood to be the City of Rancho Cucamonga, but this understanding shall in no way alter the obligations of the Contractor or his * surety (ies) to other parties identified herein. b. Simultaneously with the execution of the contract, the successful bidder shall furnish satisfactory proof by certificate or otherwise as the City may require that he carries all of the various insurances set forth in paragraphs A, B, C and D of Section 7-1.12, of the State ~ Standard Specification, Au toino bile liability including Plon-Owned Auto Coverage. c. The limits of such coverage shall be: 1. Bodily Injury Liability $500,000 Each Person $1,000,000 Each Occurrence ~ Property Damage Liability $250,000 Each Occurrence $500,000 Aggregate 2. A single limit for 8o dily Injury Liability and Property Damage Liability combined of $500,000 Each Occurrence $500,000 Each Occurrence d. The City of Rancho Cucamonga, and their respective agents, officers, officials and employees shall be included specifically in all indemnifications required by this Section, and they shall be included specifically as additional insureds along wf th the other parties ~~• identified in sub-paragraph (2) of paragraph A. e. The Contractor shall require the subcontractors, if any, to take out and maintain such public liability and property damage insurance in the amount here inabove set forth. - f. All above listed insurance shall be maintained ,by the Contractor in full - force and effect during the entire period of perfo nnance under this contract. C1T'!'S R:f,HT RESEP4E D: City of Rancho Cucamonga reserves the right to reject any or all Uids and or o,ai ve any informality on a bid. The contract will be ao~a riled to the lowr_st qualified bidder that can complete the wort, in the shortest possible time. All o,o rt: to he door. and er ttm direct supervision of the City Engineer, City of Randro Cucamo n•ra, California. Er. plover payments other than those itemized therein, as defined in Section 1773.1 of Cho Labor code, arc to be paid in accordance o-~i th the terms of the Collective bargaining aq recmmit applicable to the type or classification of the workmen or mechanics employed on the project. A-2 i Copies of all collective bargaining agreement relating to the work as set forth in the aforementioned Labor Code are on file and available for in<_pection in the Office of the Department of Industrial Relations, Division of Labm- Statistics and Research. 6y Order of the Council of the City of Rancho Cucamonga, California. v V 'I oyd B. Hubbs City Engineer LB R:deb y -~. ., ~ ~, A-3 ~ PROPCSdL TO TIlE CITY OP RAfiCNO CUC,lHORGA FOR E'1ERGE~iCY RESTORATIONLL A''ND REPAIRS TO HECLMAN AVENUE SOUTH OF 9th STREET Name of 9iddar i/:f..W ~.fl~v f'/'~'. _~!r (` Business Addcess~//',(~~L'~%j ~,fcl- / LL~~/// ~/~~-p /~~~~~F/fl~f/~ 9/~r~~~ Phone Nu:.:b ur .~"7-rf "J` /~r/ Place of P.esidence~d ~a-J ~'-T~~~/~~ "fi~~/~~ LOCATION The work to be done and referred [o herein is in San Eernardine County, State of CaliEo rnia, in the Ci Cy of Rancho Cucamonga, at locations as shown and descri5- ed in Plans Hellman Avenue South of 9th St -eet ' and shal'_ 6e cons trotted in accordance with the Special Provisions (inc'_udir,g the payment of not less than [he min inure wage rates on file with the City and the ton er ac[ annexed hereto and also in accordance with specified City of Rancho .. Cucamonga and San Bernardino County Standard Plans, the Standard Specifications • ~ for Pu'~l is lr arks Construction (1979 Edition). :.r _ The nark co be done is shown upon plans entitled emergency reStorati0n and ~.~ . repairs to /,//nHel/l/~mJan Aw//e//nue South of 9th Street Approved: O"~I/Ol+ ~~//1"pf.[Qf~~- To the Cicy of Rancho Cucamonga: The undersigned, as hidde r, declares that [he on 17 persons or parties in ce:es[ed in this proposal as principals are chose named herein; chat this , proposal is made wi [ho uc collw ion with any othec person, 'firm, or corpora- • ~ ciao anJ in suba itCL:g this proposal, el:e unde cs igned bidder agrees that iE w it is de ce rmin ed [hat he is the successful •bidde r, he will execute the nvn- ec llusion nffidav i[included'herein; that he has earn Fully examined the location of ehe proposed wo r4;, the annexed proposed form of contract, and ~, the plans therein tef erred to; and he peeposes, and nsrees if this proposal is accepted, that he will con tr ac[ with the Cicy of Rancho Cucamonga, in the ~, for:.i oC the co;•y of the cn retrace Anne::c:l he re tp, Co provide all necessary *. maehin cry, Cools, apps rn tus and oehnr means nC construe Bien, and Co do all ' the uo;k ;md Eucni;:'u a1J [;~,c mn tvrials spa ciEi eJ in tha contracC, in Che mauncr and tic" c;~.ure in prescribed, and according en Che reN uire men is of the Enr in ca: n:: cl;c resin set for:.h, a»d Chet he Will take in Cu 11 payment therefor [he Co Llv.+ing i[c:'. price„ ev wit: ~ . nt•' o t !~ ~~~ • I TEN ITEM UNIT OF ESTIMATED ITEM PRICED TO7AL N0. MEASURE QUANT Y I T (IN FIGURES) IN FIGURES P.C.C. Curb and Gutter ~7 / A ~oC _, I Removal L.F. -30~ Construct P.C.C. Curb and 2 Gutter - 12" FF., 24" Cute L.F. 300 __ Construct cross gutter and 3 sPand ral including int. curb S. F. 640 Construct 0.1'+ ID-AR-4000 , 4 A.C. overlay, S. F. ~-3289- ! ~. Construct 0.25' IC-AR-4000 "s 5a A.C. Base Pavement S. F. 5600 ~ ,~ ~„ ~, Construct .33' Class II 5b Aggregate Base C.V. 70 -~ .. . 6 Remove Existing A.C. Pavement s. F. 5600 ~ ~ .~. ~ • ~. .;~ ~ 1~~ . TOTAL ( IN WORO5) - ~ ~~ ~ ~ ~ ' - '/ ? -~f ~ - Ilars • B-2 • Pids me required Lor Cite en [ire work. The amount of the bid for com- parisun purposes twill be the co [al of all ice ms. The Co cal of unit basis ice ms will bn determined by extension of the iteia price bid on the basis of Cho estimn Ced Guan tity set forth for Che item. 1'he bidder shall set forth £or each ices of wo r.;, in clearly legible fi;ure s, an item price and a total for the item in the respective spaces provfdeu inr this purpose. In the case of unit basis items, Che amounC seC forth under the "Total" colucm shall be tbz extension of the item price bid ~.~ on Chn bnsia of the cs ti ma [zd quantity far the icem. In case of discrepancy bet::.:en the item price and [he total set forth for [he icem, Che item price shall prevail, provided ho:aever, if the amount sec forth as an item price is ambiguous, uni nte'_ligi6lz or uncertain for any cause, or is omitted, or in Che case of unit basis items, is the sane amount ~ ° as tha enCry in the "To [a 1" colwnn, [hen the amount seC forth in [he "Total" ', column for cha i[e^ shall prevzil in accordance wi [h the following: (1) As to luny sa'n items, the amo un[ set forth in Che "Total" co lunm - shall be the itam price. ' ~:~ (2) As to unit basis items, the amount set forth in the "Tota 1" colunut ' shall be divided by [he estinta [ed Guan [icy far the item and [he price thus " ' ob coined shall 6e [he item price. ^r ~, If [his proposal shall be accep Ced wad the undersigned shall fail [o ~~' con Cracc as aEe re said and [o give [he bond in Che sum to be de[erai ned, ' with sur_[y sa CisfacCO ry to the City of Rancho Cucamonga wihhin 26 calendar days, after the bidder has received notice from the City Ettg ineer thaC the contract has been awarded, the City of Rancho Cucamonga may, at its ' option, de Lermine that the bidder has abandoned the contract, and thereupon ih is proposal and the acceptance thereof shall be null and void F. E. ~. 4-J • '•, The names of ail 'persons Ltce res [eJ in [he fore go Llg proposal as . pr Suc lpals arc ns follows: ' `'+^ ~' •n^~ :~` 9. "+~' If bidder or other tote re:;ted ~~,,. ~i.r~3c~dJ~ Y~IJ~~'.l.. S: person is a corpo retion, stale ~ . le,oal none of co rpo rat Lon, also - names of Lbu presldoau, sec re Cary, treasurer, end manager [hucof; , if a co-partnership, s[a[e [rue name of firm, also names of all ' Unllvldual co-pa r[ners compo Ding firm; Sf bidder or other Sn cBresced pcrsol is an lnd//lv Sdual, s[a [e firs[ and lane Hanes Sn full, LSCens ed In accordance vlt nn a ct provid fog for the regls[ration of h I ~ [ 7 ~ ~ ' ~~ /~ _ Coneza<eo rs, License No. / a7U?] ~ 'flip ~ !~~ , _ Sigwcure of B1ddBr ' •~~ NO'CC--I[ bidder 15 a cor po ra Cion, Chu Legal nnmC of the corporation ' ~, shall be Sl'[ fUCCh ahUVd Cogn Cher With ChB S1gnaCU rC of CI1C office[ ~f i'. or of[ia.urs au thori zeJ co sign con[rac is on behal t„pC the co rporu- tp r, ciao; if bidJur is a ca-parenB rshlp, the true name of [hB Cirm shall j.`~ ~ „ ~' be sec Coreh above Cage Lller with the signature of the parLnor or ~ i' pnrutc rs au thori acd to sign contracts in behalf oC [hc <o-partnar- I~ ~~ ship; an~I Sf UiJdor is nn individual, his signature ::ha 11 6B placed „ ~ " I abuvo. I( si F;naCUre is by an agunc, other [hnn au uCficer of a ~ • CUtpU CJL 1Un OI' n It:C"lht:f Uf a parlllC t'811L11, a 1•uwCC of i1L lO r11Jy 11111][ ~ f: 62 U11 [!14 t1L('~I till: f,LCy pC1UC CJ Uponlllg b1J5 UC Bu bl'li UUJ with if ' tl'n• hid; nrb~c r:i se, Lhc bid gill be Jin rega rded as irregular anJ ~_ ' .~'r~-~g uu.luc hn ri eu J. / // /~ (, ' y - / ~ „~,y. .( r e ,.-f - / 6u:; inr os rid Jru Bs /, ~ CI1Y Oe R:\EC!'0 CL'C.1:dOC6d u,Ci II6R2L1RD ISO C'ICiiif, CALIFO'da L1 CONl'RdC'i EMERGENCY RESTORATION AND REPAIRS TO HELLMAN AVENUE SOUTH OF 9TH STREET ~~~ ~ Ti;IS ;,......~.i::I, ma<fa and concluded, in triplicate, this _/} day of .SE~(• , Ono Tho us and Nine ilund red and BD bee.:een the City of Rancho Cuczlaonaa, party of the fiTSt pare, and ' -;' ~o(}r~2T ESGuOrn~ /.trc. . ~ Cor.;: at co r, party of the second part. ,'• ARTi ChE I--Wi:".:ESSETH, That for and in consideration of [he payments and ' ogre ar.ents hereinafter rSencioned, to be made and perfo reed by the said party of tha Eirst pare, and under the conditions expressed in the two bonds, bcarinn even date with these presents, and hereunto annexed, the said party of the se cer.d part ngrezs with [he said party of the first part, ae his owe ' ~ prepor cusL and e::pens e, to do aJ,l tha wort. and Eurnish all chc ra serials, ' exce;;t such as arc mentioned in and specif ita[ions to be furnished by said party of the first part, necessary [o cons tenet and tomple Ce in a gcod worms nan'_i ke ar,c'. su'os amtial mznn;:r and to the sa tisF ac tien of the Cicy of °,anchc Cuca^.e ergo, in t'ue Co un C; of San 9erna:d ino, in the Cicy of Rancho Cucar„enga, in aeco-dn,-,ce ;:i ,•.!x The Special Provisions hereto anne:;ed and also in aceordaneo ~ ~ wi`h specified City o: Rancho Cucamonga and San Bernardino County Standard Plans, the Standard Specifications for public 4YOrlcs Construction (1979 Edition) and minimum wa ;c rn Les are hereby specially referred to and by such reference made ,. apart hcrovf. ~,'~ The work To be done is shown upon plans a-,d :wccificab ions entitled " ,. "[ity of Itonchn Cucnmonga emergency res Lorati on and repairs to Hellman Avenue South of 9th 5[_, Approved AuIIust 15, 1980 which said prnjecL plan>, and ' sn"clfwaiii,nA am hereby mudv n port uj I,Itis coat roc 1. ~• ~ Aa:'ll;LC II--T;:c 5uid pa: L7 of [hc Cira p.lct hereby proulisc^, mld agrees ' with tha said Can tent rnr to employ, and does hereby employ, the sold CunCrac- to x' Co prow Lb ` the :an ter i~tl L nnJ. to ,lo Che wort: acct CJ in,; Co the terns and Cn niliC.Ca`.i If ~` I n:n h:n L91:;~'ti ,ind TC EP CY^ d LO, COY CI1C pt'1CC5 IU YC::1.9: Lv'C Sl'L fo1'Lh, 111:1 'llc rc{I'. t'Un:Yaf.LS CO {Vy .!1e 5.1?.e aC C11C Cime, t^ CI'A mnntlCL anti v'pnn LI'._ COn(! 1 CiU Il': h!'Y,'tn ':~t; Eorc.'il~ n lld LhC :;a i.d {Ip t'L1Ca CoC th~•^,.tiC1V~'S, + ~! ' Cncir n •!I,ry, PaO r;;L0 Y9, ,I JL R II :,,C ra LO [.~, SUC CCG JO r'.i and n561"119, dJ he CCbV ap,rce Lo [:1c CU IL pC Tf Crlfdn Ce O: tile` CO ': ananCS he:Clil CUI1Ca1nCd. ('_1 :1R1'IC LE III- Minimum Wage Rates on file with the City, is hereby ~ specifically referred to and by this reference is made a part of this contract. I[ is further e>:pr ess ly agreed by and between the parties hereto that should Chore by ary conflict between the terms of [his instrument and the bid or pro- posal of said Contractor, [hen [his instrument shall control and no [bing here- in shall be considered as an acceptance of Che said terms of said proposal con- ~ f lic[ing herewith. :1R1'ICLE IV-- By my signature hereunder, as Contractor, I certify that Z am award of [he provisions of Section 3700 of Che Labor Code which require every employer to be insured against liability for workmen's compensation or to and ercake self-insurance in accordance with [he provisions of [hat code, and I • will comply with such provisions before comcoencing the performance of the work of Ch is con trac C. ARTICLE V-- An the said Contractor agrees to receive and accept the Uni[ of Lumo Sum Prices bid as full compensation for furnishing all materials and for doing all the work con [emplated and embraced in this agreement; also for ~ all loss or damage, arising out of the nature of Cite work aforesaid, or from the action of [he elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in [he prosecv tion of the work until its acceptance by the City of Rancho Cucamonga and for all risks of every description connected with Che work; also for all expenses incurred by or in consequence of the suspen- sion or discontinuance of work and for well and faithfully completing the work, ~ and [he whole thereof, in [he manner and ac co tding to Che plans and specifications, and the requirements of the Engineer under [hem. ARTICLE VI--The Notice to Contractors, and Che Bid Proposal are hereby in- corporated in an made a par[ of this Contract. C-2 In t+i [urea tJhe reo f, Clte pa rti.cs of Cha su pruwnis Dave he rcuu CO suC c heir honJs ehe year ar,d Jate first uLuve vril tin. CITY 01' R.L`CiiO CGCA.gO:'Gd By~yt^."~ ~"' ' r ~L City Manager 3633 FCOTFIiLL BLVD. LDLIAe-L CeG~ ROBEPcT T. ESCL'DERb, PRESIDENT Contractor APPRO'JED: i~ y Engineer -a ..Premium: ~,A' BONDN G/r'/j'; ~ CIiY OF R:1fiL40 CL'C.I IOSG\ PUBLIC COii1 P.4C'f IdBOR A\J :WTr',NIA1.S ~ KSO'd ALL NGP: BY 'Pd ESE PRESET TB: Tha C / C ~!' J 1 as and hereinaE ter referred to coilac tive.ly • as "?rir.cipal," and YENANi MUTUAL INSURANCE CUhIPhNY a corporation ergani zed and existing under ehc Taws of the Sm[e. of ~NE~CUT and duly authorized to transact surety ;' business ir, the State of California, as, and hercina `ter referred to as, ~ "Surety," are field and firmly bound unto the City o[ iianciw Cucamtonga, here- t inaf [cr re Cerred Co as the "City," in the sun of $ .~ % ['$ 7. .f~~ Eor the pay-ene of :fiich Principal and Surety bind themselves, [heir heirs, adc.inis- ~tracors, successors and assigns, jointly and severally, as follows: ~ - Ti{B C0:<OITI CA OF T}IE ABOVE OBLZGATI O:; IS TI+AT: • ' ~ WliEii:iAS, Principal has entered into a ton Cra t[ dated 19 ,with City [o do and perform Che fu lloa•iug, generally described work,, which i5 -.o ra particularly described in said con trac C: ~ ~• eor cite EFIERGENCY RESTORATIOIJ ANO REPAIRS TO ' ~ HELLMAN AVENUE SOUTH OF 9th STREET {.i!Cit'-::.5, Principal shall ce^~rtunce and core le to the cons Cruc Cion and i ins Calla [ion of Such improvemen CS p[avided in said cmttrac[; and - NOU, 1';yREEORE, if Principal shall pny the Contractor, his subcon t: actor, anu all pc sons renting eq uipmenC or Furnishing labor or~ma Cerials to [hem ' for such imp rovemen [s for Che Eull cos[ of such imp rovemen [s, Chen this ~ ~ obli;;at ion shall 6e null and void. P RG'ILiIl:J, I!Obi iiVE!i, i.C Princi.pal shn11 nut pay the subcnnf.rnc for anJ all ,. ' per.;u ns rem sing equipment ar Curni sh in„ lahoc or ma Cerials Co Lheot [nr such i~np rov e:aenl:: Cor tl~~v full msc oC surh irntrover:. nts, then this obligat Tun ~ shall rare ir. i^ Eull force and eCCect and such Couc rat eur, subcon trot Wr, and pu e•o;:-: :.aa1t. Lave a dir~cL ri;{hc of action a,;n ius[ cL•e Print ip;tl au:! Su rc Cy und,:r this; e6:.i,;.tt i„n. :nib; oce eo the priori ty nE Cic;:. c- 4 •; . . q m ^9 £ w me ~ o `c y o s o ° s ° a a o s 3°' °' . U . ._ ~, e E m ° ~ ~ ~~ x `o u ` ~ ~ Y , ? , u ~ , .e C '. Y -O - ~ ~ l II P 4 N C "' m' 9 i ° C C ° P °' b ° O V o a Q ` o ~ U s i „ ~° ~~ -° « ~ e ~ c J, ~ . ~~: E ,~ _s~ ~ T qm 9 ` a S « -m~ ,o o m v m m ° q $ + ~ v m c v ~° ' t v v;,. ~. 9~., '3 - . ~ m ` o c ~b ~ ° o m O 9 N ~ _ a ~ ~ U ~~ r rG = '°^' Pm m .~°.' C WrZ2N 9 q ~ T ° W Z.mi"~ o 4 P ~ ° 9 5 ~ ( y6 yjV J; ma r E9 ~, ~•W~;, .~ c ~ S o a~ ~ U ` ~ ;U ~ ~ . o ~ m° `0 6< e O Y ; ~ q ~ q ~n U « ° ~ a ~ ' ^ ~~ '!ate ~~ ~~ •~ I'kUl'IUCf: I'UIi'f l:Ck, Ilu'J!.:'PJ;, [Lot :;u n~[y stipul aLCU ant agn~u^ tL.+L no cli,+ngu, estous ion oC cir.:o, a]LC:a[ien or mot ifi ca Li un ut [Iw cor,[[aeL Jucu- rnn+[s ut' uC [ho vu rk [o be purl ormud the rc unJor shall in eny vuy aCCuc[ its . obiigacion uu cliffs bu nJ and it Boas hereby naive nut ice oC any such ehauge, e s, cos ion of [Lnc, al [r.ra [ion or mud ifiu Lion of [Im contract Joc umtn[s nr o[ w~urk to be pcr [o raced ChcreuoJ er; ant ' I'It0'JIIICD 1'U::TIi C!I [La[ Sn'case suit Ss bra ugh[ upon [his bond b}• tha • • Cicy or ar,y other person vho mny brLtg an action on this bond, a reasonable . alto rney's fze, [o be flied by chz Court, stall be paid by Priuripal and S ore Ly. I1. 6'I11(P.SS WHLIt1'C 1', Pr Ltcipal and Surely I+av/e,~-caused [h' a Ares e`n LS [o ~ ~~, be duly signet and sealed [his /(' ~ day of ;(jy ,~y}~ Ig ,}ci /, (SEP1) 1 ,Address of Surety: • ~ UO 50niN GOAgi 6nRETY GENEgAI AGFNCY, Iry~ .. PA6AOLNA, CALIIORNIA 91 1 O f ~~ PRIPC IP,IL• ~- , LI - - L Aii~: ~ /7![ , BY: (se,v.) HY: RO..i,;;7 T. ,:,";ILBc/iQ PR6SIDEN~ AJJ Tess of Principal: ---____C1 Ly twwa~ --_ RCCi''^T T..°~''+7rR0 7NC~ SIi ;C IUUifIILL BLVD. LA CRLSCEN fA, CA 91214 L c- 5 1 PICDIFICA PIONS TO ~ • ' STAi1DA R0 SPECIE ICATI Oi;S r'GR PUU LiC S10R S CCfIS TRUCTI OII • _.. PREFACE - STANDARD SPECIfiCAiIONS AIID STAi1DARD CPa1lI RIGS the Standard Specifications for Public tdo r:ts Censtruction written and premulca ted by the Southern California Chapters of the American Public • • Storks Association and the Associated General Ccn tra ctors of Aa,e rica shall be the Standard Specifications of the City. ALl.rw ork shall cen torn to the 1979 edition, including supplements, of these Sta r.dord Specifications, the ht edifications to Standard Specifics ti orts for Puhl is 4;o rks Construction and Standard Drawincs as issued by the Litt' available at the time bids are opened Unless otherwise • sped tied in the Lon tract Documents. - ~ The above Standard Specifics tiros, MoCifica ti ens and Slanda rd Crawings .- ~:", are hereby made a part of the Contract Documents. ' ~ ~ Far the cenven fence of the~Con tracto r, the section and subsection numbering '". • '. sys con uszd in these Modifi ca tiors corresponds directly to that used in the Standard Specifications. ~- SECiiC~; 2 -SCOPE AND COi1TROl OF THE 'r1CR~L is amended as folloo-a: ~. • ~•~~ 2-1 Award and Er.z cu lion of Contract ' t` 2-1.1 Prcpos al i • ~ Thz proposel si:all be fatly e:recuted and sdtc~ilted cn t`t~ ~ • fo r•s prov idad 6t' the City and shall be ma r'•:ed and addre s<_zd as direr led in the "tlc Lice to Contractors". 1 ' If the proposal is made by an indivi•dyal it shall he signed • and his full nar•,e and address shall be gi"ven; if it is•-made by a firm it shall ~ • bz sign zd aith the co-partnership name by a general partner thereof, who shall aL•c sirs his own name, and ttte na~~,e and address of each menro^r of such co- "' ~ partnership shall 6n. given; if made by a corporation, the nam^ of the corporation shall bn si,n ed by it; duly authorized officer and attested by the corporate seal. The appropriate aCurawledger.•~ent must a Lo be signed before a no W ry pu6lie. . • aid de rs arc warned against mal.ing eresw~es or al to rations of any 'r, utd cn their Proposal. Pre posals mh ich ccn lain anissimts, erasu re rs, after- . attons, ccndi then; or additions not called fur nay he rejected. .., At the tivn that the Con Vact Ggre ^_r,nnt is n%ec•.a ed by the City, thz Con Lractcr shall he license%1 undor the provisions of Chapter 9, Division 3 • .. G~-1 • r of th.e Business and Profess ions Cade of the State of California to do the type of roc rk con te~npla ted in the Con tr=.ct and shall be skilled and regularly engaged in the general class or type or wa rk required by this Contract. 2-1.2 Examination of Plans, Specifications, and Project Sit= -- Bidders shall rend the specifics tiens, examine the drawings, and ma!:e their own estimates of the existing facilities and the diffirul ties which a;i11 attend the execution of the work called fur by the proposed contract, including local conditions, uncertainty of tae=they, and all other contingencies. Bidders shall satisfy themselves by pe rsonzl exzmir.ation of tM locations of the proposed work, and by such other means as they nay choose as to actual cen+_'itions ~ a r,d requirer,:e nts and as to the accuracy of the quantities stated in the Proposal fo ns. Info rta tier derived from the maps, plans, specifics tiens, profiles, or drawings, or from the Engineer or his assistants (or the Architects or their assistants), shall not relieve the bidder of this responsibility, and tL•e interpretation of the data disclosed by borines or other preliminary inwsti- ~ ga ti cns is not guaranteed or any liability as <_vaied by the City. 2-1.3 Intero reta ticn of Dra::i nr.s and Co cumin is If a prospective bidder is in dcu 6t as to the true meaning or int^_nt of any part of the ContraN Documents including the Specifications, t~ or discovers discrepancies in, or missions frmn, the Specifications or Dra•:rings, he may submit to the Engineer a written request for an interp re- to[ion era correction thereof. Interpretations or corrections of the Contract Cocumen is lncludine the Specifics tiens and Drawings, shall be made only by adden dum duly issued 6y the Enein=er, and a copy of such addendum :rill be sent by certified nail, postage prepaid, or delivered ~ C to each person rece iv ine a set of the Contract Cocuments r:hose address ' is knc+m to the En n, inter and such addendum shall he considered a part of and incorporated in the Contract Documents. 2-1.4 G+rard o` Centrzct \' ~ After the Proposals have Men submitted, they will be ;' checked for accuracy and compliance with all provisions as specified herein. The City reserves the right to reject any or all bids and to waive any infonaality or irreCu'.arity~in any bid received and to he the sole judge of the merits of the respective bids received..,, ~•• A:r<:rd of the Contract, if it 6e awarded, will he mad^_ by the City P!a pager as soon as possible after receiving the bids. Award will be made to th r, lowest responsible bidder who tan Complete the work in the shortest ~~ possible time. In selecting Cho lowest responsible bidder, censi r, r. ra timr wiil to ai~; en to the general competency of the bidder for the ,^,e rfm~m, nce of the ~+re r,; rc re red by ti',^_ proposal. To rer.eive favorable consideration, a bidC~y~ r-;y br. r_~niired to present evidenco thot 'ne has successfully perfcr~::ed s !rnr lnr s,r,rk of cow pa able ma _rn i to de or su bnit other evil^_oce sa tis roc r.c ry to ..o City .~,.; i•~r or his ass r.c to t^_s are pe rsonaily cor,~.p r. tent to manace the pre- ` Posed and^_r^aetng and Co r,~r rY it fo ruts rd Co a su r. cos sful ccnclusier.. Pro- fess~or,al integrity and honesty of pur;:esn shall be essential require:c ee G. SS-2 _.:.. ... ' A shca ir,y or adequate financial rr. ~.uu rc es may be required but will not alone ~ do tc mine whether a bidder is comi~e tent to undertake the proposed wor Y,. Only manufacturers or ten trac to rs of established reputa ti cn, or their duly authorized dealers or agency, having proper far.ilities for the manufac to r: of the mite rials or equipment and for servicing same, or for ~ proper e:recatien of the work called for in the contract, will be considered in ma ki r.q the award. 2-1.5 Execu ticn of Contract A bidder whose proposal is accepted shall properly Bien ~ ~ written contract agreement with the City on the fora of agreement attached hereto and return said contrz ct together with rood and approved bonds and insurance certificates as required by the Contract Oocumen is within 26 calendar days from the date of a notice from the City to the ' bidder of acceptance of his proposal. Cen tract bonds and certificates of insurance, if reG aired, shall be filed in ~ ~ ail insta r.c es before delivering any equipment, materials, or performing any work under the contract; also before any purchase order shall he issued. If a bidder whose proposal is accepted fails or r=fuses to enter into a can tra ct as herein provided, or to conform to any stipulated ~ requires^nt in corn ectian the retaith, ~ the a'.ra rd will be annulled, At the discretion of the Liry an award may be made m the bidder whose proposal is next most acceptable to the City and , s ech bidder and his surety shall fulfill every stipulation embraced herein ' as ii he ~++e re the party to whcm the first award was made. A eo rpe ration to oihi ch an zo-iard is made may be required cote re the contract agreement is finally signed to furnish evident=_ of its c or,c ra [= exislo cce, of its right to do business in California, and of the author ty or the officer signing the ten tract and tcn ds for the corporation to so sign, • 2-5.2 Ccnt nr.t Cor u~~•~i.~nts Should it appear thaC the vw rk to be done or any matter S~-3 • • • ~ ~ relative tl;e veto is not su ff is iently detailed or explained by the specifics ti ens the Contractor shall apply to the engineer for such fur±her er.pl anat ion as may ' be necessary and shall conform to such explanation or interprets lion as part of U•a Contract so far as may he consistent with the intent of the original ' plans and specifications. In the event of any discrepancy he tseen any drawing ~ ~ and tL•e lieu res written thereon, the figures shall be taken as correct. r SECTIOJ "s - CHAiIGE$ IN 'riORK ' is amended as follows: ~, ~:~ C 3-5 Disouted 'do rk " 3-5.1 Retentien of Imperfect Wor:< ' -, ~ If any portion of the work done or materials furnished under ~ C ~~. the ten trzc*. proves defective or not in accordance with the specifications ' ~.' and co ntrzct drawines, and if the impe rfec tio^ in the same is not of sufficient n:a;ni.ude or importance to make the work dancereus er undersirable, or if the • r?movai of such work is unp ra ctica6le or will create conditions which are dan ,ercus or undesirable in the opinion of the Engineer, the Engineer shall ~ ' ' ~ have the right and authority to retain the work instead of requiring it ~ i;. to 6e removed and reconstructed but he shall make such deductions therefor ' ~ in the payr.:ent due the Contractor as may be just and reasonable. SECiIC~i 6 - PROS ECUiI011, PRC GRESS AilO ACCEPTAIICE OF THE 'AO RY. ~~~~• t~ ' ~ is amended as follovrs:~ ~ ~ C fi-1 Cons true `.i on_ Sch?dole znd Ccrmere =_o!?nt of 'sic rl: T The Contractor shall furnish a v+ark schedule for• the project to the Engin^?r as a tend iticn for the issuanw of a no fee t ~~ co rs tructien pewit by the Engineering Cepa rtment. °' ~ The first wpr'r.ing day of the contract shall be 2S • working days after the da t2 of Motice to Proceed. t ~, t ~ _ i i S~-Q ~~: '. 6-e Cc;nol etion and Acceptance • The Contractor shall be responsible for . a period of one year after acceptance of the work by the City such that defects, which ap?car within said period will be repaired, replaced, or corrected by the Contractor, ' at his own test and expense, to the satisfaction of the Lngineer within thirty (30) • days after written no[{ce thereof by the City. Until th^ fornal acceptance of the work by the City, the Con- tractor shall have the charge and care thereof and shall,subject to the in- - suranc^ protection furnished in accordance vii th 7-3.2 hereof, bear the risk of accident, loss or damage to any part thereof 6y action of the elen;ents ' or frca anY other cause whether arising ft'ora the execution or from the non- execcticn of tiie o-:ork. The Contractor slmll rebuild, repair, restore and • atherv,ise con-ect damages to any ports cn of tiro Hari: occus iened by any of tine above causes hefcre its acceptance. In case of suspension of v,ork free any cause whatever, the • Lon tractor shall be responsible for all materials and the proper temporary storage thereo `. ~ ~~ • -1.2 tlotice and Service Thereof Any Hari cc required or given by one party to the other under tL•e Contract shall be in mri ting and shrll be da Led aF;d signed by the party giving such entice nr by a duly authorised represen L~tive of such party Any • SFCTICJ 7 - P,ESI'OIIS 18 iLITI[S OF THE CUi!'f RACTOfi " ~ is zT.ended as fol taros: ~~ 7-1 Contractor's Equipment and facilities 7-1.1 Con tractm''s P.esronsibil sty for Vlork ~~ ~ sech notice shall naL be effective for any purpose wliaLever unless served in ' th^_,follo';iiny ranncr: ~~ Nof ice shall be given Lo the City by personal delivery hereof Lo Lho F.ngir.^^r or by dcl.c'~siLinU Lhe sans in Lho United SCn LOS snail encl used in a sealed enoclcpe, regislgred and wi Lh pus LipO preps, tl, addressed to: • City fnginner ~~ ,. City of Itn echo Cuca man ;o i~iSO ha>c Linn .. ~ I'd r.a hu l: uc.unon{.~, G,. )~I"01 • L~ ' SS-S i ~- • :. r ~ Notice shall be yiven to the Con tr~rc Lor, by personal delivery thereof to said • Cca L'nctor or Lo his au[h m•i zed rrl'resontat ive at tl v~. siLC of thr. pru,j ec t, or ' by dupo;i Liny the sans= in the United Stales Mail, encl os erJ in a sail ed envelope addressed to said Cen trac for at the address esCa bl fished for the conduct o` the rro r4: under this Contract, pos tage prepaid and re;istered. r Bo tie^_ shall 6e givan to the Surety, or any ocher Person, ' • by p^_rsonal delivery to said Surety or other person, or by depositing the same in the United S W tes F1ai1, enclosed in a sealed envelope addressed to such S;n-ety ar persons at the address of said Sw-ety or persons last communicated by him to the party giving the notice, postage prepaid and registered. 7-1.3 4;an-apty of Title ' ~ t!o materials, supplies or equipment for the t~ro r'r, under this Cen tra C: shall he purchased subject to any chattel mortgage or under a Bon- diticnal sale con tra c± or outer ayre event by t; iti dt an interesC tha rein or any ~ • ~~ C ~ ~ part tber ecf is retained by th^ seller or supplier. The Ccn tractor warrattis clear ana good title, to all materials, supplied and equipr.~,ant installed and incarpora ted in the work, and agrees upon completion of all o-rcrk to deliver ' the pre~cises, together o-ri th all imp rove:::en is and apporten arses co rs trusted . or placed thereon by him, to the City free from any claims, liens, encumbrances ~: or eh,vees, and further agrees that neither he nor any p2 rscn, firm, or cor- -, poration furnishing any material or labor for tae r4: covered 6y th^_ Contract shall have any right to a lien upon the premises or any imp rcve:nent or ' ~ appurtenance thereon, provided that this shall not preclude the Cont roc [or - frog ins Wlling materiny devices or other equipment of utility companies the title of which is coma:only retained by the utility company. No t!tiny ~ ' contained in this article, hoo-re ver, shall defeat or impair the right of < ~ such persons furn fishing taa terials or labor under any' bund given by the ., ' Con 4•ac ter for titoir protection, or any right and a• any law pe raiLting such n^_rsans to lock to funds due the Len tractor, which are in the hands - • of ['r,e Ci [y. The provisions of this article shall be inserted in all subcon trac LC rs and material contracts, and noti ocs of its provisions shall wt' hr, yiven to all persons furnishing materials for the wo r{; odten no formal ~ ~ ~ contract is entered into toga rdin~ such rra to rials. • 7_Z (Blank) ~_ ~ ~ l t S:i-li ' 7-3 Insurance . ~ 7-3.1 .Liability Insurance The Contractor shall, at his expense, maintain in effzcC at all Litres during the pe rfornn ncr, of rrn rk under the contract not less [Iran the folloon ng cove rage and liini is of insur'anc r., oilti ch shall be ~ maintainad with insurers and under forms of policies satisfactory to the City, 4!o rl:cr's Cc~o ensa lion and O:rploy-rs' Linbi li t~ '~ ~ , o n-covr. rat as required by lays. l:~o rkers'-Coinpesa titi . • Employer's Liability-limits of at least 5100,000 ' ~ ~ per occurrence Lcanp reitensive Bodily In,j urv Liability - person '~ ~ ~ ~ utoato ile-y 5!50, ~rC~eac tF ' . ~ $500,000 per occurrence ' (B) General 55GO,000 per occurrence ~ Cor•~n rehensive Pro per tv Oa mn ne Linili ty . ZN Au tomnbile- 5500,000 per occurrence ' (B) General - .5500,000 per occurrence All of the Contract m•'s policies shall contain an end orsemenC providing that '•• vrritten notice shall be given to the City at least tlii rty (30) calendar days ~ ~ prier to termination, cancellation or reduction of coverage in the policy. The Codily Injury and Property Damage Liability policies shall contain the , ' •~ follorri r;g: ~ ~ ' ' 1. Provision or endorsement namin9~the City as an arldi tional named insured ~ ~ a5 respects liabilities arisiny out of the pe rfo rrta ace 'of any wm4: under t!m Lontr•act, and providir•q that such insuran~? is priutary insun:nce ns . respects the interest of the City, and that any ocher insure nee maintained by tho City in excess and not contributing insurance with the insurance ,required hereund=r. ' - • ~' ~, 2. "Seve ra bility of Interest" Clause ~ ~ , 3. Elininn lion of any er.clusion regarding loss or damage to property caused ' by explosion oY resul [i nn from collpase of buildings or structures or •~ ' dat•^.a ;n Lc Property underground, con~aronly~re (erred Co by igsurors as the "XCU" hazards. ~ • ,~• •~ ~4. Provision or en drn•s cmrnt sLi~ing Lhat such insura ncp, su b,i !'rt to all of • ~ its oth cr torms and couditi ors, applios to Lhc lia6ili ty assumed by the ' Contractor and nr the Ccn tract, including pri thoul liini to tiun Chat set forth in section enti lleJ "IrremniLy," ~ Prnu:pUy on exccn tir•n of thu cmt U'a cl. and prior to cnivicr ac~aao nt of any r:u rk ~ tl~a Cnntrnctor shall dol ivrr to the Ci Ly crrtifica tes of insurance. Such eertifi!a t~~s °.ha;l ma;:e reform ce to ell sucp provisions and r.n dorsenw nts rnfe recd to above, and shall be signrd on brhalf of Che in; m'nr by it.s anth m~izvd repro.onta ti vo. 'Ihe Cun Lractor a,r^es, tq:nn written request 6y the City to furni sit cupios of Such politics, certified by an au',hori wd rep- ~ re sentacivr_ to the insurer. 55-7 • y ~ '. ~ , • ~ The foregoing requirements as to Lhe types, liiniis and the City approval of insurance coverage to he maim; fined by tha Contractor are not in tenrJnd to and shall not in any manner liiai[ or yual ify the liab; litizs and obl iga- tions assumed by the Contractor under the contract. ~, ~ The Ccntracror shall use diligence in requiring and verifying similar insur- ~ ( ~~ ~ ances to the foregoing on the part of its Subcontractors. ~- 7-3.2 Property Insurance ' The Contra ctnr shall purchase and maintain Property insurance upon the entire taork at the site to the full insurable value thereof. This insurance shall include the interests of the City, the ~ and shall insure against the Contractor and Subcontractors in thr. work, perils of fire, Extended Coverage and Vandalism and Malicious Flischief. ~nny loss deductibles inthe insurance contract shall 6e borne 6y the ~~ -• ~. Ccntractor. Cx cl usions in the policy shall bz any tools msnzd/mechanics or any item ooured ' ,~ or rer.trd by the Contractor or any Subcontractor, the capital value of which . ~ is not included in the Contract sum. ~ , ' Any insured loss is to be adjusted tai th the City and made payable to the City ~. ~~ ~~ as Trustee for the insureds, as their interests may appear. ~ ', ' ~, The Contractor shall he ep this coverage in force until the building is occupizd ,' ,or until the building is accepted 6y the City and .cove regz of the City becomes ' ~ effective, whichever occurs first. ~ ' ( ~~ ~ The policy shall contain a clause giving thirty (30) days notice of cancellation ' ~ or non-renerlal, to the City. . ~ nny policy or policies of insurance that the Contractor er his Subcontractors ~~ elects to carry as insurance against loss or damage to their cn ns tru ction equip- cent and tools or other personal property used in fulfillment of this contract . ~< shall include a provision waiv in9 the insurer's right of subrogation against tha i , City. 7-5 Pe rnii`s ,. Each Contractor eniplo,ved upon thz work, general or su 6, f must have or obtain a valid City of Rancho Cucamonga%Husihe ss License. ( ~~' ~ 7-G Tl~r Cnn lrncl nr'S f!~irc ;cola t;vr ~ , the Can tr,ic 4nr sliall hn'nish the Cn!!'i Weer' with th r. name, ' add ro s~. and bu; inn>; and hrnne tclophnne numbers of Chn pnrsun re spnns ible fo r° ', ~~' the nia in [enance of barricades, traffic control sign;, linh Ls and other safety ~ devices. 7-10 Pull lc Conv wlicncc and Saf^~ • 7-10.1 Traffic and Acr. css -_ _~ ~ t '~ ~ The Con tractm~ shall provide tr:~pora ry 'Tlo Parking" and all .,. ., SS-II A, other signs which may 6e deemed necessary for the safe and orderly conduct ~ of vehicular traffic as directed by the Engineer and as specified herein. He shall also provide a barricaded area in the parking lane for pedestrian traffic during such time as the parkway is unfit to be used for pedestrian traffic. The Contractor shall maintain access to local drive approaches, ~ at all times, unless otherwise approved by the Engineer. The Contractor shall provide access for refuse collection on the regularly scheduled days. He shall also facilitate or assist in the collection where such work is hampered by his operations. 7-10.3 Street Closures, Detours, Barricades ~ The Contractor shall not close a~ street within the City without first obtaining the approval of the Engineer. Barricading, traffic control and detour diagrams shall be sumitted by the Contractor as required by the Engineer. The Contractor's attention is directed to the traffic ~ control requirements of the Special Provisions. The Contractor shall provide and install barricades, delineators, warning devices and construction signs in accordance with the Model Work Area Traffic Control Handbook (WATCH) prepared by the Southern California Chapter of the Arerican Public Works Association. During adverse weather or unusual traffic ~ or wor k.inq conditions additional traffic devices shall be placed as directed by the Engineer. All traffic signs and devices shall conform to the current State of California, Department of Transportation, "Manual of Warning Signs, Lights, and Devic_s for Use in Performance of Work upon Highways", unless otherwise approved by the Engineer. The Contractor shall provide and maintain Class II barricades a lon excavation edges parallel to the flow of traffic at a spacing of twenty- five feet (25'). Class II barricades mounted with flashers shall be installed around ;vork areas in parkways. Class II barricades shall have alternating black and reflectorized white (or yellow) stripes at an angle of 45 degrees. The stripe width sha l-l-be fe ur to six inches (4"-6"). • During paving operations barricades may 6e supplemented with minimum size eighteen-inch (18") high traffic cones and delineators such that spacing between bar ri cedes and/or cones or delineators is no greater than to-~enty-five feet (25'). At all access paints cuh as intersecting streets alleys and driveways, barricades and/or cones shall be provided at five-foot (5') ~ intervals so as to prevent vehicular access to the paving area. Where access from an intersecting street is prohibited, a "Road Closed" sign shall be provided at the nearest prior intersection. "No Left Turn" signs shall be ' provided wherever required by the Engineer. 41hen one-way access from a side street or alley is permitted, ~ barricades and cones shall be provided at five-foot (5') intervals for a distance of fifty feet (50'j on either side of the centerline of the intersecting street, or alley. SS-9 Should the Contractor fail to furnish a sufficient number of trzff is and/or pedestrian safety devices, the City mill place such necessary ' iterz and the Contractor shalt 6e liable to the City for providing such devices ~ in accordance urith the following provisions: ~~ 1. For placing of barricades - 55.00 per barricade for the _ first day or any part thereof and $2.00 per barricade per day for each day thereafter or any part thereof. ' ~ ~ For flashers - $2.50 per flasher for the first day or any part there of 'and 51.00 per flasher per day far each ' day thereafter or any part thereof. For traffic canes - 51.00 per cone for each day or -- any part thereof. 2. In the event that the services of the City are re- ' ~~ quired between the hours of fi:00 P,;4, and 7:00 A.h1., .. during the normal week or at any time on Saturday, .. ~ Sunday, or a City holiday, there shall 6e an ~~ . ' additional charge to the above set forth minimums < of 525.00 for each service trip required. ' ' Judgment as to adequate or sufficient barricading shall be that which is adequate or sufficient in the opinion of the Engineer. The Con*.ractor shall relocate, preset^e and maintain the t ' ~ visibility of all existing signs within the project knits which affect the`iaw of traffic, as directed by the Ermine=_r. Any signs which am ~ .~ dar..a god or fcund to 6e missing during the co urs2 of constructicn shall be replacad by the Contractor at his expense as directed by the Engineer. All other signs that into rfere with the course of work and are not _ n~cevary for the sa'e flcor of traffic will he removed and replaced by , ~ ,~ the City. Traffic control signs include Stop Signs, Speed Limit, Parking ' Restrictions and other regulatory signs. . 7-10.4 Public Safety ,, ~ 7-10.4.3 Edison Energized Conduceors ~~~ C Contractor hereby pronises and agrees that in the • Porto rnio r.re of the o-rork specified in this contract, it will employ and ' u.",il rzc only yualificd persons, as hercina ftcr defined, to work in _ prez iniity to Edisen's se w nda ry, primary and 'ran smission facilities. 1 - 7hr, to ra "qualified pr. rson" is defined in Title D, California Admin- istra Live Code, Section 2700, as follows: "fuali (i erl Perscn". A person oho by rr.ason of r.,gerience or instruction is familiar v,ir-h the operaCion to to - performed and the hazards involved." ~ 55-IU • ~._ x.. . • Contra etor further promises and au revs that the provisions of this Para yraph • shall 6e and are binding upon any subcontractor or subcontractors that may be retained by it, and that contactor shall take such steps as are necessary t o assure ccmpliance by said subcontractor or subcontractors with the re quiremen is of this paragraph. 7-10.5 Eme seen cy Pravisioru • ' ~. ~ Unusual conditions may arise on the work which will require that im-ed is to and unusual provision be made to rote t th i p c e publ c from dancer or loss or damage of life and property, due directly or indirectly to the • Grosecuticn of the work, and it is part of the service required of the Contractor • to stake such provisions and to furnish such. protection. Whenever, in the opinicn of the City, an emergency exists against o-rhich the Contractor has not taken sufficient precaution for the ' safety of the public or the protection of utilities or of adjacent structures cr pro Per[y vrhich may be injured by process or construction on account of such .. neglect; and urheneve r, in the opinion of the Cit i di • y, t-~e a to action shall be cons idereC necessary in order to protect public or private personnel or property i nterest, or prevent likely loss of human life or damane on account of the ' opera bons unCer the contract, then in that event the Gity may provide suitzble~~ pre tection to said interest by causing such work to be done and material to be furnished, as in the opinion of the City, may seem reasonable and necessary. '~ Said protec [ion will be provided by the City at the expense of the Contractor., • SECT ICN 9 - (1 EAS UR E7^ENT Ai10 PAYi-0EiIT is amended as follors; • • 9-3.2 Partial and Final Parnent ~~~~~ On the twentieth (20th) day o` each moo [h the Contractor ~ shalt su"mit to the City Encineer•a :mitten progress estimate of the work ' • . compla[ed, The City Engineer >rill review the es tirta to and approve it or notify the Cootractor of any exceptions. No such proyress estimate will be required nor payment will to made when the total ny'ptber, of working days is ts t fi ren y ve (25) or less or when the value of the' work totals ~~ l h f • ess t an ive hundred dollars ($500.00). ~~ 9-3.5 41ork Per fc r~~:rd ldi the ut Oi rrct Pavmrnt '" ', 4henever the Contractor is re4uirrd to perform ~:rork ar ' furnish i egn pment, labor, tools and ma[^_rials of any class for Brit ich no price is fin d i • e n the Proposal, it shall be w~~de rstond that such work i ., er;u pwent, locos, tools and maret•ials shall be provided withcut ext h ra e ~r;o, allowance, or direct pa yn:ent of any kind. The Cost of ' per ocii ng such work or furnishing such e;u il:atent, L~bcr, [cols and r ~a to pal . s shall be included in the unir hid Prices in the Proposal and r,c ad di ticnal e • c n ~pe r,sa[imt will be made therefor. • SS-.I r.: ... ~ • - SPECIAL PROVI SlON5 EMERGENCY RESTORATION R REPAIRS TO HELLMAN AVENEU SOUTH OF 9th STREET _ ( A. CO`lTR:1CT DRAtVINGS AND DESCRIPTION ~ Sheet No. Description ~ .~ ~ f+~1FA4i'NCY ~tCMM i _ EAlT A'0.' ~~ McZeM~tN A Vlt, r, tov>N of 91! ST. B. GF.NHR P. I. NATCRE OF THE WORK The work to be performed under this coot tact consists oI: - l - The reconstruction of street improvements, and all appurtenant work necessary to complete the improvements as shown and as described in the Plans and Specifications for Hellman Avenue South pf 9th Street t i 5 P-l %_ TI21E OF CO^1PLET ION AND LIQUIDATED DAr1AGE5 As set forth in Section 6- of the Standard Specifications and as modified by the City, the time of completion of this contract shall be 30 working days. Attention is directed to the provisions of Section 6-9 of the Standard ~ Specificado}R ors rich stipulate that liquidated damages of -D- 1 per calendar day shall be deducted~rolrramT- comoensation due to the Contractor should he fail to complete the work required by the terms of his contract within the time specified hereinabove, plus any authorized time extensions. ~ PERMITS AND LICENSES As set forth in Section 7-5 of the Standard Specifications, the Contractor shall procure all permits and licenses, including a license to do business in the City, pay all fees and give all notices necessary and incidental to the due and lawful prosecution of the work except the fee for encroach- ~ ment permit which is waived for this contract. E. PUBLIC CONVENIENCE AND SAFETY This time shall be accomplished in accordance with the provisions set ' forth in Section 7-10 "Public Convenience and Safety" of the Standard Specifications except as modified and supplemented below: ~ The cost for performing the work as herein described, including equipment, labor, tools and materials, shall be included in the unit bid prices in the proposal and no additional compensation will be made therefor. The Contractor shall take all precautions necessary to protect the public ~ around the jobsite during normal construction hours and traffic on streets under construction during non-working hours. COORO it1AT ION WITH UTILITIES AND OTHER AGEtJC IES Tile Contractor, one taeek prior to starting the work, shall request the listed Public Utilities to locate their respective underground utilities ~ in [he area of the work to be performed. Public Utilities Southern Calif. Edison Co. -986-5861 reneral Telephone Co. .- _-969-1700 ~ Southern California Gas Co. -984-1281 Cucamonga County 4la ter District -987-2591 San Gabriel Valley !1.11.D. -969-2718 The Contractor shall notify these utilities 24 hours in advance of beginning any excavation in the vicinity of the utility's facilities. ~ OEF li:IT ID:. OF PP.CiOSRL ITE1S The unit or lump swa prices to be paid for the items listed in the proposals shall include full compensation for furnishing all labor, materials, tools, and equipment and doing all work involved in furnishing and installing the materials complete and in place, in accordance with ~ the details shown on the plans and as specified herein. SP-2 • All incidental parts which are neither shown on the Plans nor otherwise spectfied, and which are necessary to complete the cons truct'on of improvements as shown on the Plans and as specified herein, shall he furnished and installed as though such parts were shown on the Plans or ~ _ specified, and no additional compensation will be allowed therefor. The scope of work shall include each item of work in the Proposal as described in the corresponding items following: _ Item 1 Removals, Clearing, Grubbing and Reconstruction ~ The provisions of Section 300-1 "Clearing and Grubbing" of the Standard Specifications shall apply except as modified and supplemented below. The work to he performed under this item consists of the removals, - clearing and grubbing for the entire area except as noted on the Plans. Removals to be included in the work, but not necessarily limited by the following estimate, are: G~ /.4.C. -GYRO Qe Gr71'CR . ~ _ .. c Removal of A.C. pavement shall 6e included under Item 2 - Excavation, and Asphalt Concrete and P,C.C. pavement Removal. ~ ~ 4lh ere concrete curb is to be removed and existing pavement is to remain the Contractor shall take care to remove only those portions of the pav e~nent required to enable the removal of the existing curb and recon- struction of the new curb and gutter. ~ ~ Sprinklers exist along areas where the construction is proposed. The ~ Contractor shall replace sprinklers damaged as a result of this work. The Contractor shall verify in the presence of the Engineer that existing sprinklers affected by the work are operating in the same manner as before removals. Sf'-3 • t• Item I(Continu ed) The Contractor shall not cover any sprinkler work done below the ground prior to Engineer's inspection of such work. The lump sum price paid for Removals, Clearing, Grubbing and Recon- ~ struction shall be considered as full compensation for doing all work as specified and no additional compensation will be made therefor. All trees removed shall be cut into sizes easily manageable far movement and neatly placed for futher removal by the adjacent property owner. • item 2 Excavation and Asphalt Concrete and P.C. C, Pavement Removal This item shall include unclassified excavation and the removal of asphalt concrete and P.C.C. pavement only, as shown on the plans. The provisions of Section 300-1 .3 "Re~oval and Disposal of Materials" ~ and Section 300-2 "Unclassified Excavation" of the Standard Specifications ;hall apply except as modified and supplemented below: 4lhere the proposed paving is to join the existing concrete paving the paving to 6e removed shall be sawcut a minumum depth of two inches (2") along the excavated edge. ~ This edge shall be preserved during intermediate operations so as to present a straight, firm and unyielding edge against t•~hich paving asphalt may be subsequently joined and compacted. Should the Contractor fail to maintain said edge, corrections thereto shall be made by additional cutting as directed by the Engineer. ~ ~ 'Ahere the existing pavement edge wilt be capped, the existing pavement at the edge of the excavation shalt be cut to a neat, straight line at the designated location. Paymrnt for this item, even though bid on a square foot basis, will be ' made for the quantity estimated by the City as shown on the Proposal Bidding Schedule. C7 SP-4 f Item 2 (continued) Subgrade compaction specified for other bid items shall be included in ~ the unit price for that item. Payment for this item at the price bid per square footshall be considered as full compensation for doing all work as specified herein and no additional compensation will be allowed therefor. Item 3 Asuhalt Concrete Pavement This item shail include the construction of asphalt concrete pavement as sho~.vn on the plans. The provisions of Section 301-1 "Subgrade Preparation," Section 302-5 "Asphalt Concrete Pavement," and Section 203-6 "Asphalt Concrete" of ~ the Standard Specifications shall apply except as modified and supplemented below: Asphalt for asphalt concrete pavement shall be Type 1-C with 5.6 percent AR-4000 paving asphalt. Type I-D with 5.7 percent AR-4000 paving asphalt may be required at direction of the Engineer, for ~ asphalt concrete pavement surface course. Th_ surface course shall be a maximum of 2 1/2 inches thick. A prime coat over base materials is not required. A tack coat of grade SS-lh emulsified asphalt shall be applied over ~ existing AC pavements to be overlaid, at contact surfaces in accordance with Section 302-5.3 "Tack Coat". All asphalt concrete shalt be limited to the use of crushed rock aggregate. Asphalt concrete pavement shall not be placed when the atmospheric ~ temperature is below 60°F and falling or during unsuitable weather. Asphalt concrete shall be placed with a paving machine equipped with a Preco attachment or similar device for use in obtaining constant cross-slope and maximum joint quality. 41eed killer shall 6e Fenamine as manufactured 6y Rmchem Products, Inc. nr a sim!i lar Ste ril ant approved in writing by the Engineer. Fenamine shall be applied to the shaped and compacted Subgrade at a minimum rate of 0.3 gallon of 15:~ solution per 100 square feet. The snr'~~l equipment shall provide good agi to ti rn and an even coverage of the soil, Ao weed killer is required on Subgrade wha•e Aggregate base is to be. placed or where existing pavement has been removed and there is nn evidence of growth. SP-5 Item 3 (continued) Payment for this item at the price bid per ton shall be considered as full comoensa lion for doing all work as specified herein and no additional compen- sation will be allowed therefor. • Item 4-Class 2 Agareaa to Base This item shall anclude the construction of crushed - Aggregate Base s hotvn on the plans. The provisions of Section 301-1 "Subgrade Preparation", and Section 301-2 "Untreated Base" of the Standard Specifications shall apply except as • modified and supplemented below. Thickness as specified on plans is. compacted thickness at the location and grade shov+n on the plans. Gradation and other requirements specified in the provisions of Section 200-2.1 throuoh 200-2.3 of the Standard Specifi- cations shall apply. • Payment for these items at the price bid per ton shall be considered as full compensation for doing all work as specified herein and no additional compensation will be allowed therefor. Items • The provisions of Section 301-1 "Subgrade Preparation", and Section 303-5, "Concrete Curb, lJalk, Gutters, Driveways and A11ey Intersections of the Standard Specifications shall apply except as modified and suppl r,nented bel ae: ~ • Concrete shall be Class 520-C-2500 as defined in Section 201-1.1.1, "General" having grading limits of combined aggregates for one-inch (1") maximum as listed in Section 201-1.3.2, "Combined Aggregate Gradings ,"grading"C". . . All Portland cement concrete improvements to be constructed per the above items shall be cured with Type 2 curing compound. , Class "6" mortar finish coat for curb shall not be required. Payment for Lnese hens at the price bid per lineal foot or square foot • shall be considered as full ca:npens ation for doing all work as specified herein and no addi ti anal eompen sa tion viii 6e al loaned therefor. Item 10-Cone rote ~!a son r~ Bloch Fall ~ • Tiiis it^°,i sn.v TicTu~ construction of masonry block wall at specified locations and as shown on the plans and SCa nda rd Orawin9. • Thr. provisions of the Standard Specifications shall apply except as modified and supplemented belod: SP-6 • These items shall include the censtruction of Portland cement concrete curb, curb and gutter, sidewalk, driveway approach,cross-gutter, and pavement as shown on the plans and Standard Drawings. C [tam 10 (continued) Thz top 6 inches of subgrade material under footing, and all backfill - shall be compacted to a relative compaction of 90 percent, ~ Footing concrete shall be Class 520-C-2500 as defined in Section 201-1.1.1. "General" having grading limits of combined aggregates for one-inch (1") maximum as listed in Secti or, 201-1.3.2, "Combined Aggregate Gradings", grading "C". - All vertical cells shall be filled with grout, A bond beam will be ~ required in second course below top of wall. All courses to be level, with steps in footing to occur below bottom of sidewalk or top of curb. Prior to construction the Contractor shall submit shop drawing indicating the exact wall location with foundation breaks. C = Payment for this item at the price bid per lineal foot shall be considered full compensation for doing all work as specified and no additional compen- ' cation will be allowed therefor. Item 11-Reconstruct Existing Concrete briveway (6" Thick) 1 ~ This item shall include the construction of Portland cement concrete d rive~.vay as shown on the plans. The provisions of Section 301-1 "subgrade Preparation", and Section 303-5 ~ "Concrete Curb, Walk, Gutters, Driveways and Alley Intersections cf the C Standard Specifications shall apply except as modified and supplemented below: Concrete shall be Class 520-G-2500 as defined in Section 201-1.1.1. "General" having grading limits of combined aggregates for one-inch ~ (1") maximum as listed in Section 201-1.3.2, "Combined P.ggregate ~ Gradings," grading"C". All Portland cement concrete improvements to be constructed per the above items shall be cured with Type 2 curing comoound. ~ Pay~rznt for this time at the price bid per square foot`shall be considered ~ as full compensation for doing all work as specified herein and no additional compensation will be allowed therefor. Itma 72-G" Asphalt Concrete Dike ~ This item shall include the construction of 8" asphalt conu~e to dike as C shovm on the Plans and Standard Drawing. The AC dike shall be placed using an er,trusion machine provided the finished dike is true to line and ^ra de, the AC is dense, and the surface is free from humps, sage, or other irregularities. ~ the provision; of the Standard Speeifiea tions shall apply except a5 ~ indicated and supplemented below: SP-7 stein 12 - (continued) • A.C. for asphalt concrete dike shall 6e specified as Type I-D-AR- 8000. Paint binder shall be placed on existing asphalt concrete pavement base prior to installation of the dike. • Payment for this time at the price bid per lineal foot shall be considered as full compensation for doing all work including supply of materials as specified herein and no additional compensation will be allowed therefor. ' ~ ,. ~ SP-fl P N ~ C.' A C T d h N ~. p N . n rt Al ~'.( P 1 0 Sd h O n a. O n H Np ~. ~ ~~ FRIAlS FURNISHED OR i0 BE F URNISNED I$ APPIICABIF 10 PRIVATE WORK ONEY I INIS IE NOi A UEN. THI515 NOi A [FiIECTION ON ME INTEGtlTY OF ANY COMMCTOR OR SUNONI[ACTO[. [ O C1 YOU A[ENF[EfY NOTIFIED: DATE SURE 20, 1980 J(~/ LHAi 'ME UNDERSIGMD HAS FURNISHED UR V:IEI 'URNISH TABOR SERVICES EOUIhMENi OR MATERIAL OF THE FOLION'ING DESCRIPTION PHILLIPS FIBERS CORPORATION ,..al INDIwouAE //~~29602 oR FlRM ar~ s•nrt .~ BY I ,,~ Jackie Eddy .. INA".7C IA ERVICES REY_ 6/20/80 c~_._._-__.-.._- Fnn THE NAME 4..D ADDRi55 Of THE PERSON W NO CONLRACiED fOR THE PURCHASE OF SUCH IABOP SERVICE EOUIPMENi OR MAiERIAE IS __ _So6 Esc udero, Robert Escudero.-Inc. La Crescents CA BEVERLY AUTHBLET, CITY CLERK i0 CITY OF RANCHO CUC~A~ANCO ':MNES 9320 BASE LINE AVE. RFRVII C O'ANF4 ~~..~....___-_~ D4 Puel.c ACrNCV "C" AAHCHO CUCAMANGA CA 91701 ROBERT ESCUDLRO, INC. i0 ORI,NJ.I o:N~iA(1:: _ 3638 FOOTHILLL BLVD. am qL ro~:~=n~~r: LA CRESCENTA CA 91214 J PETAOM.AT NONWOVEN FAB. BOND I/0102 JFSiit ,.ry OF NI.IEfI<'. BABE LINE RECO`iSTRUCTION PROJ. from 0.07 mi W. of Garnet St. to 0.07 mi. E, of Lion Ave, •C: Flu Fri eil1111iM14 SF4VIFJOF W09r OF iMRN1vFMf4~ San Bernardino City CA -`v. _. _ nr rIr None[ To nloNnr owNa M IFIF a. M F^N In lull M IM IY,. xnbA .MITw1. w Inalw- Id, wmw.e w ro r wm4.I, o .wanmR'. lln l.rlnF N x. I.r. R~wFM1 roan MuJUwn puawlRT. a M w M M Iw' PMwll MNR u R^F.,.B m^I V Nu.M Mu4l1M F^FwF1wnEI,wM N"Mr. F^N rww amhauer in FA1 Yw nq wM N /FMrC EwnxN q!4 MF wm ron~, F'I IH FFUFIM swn [awaew M MnYF. r4ro0 rM.r Yr 1b nw~.w w lwn M'SF[ rw xr na,b sM..rM r^rmw^,• rw' •~^. w ml un1 wM n,r1RN w Mb RIAM Y apryrllu uMw Nw irtNnMmm nnnT ruNOS w wxx:x surn[MelEU reNa FRN[IFIS Ae FAYAxe NdME _ ADDRESS NPME ADORE55 NAN( w1DRlss MAIf RIXI MFN NOI 4E0111REO 10 fURNl$M 1Mf ABOVfI NO71CF TO CONSTRUCTION LENDER ONIY ESTIMATED IOiAL PRICE OF THE LABOR, SERVICES, EQUIPMENT OR MATERIALS UESCRIBEO HEREON ''ca Lanoa s[avlces IO MECHANICS LIEN ONLY RRWERiV IWWCH IS FHIS IS NOt AIIEN.TN1515 NOtA RFFlEC110N ON TNF INiFGNTY OFANY CONTRACTOR OR SUBCONTRACTOR. ~%j YOV ARE HEREBY NONfIFO: dune 20, 1980 I DATE IHAi THE UNDERSIGNED ETAS NRNISHFD OR W Ill FURNISH LABOR SERVICES. ECWPMENF OR MAIEPoAL OF EHE FOLLOWING DESCRIPTION PHILLIPS FIBERS CORPORATION M1.:.f wplvlDUAt ,,,,_ , ~ LE SC 29602 OR ~I FIRM s~nE. .air, nr ,/' Jackie Eddy s~Ju/ j1:I\hIC IAL/ERV ICES REP, 6/20/80 ~., THE NAME AND AODkOSS ORHE PERSON W ILO COMRACi F0 fOR THE PURCrAEE OF SUCH 1A00R, SERVICE FOUIPMENi OR MAi ERIAI si Beb Escudero, Robert Escudero, Inc. La Crescenta CA BEVERLY' AUTHBLET, CITY CLERK TO~ CITY OF RANCHO CANANGO owute 9320 BASE LINE AVE. eEPVIFV 0 W N(N OA PuOUC ACENCr uC" RANCHO CUCAMANGA CA 91J O1 ROBERT ESCUDERO, INC. TO °"0111 3638 FOOTHILLL BLVD. CCNlec~roT PC : !t: corarnaoR LA CREBCENTA CA 91214 BASE LINE RECO'9STRUCTION PROB. 07 mi W. of Garne[ B[. to 0.07 mi. E, of Lion Ave. iACCrt]S Ci IJI1171iYJ 5~~'JC"JVE W09[ OI IMrgViMf'il~ San Bernardino City CA NOIKf 10 MONNY OWNN II NI. ae M pdd'n IM M tM lopes, Nnkw, wWin..k, a TM- id, IumNM w b M Irm:Ml, o .rtLw.: i I+n N.FiN N N.. ~ INpgh whl IwM.rw~ FNMMM1 N M w pl N Pw P~PwN EKq .n ewd mgbquld waN N+ r~ uN~wN, ti Erl. rw, m.I .hn N~PmF,:a Iwm~il a~ 1 Enh:a~M. rNUwK~ RI111 rnuwlM IsN [wlhwlw N IWnkF a rTrY rWON EI Rr prnM w lim RhwR lw Nb MFb MN~ Tdiry ROInMh N 1M,w hatlw N IN w,Y NM mwRN w Mrk~ whkl, h aFF~~Mkhr uMx IM wumNanw. iRU51 iV1IMtO WNKNSYRIfM[N1Al INN4k RfNFirtS AN IAYANF NPME Aoovcss NAME AnoRESs NAMF AoDRESs ~MAlfkIAI MEN rvOI FFOUlAfV 10 FlIRNI$N tNE ARUVE~ - NOTICE TO CONSTRUCTION LENDER ONLY ESIIMAIED tOFnl PRICE Of 1HE LABOR, SERVICES, EOUIPMf Nt OR MAiERIAlS DESCRIBED HEREON I ACKNOWLEDGMENT OF RECEIPT OF PRELIMINARY 20•DAY NOTICE I ~ ~1 THIS ACKNOWLEDGES RFCHPI ON__.y~ 'l'am .1 ~ _~ .` V OF ACOPV Of iwsYRELIMINARr 10 DAY NOEICE 1 DAi F. I 1 L. - ".? fr GNAtURt l ADDRESS OR DESCPIpIION OF 100 SIIE_~A.4F iiNF RFf'ONSTkNCTTON RAGE V /7 (ROneRT EscuBERO> V L E L{~LC~3B /$ap pDly PAY 1'A Nt5 aPIN ~~ v LENDER COW Cite of RANCI-I O ~UCt1 ~~IONGA Department of Conuuuiiity Developi~ient SPECIAL PROVISIONS EASE LINE AVENUE°,ECONSTRUCTION PROJECT West of Garnet Street to East of Lion Street and Archibald Avenue to Nest of Cambridge Avenue FAU PROJECT M-R060(2) w O U rr `~7 O z 1977 :aro v~ .~ ~ , QE1.9i1~CAIIT IJF$U8w}('d~ lk;. I COMVgNIES AFFORpING COVERAGES ~~ Lt~gal>t Nd. ti _ .. __,. ._ . ______ uesee wli~wca, G 91102 ~.: p nslce Dr<sa9ygc9 cu~aetrt I-: ...._ ..._ . _... -------- '~ wsrt ssta+o~no~ ltac. ~ C 3p6 roet4ul sla. '~ - - - - ---- Ls czrowh, u 910U j r,. ~- p ~- -- --- -- e.,T= .,..., , ,... . - -._... - -,_ - - - - -T~~;ni of i:5~,d~ry cTnbsams b"b'dT _-'- ~ GF hEanE 1;4q;Lrtr ,. - ~- ~ a be n 902 1-a-ai ~ .1.000. , 1.000. ~ui nMOVr.E uae~~nT• ~ - Y ai, 2: 40! ls-a1 ,~ ~ .. _ ._ a :,; Ese: , npair. OC 88 78 891 3.]0+81 ~ 1000 ~w~RnERS coMrervsn~~.c~ EMPLOYERS UgBlut° Oi HER ~ ~ ~ ~~~ -_~ I,I dtflt. tb MO~~ ~ tlNl! d~ ~tWt ail [ld•/•~/t~ art /~ Oz is oaot~tlen tAtl {b wat b b palwrt. SeW,9 dW r~efat J~-: 8srr Liw u~cwruvctim~ tt~~~ct -A0 Pm~~elt lM.ilOfi (2j Canrollation. ~ ~ ~~ ~~ ~ ~ ~ ~ ~ I' ~ ~ ~~ L=. ... - :., ~~NLl 9H0 !Y~ LLN Awgw 5r1p C _: r 9AM:W Q7CNGFf~, G 91701 ' ~.1f sVr~ ~~i/~ CITS OF It\NCliO CCC.\2:VNt%<\ FF.DLRAL-.1I0 URBAN 7::OJECT SPEC I<1L PROVISIONS NOTIC r'. TO CONTR<\C TORS PROPOSAL A:iD C02 !'Se\CT FAU PRDJ LCT M-RO60 (2) BASE LINE RECONSTRUCTION PROJECT FROM 0.07 MILE WEST OF GARNET STREET TO 0.07 MILE EAST OF LION AVENUE AND FROM ARCHIBALD AVENUE TO 0.04'MS LE WEST OF CAMBRIDGE AVENUE For Usc in Comsctinn wRh S[nndn rd S~+eci(icnci nnF Du ted J,inu.iry 1979 of the DepartmenC oP Transportation Lloyd II~U6. City Gi;;lnrcr TABLE OF CONTE YT3 N01'LCE TO COSTRACTORS SPEZIdI. PNOCi5I0S5 SEC fI O\ TITLE 1. Specifications and Plans 2. Proposal Requirements and Conditions 3. Award and Execution of Contract 4. Beginning of Work Time of Completion and Liquidated Damages 5. General 5-1. >Iiscellane ous 5-I. 01 General Prevailing Wage Rates, Equipment Rental Rates, and Labor Surcharge 5-1. 02 Payroll Roco rds 5-1. 03 Assignment of Antitrust Actions 5-1. 04 Responsibility far Damage 5-1. 05 Increases of No re than 25 Percent 5-1. 06 Measurement and Payment. 5-1. 07 Legal Relations and Responsibility 5-1 .08 Subcontracting 5-1 .09 Partial Payments , 5-2 Federal Minimum IYages 6. Federal Requirements for federal-Aid Construction Projects. 7. (Blank) 8. Materials 8-1 . Sti soellaneous 8-1 .01 General 8-1 .0'7. State Specification Numbers for Paints, Epoxies, and Curing Compound 9- L 05 Slag Aggregate 9. Desorip ti on of Work 10. Construe tl nn Details 30-1. General 10-1.O1 Order of Work 30-1.09 +lai nt ai Wing 'T'raffic 10-1.03 Progrc ss Schedule IO-1.04 Obet ructions 10-1.05 Dust Cunt rol 10-1.06 !:x ~::f ing ill ghway Pacililtcn 10-1.07 ilcan n; and Grubbin l0-I.ON Wa tcring 10-1.09 En rlhwn rk 10-1.10 Ap;; regatc Rase LO-I.It ?li secll anc ous C~~nc rv tc Ru+xtructi nn IO-1,12 Pavement licinforcing Pahric. 10-1.17 Asphalt Cnncrctc s PROPO S.tL List of Subcontractors Questionnaire ~ C~rtificati on of Performance of Previous Contracts Bidder's Certification of Affirmative Action for Equal Employment Oppn rtuni ty Non-Collusion Affidavit Certification with Regard to Participation by Minority Business Enterprises in Subcontracting ~ Bidder's Hood CONTRACT Signature Sheet ~ Performance Bond Labor Nate ri als Hood r NOTICE INVITING BIDS FOR FAU PROJECT M-R060(2) • BASE LINE AVENUE RECONSTRUCTION PROJECT WEST OF GARNET STREET TO EAST OF LION STREET AND ARCNIBALU AVENUE TO WEST OF CAMBRIDGE AVENUE • DESCRIPTION OF WORK: The work includes the clearing and grubbing and excavation for the construction of curb, gutter, sidewalk, and A.C. pavement on Base Line within the job limits. All work shall be accomplished in conformance with the plans and specifications. RECEIPT OF PROPOSALS: Sealed bids will be received at the Office of the City ~ Clerk, City of Rancho Cucamonga, 9320 Base Line Avenue, Suite C, Rancho Cucamonga, California, 91701, until 2:00 P.M. on the 25th day of April, 1980, at which time they will be publicly opened and read. 08TAINING CONTRACT DOCUMENTS:PIans and contract documents may be obtained at the Office of the City ngineer, City of Rancho Cucamonga, 9340 Base Line Avenue, f' Suite B, Rancho Cucamonga, California, 91701, upon payment of $10.00 which amount shall not be refundable. Plans and specifications will only be mailed out upon payment of a mailing and handling fee in addition to that stated above of $5.00 for a complete set. PROPOSAL GUARANTEE: In conformance with Section 37931 of the Government Code, ~ all bids s all be presented under sealed cover on the proposal form provided and accompanied by one of the following fornis of bidder's security: a. Cash b. Cashier's check made payable to the City of Rancho Cucamonga. c. Certified check made payable to the City of Rancho Cucamonga. d. Bidder's bond executed by an accredited surety insurer, made payable to the City of Rancho Cucamonga. The security shall be in an amount equal to at least ten percent (10%) of the amount of the bid. R bid shall not be considered unless one of the forms of _ bidder's security is enclosed therewith. A Surety Bond for payment of labor and materials will be required in the amount of one hundred percent (100%) of the estimated total contract price and a Faithful Performance Bond in the amount of one hundred percent (100%) of the estimated total contract price in the form attached to the contract documents. . Said bonds shall be issued by a company havfng a rating of A+AA or better. COMPLETION OF WORK: All work under this contract must be completed within forty- five 45 working days following award of the contract. Failure to complete work within the stipulated period will result in the assessment of $150.00 per day in liquidated damages. A-1 INSURANCE REQUIREMENTS: Pursuant to the requirements of Section 1860 of the Labor Code C apter 1000, Statutes of 1965), Contractor shall take out and maintain, during the life of this contract, workmen's compensation insurance for all his employees employed at the site of improvement, and if any work is sublet, Contractor shall require subcontractor similarly to provide workmen's ~ compensation insurance for all of the tatter's employees. Contractor indemnifies City for any damage resulting to it from failure of either Contractor or any subcontractor to take out or maintain such insurance. Public Liability and Property Damage: a. The party contracting with the Contractor for this work shall be understood to be the City of Rancho Cucamonga, but this understanding shall in no way alter the obligations of the Contractor or his surety (ies) to other parties identified herein, b. Simultaneously with the execution of the contract, the successful a bidder shall furnish satisfactory proof by certificate or otherwise as the City may require that he carries all of the various insurances set forth in paragraphs A,B, C and D of Section 7-1.12, of the State Standard Specification, Automobile Liability including Non-Owned Auto Coverage. c. The limits of such coverage shall be: ~ 1. Bodily Injury Liability ....................$500,000 Each Person $1,000,000 Each Occurrence Property Damage Liability ..................$250>000 Each Occurrence $500,000 Rg9regate ~ or, 2. A single limit for Bodily Injury Liability and Property Damage Liability combined of ...... ................ $500,000 Each Occurrence $500,000 Each Occurrence d. The City of Rancho Cucamonga, Associated Engineers and their respective ~ agents, officers, officials and employees shall be included specifically in all indemnifications required by this Section, and they shall be included specificallly as additional insureds along with the other parties identified in sub-paragraph (2) of paragraph A. e. The Contractor shall require the subcontractors, if any, to take out and maintain such public liability and property damage insurance in the amount hereinabove set forth. f. All above listed insurance shall be maintained by the Contractor in full force and effect during the entire period of performance under this ~ contract. A-2 ~ CITY'S RIGHT RESERVED: City of Rancho Cucamonga reserves the right to reject any or all bids and/or waive any informail ity on a bid. No bidder may withdraw his bid for a period of thirty (30) days after the date set for the opening thereof. The contract will be awarded to the lowest qualified bidder. R11 work to done under the direct supervision of the City Engineer, City of Rancho Cucamonga, California. Employer payments other than those itemized therein, as defined in Section 1773.1 of the Labor code, are to be paid in accordance with the terms of the collective bargaining agreement applicable to the type or classification of the workmen or mechanics employed on the project. ~- ~J ~ //~ /` yd B. Hub bs i'ty Engineer LBH:deb A-3 CITY OF R.A:~iC'J CGC:L'~108(L1 SPECIAL PROVLSiOXS FOR BASE LINE RECONSTRUCTION PftOJEC'f S EC1'f Oir' L SPECIFIC:\'LIO\5 dSl1 PLANS $CCLlOh 1 1-1.01 GF.NP.Rd L--The we rk embraced herein shall he done in acre rdanea ~.+i[h the Standard $p ec if ica [ions dated Januar: 1978 of the State of Callfornia~ Depa r[ment of Transportation, Business and Tra nspor ta[ion Agency, insofar as the same ma y'apply and in accordance with the following Special Provisions. 1-1.02 DEF Li11TID&S--IJh erever in the Standard Specifications, Special Provisions, Notice to Contract ors, 'Pr oposa 1, Contract, or other contract docu- ments the following terms are used, [he intent and meaning shall be interpreted as follows: S to to - Ci[y of Rancho Cucamonga Uepa rLmenC of Fubl is [JO rks - City Council, City of Rancho Cucanle nor: Director of Public [tor ks - City Engineer, Ci[y of Ran elm Cacanwnga Engineer - The City Engineer, ac tinC either directly or through properly auc h~~ri zed agents, such agents .ac [ing, :within the scope of the particular duties encrusted to them Standard Speci.Eic a[ians - The current ed i.tien of the Standard Specifications of the State oC CaliCurnia Dcpar Caen[ of Transport a[i.on dated January 1978 Lobo rain ry - The labnratn ry designa tad by [hn City of R:mcho Cuc en:nny;a to tent ma COrin is and wo rl: in vn lvcd in the eonCr ar.t i.s CO he n S[a CC uC (:,tii(erlll fl neili L'y. In tilt [u Cant r.t ~. to rs - ilo Linn Invi Lin p, Iti,L: 0 eher b"r•ns npa~•n rin; in Cho 8t~lndnrd Spec if icationv, :md th+•; ~• Spec i.il P my i:;iam;, ~;hn]]. h:om Lhr inLCnL arol n~.••.uiin ". ::prc i[ird in SncCien 1, Ilaf in itLm.: and Te r~l:: ul ti+^. SCnndnrd Seer: i.CL:a[iom;. 3 ~ Sections 1,2,3,4 In ease of mnf list be t'.a•en tho tandanl Sperif ir. ~!. i,!m; and tb: s. c. Special Proci.eirn ::, the Special Provi:; ions Shull toke pre eedenea orac ar:ct be u'>cd in li.cu of each ronFlictino por[iens- SIiC'II UN 2. PXOPOS,\I. F.EnU IRE; 1,=.:~fS ,\.:U COliD I1'1C;IS 2-2.01 P:a!PUS:\L. I:I(OUiRF_IENTS AXiI CO:1DLTi J;iS--?'Iw i~iild v.r's n[[en Liuu is dir'•c.tea cn thr provisions in Section ~ "PrUp06a1 is^q LL]YC, 1^nnCF m.:l Cnnd LC ion^." of Li!c Standard Specifications and [he se Spuciol Provis inn: For [h.. rr qn iram.^n is and conditions which ha must observe in th •_ prepara Lion of the pm pa ,al torre end the sub!niss ion of Che bid. 2-2.02 CC>IPETE:;CY OF ll'IDDERS--Submicml of n qucslinnnnirc and finan- cial stn CUnicnt for prey ua Lfficatiou of prospec[i.ve bidders in aceerdan ca with Sec [imt 2-1.11 of the Standard Specifics bens will not be required. SEC'II ON 3. AIiARD ANU EXECUTION OF CONT:L\CT The bidder's attn noon is directed to [he pro :i siou;; in Section 7, "Award and E;:e cation of Contract," of the Standard Spec if icn bons :md Lo "F ro po .al Rryuiremen [s and Conditions," of these Special Provisions for the rep ui rcircnts and conditions concerning award and execution of co n[racc. A guarnn b: fo rn to be signed and delivered to the Engineer before accep [ante of the contra c[ is• fncLuded in the proposal. The successful bidder, simultaneously with [he exec utinn of the cunLr rc C, will be req~.ii red to furnish a labor and material bond in ^n amount equal [o l00 percent (100;0 of Che contract price and a faithE ul. purfonnnnce. baud in nn ono not equal to one hundred percent (100;;) of the contract price; and bonds sha1.1 be of Che Earn attached [o SecCicn C ani necured from n Sur: Lv co::~.p._ny raced ,`,+,\,1 ur better and sati.s Cactory eo the Rancho Cucamonga City Attu rnev. _ - SECTION 4. BEGINNING OF WORk, TIME OF COMPLETION AND LIQUIDATED DAMAGES. The Bidder's attention is di reeted to the provisions of Section 8, "Pros- ecution and Progress" of the Standard Specifications. All provisions of Section 8 apply. The Cunt ractor shall begin work within ib days after the date specified in the Notice to Proceed and shall diligently prosecute [he work to completion before the expiration of 45 WOHHING DAYS from the date of said Notice. The Contractor shall pay Co the City of Ranehn Cucamonga the sum of $100 oer dey for each and every calendar day's delay in finishing the pork in excess of the number of workf ng days prescribed above. 4 SECTION 5. GENERAL SECTION S-1. MISCELLANEOUS Section 5 ~ 5-1.01 CF.NERAI. PREVAILING WAGF. RATES, EQUIPMENT RENTAL RATES, AND LAEOR SUNCDARGE.--The general prevailing wage rates applicable to the work to be ~ done are listed in the Department of Transportation publication entitled General Prevailing Wage Rates. Section 1-1.37, "Special Provisions", of the Standard Specifications is amended to read: 1-1.37 Special Provisions.--The special provisions are specific clauses • setting forth conditions or requirements peculiar to the work and supplementary to these Standard Specifications. The Department of Transportation pu63ica- tions entitled Labor Surcharge and Equipment Rental Rates and General Pre- vailing Wage Rates are to be considered as a part of the special provisions. 5-1.02 PAYROLL RECORDS.--The Contractor's attention is directed to the following provisions of Labor Code Section 1776 (Stats. 1978, Ch. 1249). The Contractor shall be responsible for the compliance with these provisions by his subcontractors. (al Each contractor and subcontractor shall keep an accurate payroll record, ~ showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in eonnec ti nn with the public work. (b) The payroll records enumerated under subdivision (a) shall be certified ~ and shalt be available far inspection at all reasnna6le hours at the principal office of the contractor on the following basis: (1) A certified Copy of an employee's payroll record shall be made available for inspecCi on or furnished to such employee or his or her ~ authorized representative on request. (2) A certified copy oP all payroll records enumerated in subdivision la) shall he made available for inspection or furnished upon request to a representative of the body awarding the contract, the Division of La6nr Standards Enforcement and the Division oT Apprenticeship Standards . of the Department of Industrial Relations. 13) A certified copy of all payroll records enumerated in subdivision (a) shall be made avaiLab le upon request to the public for inspection ur copies thereof made; provided, however, that a request by the public shall he made through either the body awarding the coot tact, the Division of Apprenticeship Standards, or the Division of Labor Stan- ~ da rds P:nforcement. The pub Lic shall not be given access to such records at the principal offi ee of the eon tractor, (c) Each coot ractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested such records within 10 days after receipt of a written request. ~ Idl Any copy of records made available for inspection as copies and furnished upon request to the pu6l is or any public agency by the awarding 5 ~ Section 5 body, the Division of Apprenticeship Standards or the Division of Labor Stan- dards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address and social security number. The name and address of the contractor awarded the contract or performing the con- tract shall not be marked or obliterated. (e) The contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a), including the street address, city and county, and shall, within five working days, provide a notice of a change of location and address. (f) In the event of noncompliance with the requirements of this section, the contractor shall have 10 days in which to comply subsequent to receipt of written notice specifying in what respects such contractor must comply with this section. Should noncompliance still be evident after such 10-day period, the contractor shall, as a penalty to the state er political subdivision on whose behalf the contract is made or awarded forfeit twenty-five dollars (525) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Uiv ision of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress payments then due. 5-1.03 ASSIGNMENT OF ANTITRUST ACTIONS.--The Contractor's attention is directed to the following provision of Government Code Section 4551 (Stats. 1978, Ch. 414) which shall be applicable to the Contractor and his subcon- tractors: •'In entering into a public works cor tract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contrac- tor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all ceases 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 (commenting with Section 16700) of Part 2 of Division 7 of the 8u siness and Pm fessions Cnde), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment Lo the contractor, without further acknowledgement by the part.ie s." 5-1.04 HESPONSID ILITY FOH DAMAGE.--The third and fourth paragraphs in Sce ti un 7-1.12, "Responsibility for Damage:, of the Standard SpeciF icati ons are amended to read: The Con t,ractur shall indemnify and _ave harmless the Stale of California, the Ci Ly of Rancho Cucamnn~a, California and its consultant Associated Engineers cf OnLa rio, C'aliforn ia, and all officers and employees thereof connected with Che work, from all eta ims, suits or actions of every name, kind and de- script.ion, brought forth, or on account of, injuries to or dca Ch of any person including but not limited to workmen and the public, or damage to property resu lLing from the performance of a contrac L, except as otherwise provided by statute. The duty of Lhc Cunt roc Lnr Lo indemnify and save harmciss includes the duties to defend as set fn rth in Section 2778 of the Civil Code. Section 5 ~ The Contractor waives any and all rights to any type of express or im- plied indemnity against the State, its officers or employees. e It is the intent of the parties that the Contractor will indemnify end hold harmless the State, its officers and employees from any and all claims, suits or actions as set forth above regardless of the existence or degree of fault or negligence whether active or passive, primary or secondary on the part of the State, the Contractor, the subcontractor or employee of any of ~ these. 5-1.05 INCREASES OF MORE THAN 25 PERCENT.--The last paragraph in Section 4-1.038(11, °Inereases of More Than 25 Percent," of the Standard Specifica- tions is amended to read: When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer's Estimate is less than 55,000 at the applicable contract unit price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. • SECTION 5-1.06 MEASUREMENT AND PAYMENT The Bidder's attention is directed to the provisions of Section 9, "Measure- ment and Payment" of the Standard Specifications. pll provisions of Section 9 shall apply. SECTION 5-1.07 LECAL RELATIONS AND RESPONSIBILITY. The Bidder's attention is directed to the provisions of Section 7, "Legal Relations and Responsibility" of the Standard Specifications. All provisions of Section 7, excepting those of Section 7-1.08 as modified under Section 10 ~ of these Special Provi'stons~and chose modified below, shall apply. 7-1 .OIN SOUND CONTROL REQUIREMENTS--The following provisions shall apply in addition to those of Section 7-I.OSN Work slue 11 hr pcrformc•d only dnrin~ [ha hours of 7:00 n.m. to 6:00 p.m., • Monday.^. lhrnuSli 'rri d;:y s. i.o work shall he performed on is to rd.rr+, Sund acs, or hot.idny •:. '[4c nui.=n Level Erom the Co ncractn is nperatinna shall no[ exceed fib db•1 al: a dis Cnuce of 50 feet, Said noise l~•v~a regni romcn[ shell apply Co all eq uinnent en the job or ' rel,need to tit,• joh, iur_luding bu[ nn[ llm it ed [o etudes, crnnsit Wiser r, or Cram icnC nq ui p•e•nt ;.Lot may nr may nn[ hr n;.nea by Cite Cno trac h'r. The noc oC loud sound signal:: shall he avn iQcd i.n C,r: or of li ,ht wa rnin;;s c::cepC [hose requi tad h;: safe Ly law:: for Cha pra Cection oC pr rennnal.. Full coivp'_ns scion Cor cnu Co nr,ing [n cho regairrincOCa o1 ehis ;: :r ti on nhd 1.1 Lc con :idr rNd ;r: incl naed In Cho plH crs pn i•I Cor the vn rinun ran tract hers ..E •dn rk invul ved mid nu ;nbJi cioml c;mpv.n:;atlen tall be alln•.ecd chercfor. 7 ~ Section 5 5-1.08 SUBCONTR4CTINC-Attention is directed to Section 8-1.01, "Sub- contracting~', of the Standard Specifications. A sheet for listing the subcontractors, as required, is included in the Proposal. 5-1.09 PARTIAL PAYMENTS -- Attention is directed to Section 9-1.06, "Partial Payments", of the Standard Specifications and these Special Provisions. No payment will be made to the Contractor for any materials on hand which arc furnished but not incorporated in the work. 8 SECTION 5 SECTION 5-2. FEDERAL MZ:IL'3UM WAGES 5-2,01 Minimum Wages.--Attention is directed to Section 6, Federal Requirements, of these special provisions and Decision w No. CA78-5123, of the Secretary of La}»r, included herein.. 80P015IDGH OS ISIOP ' $:AT: Glffnrnla pOtM^I&">: I~eaalr Inyo, Rernr Ins M9eles, Bomr orarq e, Bive[e1de. San Be[ne[dlno, San Iy is Oblspor San ca • Barba[e and Venta[a OS:S:ON SUl6E?: G96-5133 Wd'B: Pete of PVb:lce tfon ' Sup!: aedea DeclslOM1 No. G]8-SOOA dated Janva[y 37r 19]B, In q PR 3611 C&5,^..: PC:OY OP tAPE: ealldfng C'Onatractfon (does :nt Snclud. tingly [aa13y Eonee anA garden type spec tmenta up to tnd inclodi roJ t tb[lear hea•ry and E tgE.ay corstrvctlon end d[edgtny. A93 FS~5 N^..4tID5 BJI(~~.Y.ti(_t5 ? i I.T:AY°A9: 5[gltmlMa: Icxrlal founty InYor Pe[n sad ewno Cnanf leg Wa Angeles (aunty ~Litlea O( 6avta Ynnicar Malibur Venice, Pasa.'.enar South Pasadena, A2 ad:a, Mnnr ot'Se and SOUtE of Posen: ans elvd.r including In-9 lest"J, O:an9e Ceunky tn5 A^.aelts County (except C:::es o'. Santa Honfca. Malltu, Ven i; e, Paeadeon. SouN Pasaden K odia, M n:ovle and $ouN of Pasec[am Blvd., Sncludiny m-^ Bea clq P ive a:de and San Bernardino G sties 6a-;a ea: byes and San Wis 0]:apo Coantl<s Ven t_;e County Buy Ter~rrs GP?_. r. mss: Ca rpence[s Bav P11a[a TaSle Pwe[ Sav Lzerato[a Sh Sny lacy; Piledrlverean, er:dge o[ dx:k C [paste car 4 [rle'e eargeaen; Fbck Slinger •3~-~01 Floor Sayers Bead Pack 9i v.9er hr..ra UC Nailer Mlllv[Sghta 8e. Frinae 8.e•Cb Par~m~~ N•tr!a Ee .[mma Rana B 8 • P•ea•.. Poson.a d/ a T r. APPn $ 13.65 I $1.05 5 1. It .06 13.6zs 1.015 1.L0 .75 .02 1.2.09 3.13 1.31 .lz 12.65 1.00 1. AS .0] 11.]0 1.35 1.15 .30 11.30 1.15 1.ts .00 Yz.35 ].30 1.65 .05 10:50 1.. z0 l.as .0] ]1.]P 1.10 LsL .OS i e.es l.is z.as .ec t 10.05 1.a9 3.55 1.C0 .06 ' 10.]3 1.A9 1.95 1.C0 .06 ]0.15 1.d9 1.95 1.00 .O6 10.18 3.t9 1.95 :.CL .06 10.]5 1.a9 1.95 1.09 .06 30.08 ~ 1.19 1.9i 1.OC .O6 i 30.]0 '', 1.A9 1.95 1.C0 .06 10.55 1.A9 1.95 1.00 .06 i MW-1 South U a G I J 0 C i SECTION 5 c '~- 7 O z O I s 0 t.CCI52!T: N], G]e-5131 3~!?Ni W\9~NN: e<ment waonq Cement llcw Ling end Tr weling wch Sne larda:.r. 1NSxAU.eLs Ixper Sal County Blect rlc fans Cable Splicers Fern ~Qi10i Lake Naval Ordnance Teat stetson. Plvar as AFB) Cleo trlcfans; Techale fans Cable spllcecs Fern County (aemaioder of U.) L1<etclelens: S<cM icfans table spli ce[a lee M9el<s feunty Electr(efana Cahie splicers Tre.f is Sig nnl and street Lighting: Blectrlcf ans Otilf ty Technl ciao No. 1 Ot11lty Tech nio Uri No. 7 Tu:.ne l: B1eRricla re Cable 5plic<ra Sound Technlcfans: Sound Seenlc Tans (un nnv build frig mnstroeefon7 Sound Technld ans ion mdlftclatlon of eelacin9 bulldinge) Orange Cou ncy E leccrlclanc Coble Splicers r boa. Fringe Barfil. Pay.nnb ~~ M eerlY Edemfon Roma ry 6 K Pm.inn Vacmion dio. APPI. Tr. $ 9.U 151.10 S lA5 $ 1,90 .OB 9.6F 1.10 1.75 1.00 .00 11.10 1.19 1.95 ,90 .07 11.30 .75 Aa1.15 ' 11. 5P .]6 JU1.15 15.]5 .90 N+1,60 .15 1]. J.l .90 3t s1.60 .IS 13.25 .90 H+1.60 .15 11.9P .90 3ta 1.60 .15 13.12 ~ 1.15 lea1.9S .12 1].Q ~ 1.15 JN 1.95 .13 ' 13.12 1.15 Je t1.95 .12 9.81 1.75 Jt •1.95 .13 ', 9.16 1.15 ]ia3.95 .~2 13.5) 1.05 lUlJO .01 11.82 1.05 1U 1.]0 ,02 i 10.]1 .75 ]e 11.04 .el lt<1.15 ,02 11.69 .01 36<1.15 .02 ~•~2 South OECISICx NO. Gib-5123 tLEC1R SCI Al1S1 (COnt~d~ Rivetalde mun[y Slect[lclana table Splicers InyV, rono and Sen Het oar dlno Count iee 8lectrlelana Cable Splice[a lvnnel: electricians Gnl! Spllcera San to ie Oblepo County 8lectrie iena Cable Splices Santa Ha[bara racnty (Vnnde nbucg A13) Lleetr lclens Coble SFl lceoa Remal~de[ of County Hleec[icfana Cable SpllCer! Venture County Lle<trfcia n.! Cable Spllceca ]SI EVAIOR COtU`TRUCroP_s: Imperial, Inyo, Lern (youth of hhacMpi Ra nyel, Ins Mgele s, 7bno, Orange, Rivt s ld San Dernard loo, San cola Oblepn, Su,ta Het hers entl Pentara Counties 8levatot Conatr uccos elevator Copat mctore' eelRtn Lleva mr Cone[ructos' eelpe re (Prob.) Reen Councy (NOrN oC xehacbapl Range) elevator o-ww tcuctos SECTION 5 8.. FH•9a B•.a3N+ P.r...,, H..dr Ed+aar.. R•tea HS'a Pm aiena Wunon •nd/ar Aper. Tr. 17.06 .BS 71+1.65 .0/ 17..16 .BS 3a+1.65 .Oa ll.)0 3,11 31+2.00 .Ol 13.00 3.11 3H2. o0 .0/ 13.9) 1.31 31+3. p0 .04 Ia.2i 1,11 3112.00 .0/ 13.Q 1.20 31+1.50 .03 ', 11.)5 1.20 JN1.50 .O3 35.00 1.10 J1Q.SO ,O] ~, 16,00 1.10 51+1.50 ,OJ 1].35 1.10 31H.50 ,OJ ' 11.25 1.10 3f+1.50 ,OJ 13.96 1.00 JFa1.30 .03 1.5.76 1,00 ?a+1.30 ,OZ lJ.al .)IS ,S6 a .025 i01.IR .)/s .56 a .035 s01aa 31.03 .)/s .56 a ,035 MW_~ South r, p~ t + i 0 z ' 0 0 w • SECTSON 5 ..SISIDN ti], G]9-S12J :J.:CR CUN>TRCC:bRS: (CCnG'df E eV'a:J[ CJnS Gt:1C GCi[9' Zel x: Scud We Cons t[uetxe• i:.\~I75: Icp-rlal wunty Ins Anoeles,OtY gtr Riverside. san der nao ding Santa Ba[Ga[a, san Lvie obi sru and venuGre Coantias Ptnct °[t ctn[a P.e:'!L'c ln$ O: r.a:^.^.: ai.i $t.JC.VCdI '.?.: G:r:: C:. c 1.AFY sRR:eIII:`RS: •Sge[fa:, ins Mae les, Otange, Rived ide, San 9¢: oardi no, sen L.:is CJispo, Santa cache ra erl Ven GV:e G'.::: fifes L•;ro, Rer r. en! lbn0 Cnuntlts [ns M9tles Cncnty (except City o• Lan casceq Ven tsra Cwn[y sad w1s 0]L po County saate Barbara' Gun[y Orange County LS`+Z gYSIVCCIIONt Iepe[lal County GvounL-xn L1 n<xn table splicers Rein (Cb ine Laie Ne val O[dnanc< "eat S<a talon and Pdva[tls A.°B( c:curd+aen Llnenen Ca b1e spl SCera R ern County (Rem Snder of County CrOUnLxn L:nc xn Ce01e sp11 x[e Bo F.inw Ben.4q Pa.wena H•vdP Edveefen Fare. N d I Pen sioea Vewrea vnd/•. App.. Tr. 7D\JR .]/S .56 a .035 SOtOH 3P.90 .67 .90 I 11.19 .6'1 Y.IS .Ol I, 11.11 1.19 1.17 1.65 .0] 13,00 3.19 1./] 1.65 .0] 13.00 1.3P 3./] 1.65 .0] 5 10.{5 101 16\ 13t 1\ 9.13 .60 1.30 .]0 .OS 1330 .iD .90 .03 11.98 1.05 1.11 1.56 .03 ].'/1 .6) 1,10 ll.fi] .63 3.35 1.50 13.50 .95 ]..00 .50 .O1 11.N .]5 IN 1./S 11.30 .75 3te1./S ]1.56 .75 1tN ./S 11.H .90 3t H .60 .15 35.95 .90 JM 1.60 .15 1].33 .90 3H1.60 .IS 9.91 .90 I\.1.60 .JS 13,35 .90 ]\t1.60 .15 11.50 .90 J\+1.60 .15 MW-4 South n ~. OFL25 SIN1 eX[. GiB-512] L1R5 C2N$1AUCt20N: (4nt'd) Orange County croundv n, 1st year Croundmn, after lot yea[ Linemanr Beary Pqui~nt Opecatore Cagle Spllcara Iqs Mgelea County Groundxn Linemen Cable Spllcara lnyo, 2bno and San Berna[dino Count Ses Groundxn Llnemen Cable Bpliee[s Rivuside County croundmen Linemen; LSne trulpmm~t open tors Cehle $pll ce[s San Wis Obiepa County Groandmen Llnea nr Lfne tqul poem fperatora Cable Splicers Venture County Cmundmn Linemen table splicers Sane ear M[a County (vanda MUrg AFlf~ e[oundaen Llnexn Cahle Spllcara Rem indc[ o[ Cnun ty crounaeen L fnemen Cable Splice re SECTION 5 B•• Rsmlr Rrt•. Fdgr e.n•Orr P•rm•am _-_- -~~~ Eda•G•n N 6 M P.na•n. Varar.•n •ndi.r aw.. ir. $ 11.13 .el 3\+1.!5 ,03 ]2.12 .el 3H 1.15 ,02 11.01 ,01 3\.1.15 ,02 11.64 .B1 3\a 1.15 ,O1 9.06 1.25 J\.1.95 13.11 1.25 3\.3.95 13.11 1.25 3\+1.95 9.d1 1.31 3H 2.00 ,Od 12.iz 1.11 31.1.on .a 13.00 l.lx 3\a.4o ,BI 9.65 ,B5 31+1..45 .01 13.OB .05 3\+1.f5 ,01 9.66 1.00 1\e1.15 .03 12 Y[6 1.OU 1a+1.3S ,03 1],/B 1.00 1H1. 35 ,03 11.93 1.40 ]\.1.05 .OZ 11.21 1,4U )H1.45 ,O1 as.63 l.oe 3\el.os ,oz 11.69 1.10 )N1.50 ,03 15.U0 1.10 ]++1.50 ,03 16.00 1.10 ]L1.50 ,OJ 9.61 ~ 1.10 )N 1.50 ,0) 1].25 1.10 1H1.50 ,0) 11.3s 1.10 3\.1,60 ,0) MW-5 South • 's 0 0 i ' 1 O z • 3 O a u v f OTLSSIOU No. G78-512] rwrs seTT:~s: Snyu anL Pane Ccuntfes Iox rial County M:.e3 L~~ rPR,1A210 4 TIf.E i[ieztal tnun ty ~ _ PAZ b: x.35: 2-pe[ta 1, O: ange, Rive[sldq Ins Ageles (PO.~rna Area), San 9erna[Llno le%elOtlinq Neatem por eto^d n Brvah; Palnt Burners Paperhenglr x; 2zon, atell : ar.L ^z1Lge (swing stage); _ S Sheec [ock CaY-r ~ Brus.`. (suing stage); Spray ' Bteeplejack nyo, Rein (I<n^.as [ec, Ibjave, • ~ a Pa L:Laie, C.:1 na rake Naval orLcance rest sta tlon and BLva: LS A:3), Los Angeles (!%c?]t Pc^gnd A: edi, shoo San aern![L ice (vest of a i l1m north o: ~ o inc Yadinq o 4fina Sake A[¢a, JOhanne s: v[q, ~ >brcn, South 1nclaLing tt,e ~ M[S9htvor3 At ee) Bzuzh - Btrucmul seeei and br ltlgn ~ _ Paine[ Bc[ner Tapers ° Brvsb Bviny $[aqe (1J ntorles er less); Papl rbangecs; Sandhlaste[s; Spray Brush sving stage (over lJ ewe le s) Btr:ctu[al stall end bd Lye, = rv log SECTION 5 E• Pri.y. Bmnli+a Pavmenp _~ H•~M Edu<nr•n Re+ns M G X P•suea yanri=<, andi•r App r. Tr. $ 11.61 $3.50 $ 1.10 $ 1.03 12. J4 ,B1 1.1] ,OB 9.11 .91 1.1T ,0E 11.5E 1.23 1.20 .75 ,07 32.5E 1.23 1.2E AS ,07 11.83 1,2J 3.28 .75 .07 1?.7l i I 1.21 1.2E ,75 .0] 12.oS .66 .BO ,60 .02 12.]7 ,66 .80 ,60 ,02 12.59 ,66 .80 .60 .O1 12.]0 ,66 .BO .60 ,02 12.12 .66 .BO .60 ,02 1].15 ,66 .BO ,60 ,02 MW-6 South C3'I6:ON N0. G78-5113 PAIRTEPS; ((:ont'd) Splay aandblaacer awing a[aSa (13 etodea or loe)r Pae ce Nachinep Speelal coating spray 6teeplejack Rern manly (RemelMe[ of Ccuncy Hrash Brush a[ Roller, suing e[age: Pape[hangeu; TaMn9 jo in6 abeec lock 6p[ayr SandDlas[e[e sf<eplejack San Luis ODlspn, septa Barbeca, ma venfeca counties H: asp; Po[ Tender ' Papc rhenge[s; Pae to Hach lne tr2e[atoret iron ena ete<1 Splay; Saper; 6anaa laatecs 6fgn Paln ter Steeplejack Parking Lnt 6t[lp trig Nb[k and/ot R ighvay Ha[kecs: in~w_ena ynno counties stricec 6f[ipe[ Be J.pcr T[sCCfc pelinen[3nS Ocvice ApplAcecnrr Aheal Stop meta lle[i 1t e[fie Sut- tacq Sendbles t<[ eelpe[ (t[aCClc aellneac irq device eppll utn[, vhccl stop installer, t[afEir. tar Eece eanaDla rter) s Y:[[y Seal aleraU on Haze[ hPe [acor Sgce egee Man Appll<aco[ Opcracor 61'.ctleaan Top Nan SECTION 5 bou Fci•9•b•n•Fts Pnynnnh -- t Navrly Ed. bon R•rn N 6 N Pn uan VoaaN•n •nd%er Appr. Tr. 5 ]2.55 .66 .60 .60 .OZ ].3.30 .66 .80 .60 .02 9.P7 .IS .61 .0] 10.12 ./s .61 .03 l0.li .IS .61 .03 ~ 11.1] ./S .61 .0] 11.99 1.07 1.30 .Ol 12.1] Y.03 1.30 ,W ].2.]3 1.07 1.]0 .03 11,5) 1.03 1.30 .03 12.P3 1.0] 1.]0 .Ol ]Oc l3 .95 .10 D 6.13 .ss .IO n 9. ]7 .56 ./0 b 7.93 .55 ,/0 D 9.3) ~ .59 ./0 D 6.63 .ss .IO D 3.93 .55 I .10 D 6.90 ,55 .10 D 6.13 .59 .10 e MW-7 South n ~. C ~ a ( G J 0 Y Y ~~ SECTION 5 i a - O 0 ~ ~ s 0 c 02ISION NO. Gig-51]1 Re_alnlnc Counties: T[aL[ic klinea: ing Oeviee Applicator Strlpe[p Rtbeel Stcp Inatelleq Surfaces Sdndelas [et Be lpc[ (stt ipeq Vb<el stop ins[al le[r tratL is au Matt aandblasteq Sluay Seal. Opeq tl0n: Mixe[ Ope [atnz 6Tvee9ee Man Appllcato[ operator R,yuttleman Ttry Man PWtTARS: I r. perf a] County wa M9elA and Orange Cos. Rlvcrs ida and San ee rnardino Count lee San wls Ob lrpo Chanty Santa flacba[a C-0Un ty Ventura County PIA9TERPhS 110G45: Imperial, Inyo, Mono, Rlv¢raide end snn Bc rnnrEino Coun tfes Rarn Oouney (China Lake Naval ordnance Test Rtatlon, pdxatda APR) RMn County (Remainder oC Co,) ws Mgeles end Orange Cos. san w Ls Obispo County Santa Barbara Coun ey (except 6enta Ma H al Santa Be[ba[a Ca. (Santa Maria) venture Couney Rea Frlna• R.n.F r+ Pat~+vu Needy Ed.rm:en Rm: N 6 M Pa+iw+ Veavtiw +nd/v. Avw. Tr. 9.3] ,35 .{0 b 8.9L .53 .{0 6 7.08 .35 .{0 b 8.9P .53 ./0 6 i.9B .55 .{0 b ).OB .55 .10 b 6.90 .53 ./0 b 6.08 .55 .10 b 11.03 12.335 .9l 1.83 .11 15.95 .01 S1.G0 8.69 .)0 1.05 ,O1 13.16 .RO 2,15 .OS 11:01 l.ls 1./s 13.0]3 1.03 2.{3 .60 9.15 1.05 1.{3 .60 10.9]5 1.15 1.15 1.10 9.13 ].15 2.45 1.00 10,78 1.15 1.15 .90 10.98 1.15 2.{5 .80 11.1] ~ 1.05 3.15 1.10 MW-8 South n uscls2oN No. a7B-slz] PLL^3~t5; BteamEi[te[s: impcria 1, Ios Angeles, Orang¢, R ivetaider Ban Be[nardino, San Luia Oblapo, Banta ea[ba[a and Ventvu Counties Ingo, xern (ease pt east of Los Angeles (Aqueduct) and Paco Counties Hero Cmuncy (?aat of tae Angeles AqueducU R?.FRIGE.iBT:ON 1 ASR CONDITIONSNG: Rivecs ide and San eer na [dino Counties Ias Ange lea and ou nge Counties RGOFLZi: IvYrlal Councy Ingo, Rein and Porno Couatiee Rtve[slde and San Bar na[dino Counties tea Mge lean Orange and Vencu[a counties san Lufs Obispo and Santa Bacbare Counties bB=ET M'AL t.Vix.7+5: Imper Sat County xe rr, Gaun:y (a: Sne Uke Naval ordnance test Station and Bdwards At^.+I Atcn County (Remainder o[ County end all 0[ Iny4 and lbno Counties, Ioa Mge lee County (That pmc tf on NorN of a screlght line drawn Eetween Go c:ten and Big Pineal [os An9elea Coon tY (Remaining portloN Orange Covn cy Rfverslda and San Ber nerdlno Caun tin ben Wfa OD iepo, Santa Be[Eara and Venture counties SECTION 5 Bn fringe Bw.fOs P.yn•n,. NsurlY Ede<e,ien R.m N e w Pnuen ye<mfen d/., ARx,. T,. S 13.11 10] 16a ]3i ]//{ 10.00 .99 1.85 1.15 .17 1J•3B .99 ].09 1.15 .17 10.)0 .96 .BB I.OD .OB 12.53 1.85 1.00 1.92 .30 10.79 .BD 1,05 1.00 10.70 .AO .60 10.15 .BO .75 1.00 12.32 .91 1.10 .065 10.{] .535 .34 .0035 13.96 1.00 1.21 .O1 11.67 1.0{ 1.80 .O1 11.17 1.01 1.80 .03 13.65 1.0{ 3.J5 .10 11.63 1.04 I.1J .09 10.10 1.01 1.80 .OB 12.71 1.01 3.02 MW-9 South " • s a I O i • O a Y O SEC1^ION 5 O z 0 I B l 0 oeuslex No. v.>e-uzz fiOP:' PI[l0A I.AY°A6: Imperial Geunty tos Mgdee, Granger Riven lder 6enta Barbara, San W'Se Oblspo, San Bcrnacdino end venCUra Counties Rern County, lncludin9 the r. pmrtlon lying Eas[ of ~~< Ies Mgeles Aquedurt entl tba[ partfon e0 Inyo County Snclvded vfthfn the Inye~ Rern Naval Reae[vation 6PRI hR:.EA PIITFA6; Imperial Znyc, Rern, Mono, orange ~<rcept fiance Ma1r A ive[sfde, ban Be pmrdlno (except Ontario, ban wts Obis,'v, Sonia Barbara and Ventura (except Santa Peula, Po1nt Mugv and Port AUCnemCl Ins anelas (wa A-,gelea City end Area vlch in 16 miles end Pomona), Ol enge (Santa Majr ben Becnerdino (On<arle)r and Ventura (6anta Peu la, Po 1n[ Mugu end Puet tlcenex) PLASU2Z0 V1UFUfRG: Impe dal Covn ty rItB 6ERYR6: Imps rlal County Les Mg<lea, Orange u:d Ven WOa Uaun[iez ban WL Obfapo end Senta gar Wra Wuntfes Alverelde end San HcrnardSno countfes Inyo, Rern end Ito,w countfes CI LE 62.'i _25' EYLP EVS: we Mgeles, Orange end Ventura Counties do Fnn9r emrfix P.ye.m. ~~ Norrly Edu crrien Rab. X 6 M Pm simc Vo<mfrn ..d/rr APP r. Tr. g 9,R6 .60 $ 1.05 .0] 11.)1 ,70 .9] .G3 .O6 30.1] .)5 .60 3.18 .0] Ls.sz .]s 3. os ,09 11,66 I .66 .90 ,09 I 13.)4 ,el 1.1] .OH I 35.7/ ,81 1.17 .OB J1.63 1.00 ]. [0 .30 i lo. so J.za l.es .a] 32,5] 3.07 1.15 11. ]G ,65 .56 9.96 1.]9 1.70 .13 MW-lU South SECTION 5 0?CIS:ON N0, G)d-5131 PA!C P.OL IJAYS: A-Vev Yea['¢ ~aYt (1-~Yebo[Srl Myf C-IndrpendenC¢ Wyf o-laUO[ Myf P.-SLaNt~lv1[q MYr Fehr 1¢tmes pay. •. Ftiployer mntclbotea ti of b¢tc hoax ly rate for over 5 years' aerv ice and 61 0! Uealc AouYly rate for 6 mnGhe eo 5 yeah' acrv ice e¢ Vacatf on Psy Ctedi[. Sis Pald Hcl ldaye~ A Lh mugl P. b. L-,+lnyer mntributn 5.33 par Mac to 9ollday fund Pluc 5.11 per boa: to Vaca tf on Puld !or the tlr¢t year of employnen [, 1 year Wt less tTan 5 Ye arc S. 3d pcr hour eo Vacation Pend, 5 yeeca but less flan 10 yeau S.dd per hoc[ to Vacttlon Pundt over 10 years S.d/ per boor to Va<atlon Purd. MW-11 South i t 0 0 b `o SECTION S i a` 0 c 0 bHC3GlGN tm. G10-512] IAHOREFi (TUnne 11 HATGI PIAVT ;A9D. Et5; Hull Lang H~aeker, hackman; Cgncrete Crew, I nc lddiag Prodders aM Hpreadeur CNangMauscmnn; Omapmen; Cumpman (outs l2e); svampe: (Brakeman and Sv itchman an tunnel .rock); Tunnel mater la le hendiing Ilan; TpJl :dn C:9 c4 T1]!DE'J; Chuck Tender %ipptn Hleel form raiser uW i eetter'a helper Vib[e[oraan, leckhammar, pre umatlc txla (except driller); taading and unloading e9Stator cars; Pot tentler us log eaetir, or oNar fd t![id1F H:.aS. t, D[Iil![, Pevderman; Chemfcal grout je [roan; Che ay ploke[mnn; Crout gunman; Grout Miservan; Grout pumpman; Jack- leg m(nrn Jumbo man; Reaper and other pueumac is concrete aacer opera cor; Mlne[ tunnel (hand or machine); Povderman (pr f:.cc houaell Pilmec Ma.-~; Shocm'e to Nan; Steel Fo[m Pa SSer anL rotten Timher- eam Retladoer (vood m[ scee l)p 'runnel mncre tv llnishen Nosxlemani Cpcrating troveling and/or G romefn9 Machine; Hd ndClaater sP~.rf, Rdld! mtnen Dfamnd driller [e.i< -~-Font. Bmnf.n Pvtmean~ _ Mvuir Edvotivn Raxv. N [ M P«niaa Vautisn .nJ/e, Aarr. Tr. 5 .10.31 51.15 S 2.15 .60 10.26 I 3.15 ]./H .60 30.{] 3.15 2.15 .60 10.]0 I 1.15 I 2,15 .60 MW-],2 South SECT3:ON 5 D`SISZCR ND. GtB-Slit IAADAFAH Group 1 Group 3 Group 3 G:ocp a Group 5 ITHOCCV< (ewvzi [e) tioxzlexn and Pmdmen c:nxn Aemundttn I e Friiy B.o.lir. Parm.wr. X•.AZ Edv<•zi•n R•r•c N E M Pw.len• V•cer~en snJhr Avv t• 5 9.E0 51.15 5 ].as .e0 .1] 9.15 1.15 ].JS .e0 .1] 9.95 1.19 2.J9 .BO .13 10.10 1.13 ].JS .00 .1] lo.]s l.ls ].ts .eo .li 10.01 1.15 3.J5 .90 9.5) 1.15 3.65 .e0 0.61 1.15 3.a3 .BD bABORERS Gt oup 1: Aoring Meth lne eelpec ~outsidel: C1<aning and flendling oC PeneL Porms; Concrete sczeed Snq f0i rmgh •tr Ske-o [fI Concreter rater curing; Demolltton famrec, Ne eleanfng of brick and lumAer; Dry packing of mnerete, Dlugging, fi ll ing at shee-Colt Rolea; Pire Netcheq LLetw ra, erusC z<ade[a, PSlere and Debtfe eandleca; Plag- mn> Gee, m11 end/o[ weer pipelfna lamce:z tamror, general or mn- at[uctlmnr tamurf general cleenup~ iamcecr lendacaping; Iaborxq ~e [Ling, terryorery eater end a(r ilncaf Fe terf al Hosemn (veils, slabs, S loots end tleckc)1 Alggfng and afgneltng; Scdeq Slip Porm Aelse;s; 63ucry Seal erevs (mixer operator, applicator opetatoq aqueegec wn, shuttle mnr cop mn~r etclRr, eaph alt, mncce tea other paved our feces; Ser wn and meter mn; Twl cc ib ar cml house famrect 2:eflle delfneatln9 device appllce tor; Rlndov Ilea serf Rl[e oeeh prl ling-all concrete pou~lxg opecatlons MW-•13 South SECTION 5 i n O z J I i DiXIS:OY 4>. GJd-5124 LADOREPS (Cant'd) GmuF ]: Asphalt Show iect G:mnt dvr~r fen 1 ya[d or large; m!xer and havdllny bu 1'< remenq ; Cezs-c1 DiySer and lnsta pert C:,uuk eecden rnuG Mon. poaC ing c ever N[ Nandi mg of Ne chute rcm [eadyv$x [tuck s, loch as wa]Y.~cslabs, decks, f1wa, fcunda [tons, [eociny s, euCbe, gvte<rs and sldrvalks; Cenc[ete c vet-drape o+ious r s,b rane and Lore oiler[ cLttlnS toech ope mtn[ (dem'.i cion]t Pine gaada[r hish.,ays and attest ptving, airpo: t, [unways, anL alatlar type I,e avy Irons t: oction; Gas, Oi] antl/oc wcec p!P?line w apps t-~-po: <endtr and too man; Guinea e9am r; Hcaderbcard r n-asphal4 [abore r, packing rod steel and pans; iwor Koom sweepers (s¢.aly ; RlPrdp stonepa vet, placlcg stone o necked concrete; Po to sc[a:e: and ti17.e [; SanLblasee[ (pot tendsvl w` Heptic tank digs e: and insta ].)er UeaL~a n;; ;ank scaler and clean=.:; T[ee climber, fallec, chain sae opc[ator, Yitesburgh ch ippe-[ and sial lar type trash ehe<dders: W:detgrnur,d labeet, includfng ea is san be l.lower Croup 3; Asphalt [a8ez, luteman, ltc net aqd asF`a It apre ad<t boxes (all types); BuSSy =c Y. to r/n; CanCt ate ooze ca [e[, 9[Snd ct Or aandttl Generate cottiny tccch; Wnc[e [e sav :van, cutting, aco[ing old Ot new concrete; 0: 11:er, jack!;amX r, 3-1'% ft. drill steel or for er; Otl Pak-1: mach ins; Gas, oil and/o[ wat<[ Pipeline wr apps[--6' F!pe and over by an) r-eLUL, Sns i.'.e and out; eyd:o sestet and siail a: tya<; iccacc rte nch, eultbplate; 4a [tie rcn, PaLxn and can aFply ing aspbal t, la/-k old, eieeuote, llx caustic and similar type :a teriz is ('ap?lying' me acs apFlyiny d SpplnS, brush ins o[ hanL:inS of such r. e: ials [Or pipe v: ap Piny aadtl vats[-~ proof SngL opera[O[s OF F:'.ev.a tie, gas, aelecttie too L, vibrating cachines, pa vexent bcenkers, air blasting, pore-alon5 s, and similar mechanical tools net separately elasaltied Nets in; Pilx lave: 's Backup ran, coatloS, S; eu [ing, m%SVg of jo L-.ts, seallny, caulking, liar:in'y and inauding Cubb<r 5asket joto ts, pc 4c;ing an' say end atl o[rteC se:v ices; Hock slingee; ROta:y sea[ltiet mul[Ip:e bead ccncre to c',ippiny scar ltie r, Ste<1 heade.bca[d man and gulde.- llnc ae flan Ta.-.,x:e, bzrkD, wackar and six(lat type; T[en[h ing ¢acb ins, han3 pm Fe lira croup (: CrSLMr, snore:, ]a5;lnq. shee llny acd creneh btaci.^.9, hand-gu ldad Lyyicy ha:cx [; Pe ad rat alf ng<t; Least seam; P+et size w. -ate vibra tc[ Ope[atmp Jd lbs, end oven Plpe laycq lr.: Lding watm, eewag e, soliC, gas o[ sin Prefabs Lca tad :an`.o:e Snstz lien Saod'II aster (nozzlrmen), wa^er ble nltngl w:ld lny Sn tnnn[C ien with 1abOC<rs' sock Group 5: Bias rats pewdermn--all votk o[ ScaLiny holes, pla<lnS and blasting of all psrde[ anL ezplcs YZes of whatever tyat, regazdless of ceun] us?d fo[ such load L:S and pissing; ^rlllen !11 Power drills, exelud inq jack- bns^nc, woe [her core, dire^d, wagon, flack, wtllp le unl t, end any end all types o[ aq chanlcal drills MW-14 South s SECTION 5 ]PLISIOH 90. G39-511] PQ3&t 152US.: °Jff OPEFA'IORD DP~IIYG (Hydraulic 6uctinn Dr Mgea~ :HV'X aY lAl".3 EVGIYP.H1; Helder )HCIC4A:E t3SCHYA4 (H [e rn Hlnch or d[e3ed) 3~3G.~. fAN; Dec kpand: Pi[eman) olien tev.eha 0d (C1amaAell Dred9..1 rr r_ivav dA: ~i' £1Gi4.r~Y 1x~r YA:_ 3:.3~E YA:? 3AdG~AY; Dockhand; Pireroan; Oiler COI P!S.°.YL OPEM30A6 avp 1: ovp 1; cup ]; ovp /: oup 9: cvp 6: aP ): oup 0: cup 9: e Friq. Bw.li+. Pa~..n+a .. N.wlr Edum+i.. R.r.. H b N Pwsi... V.u6ee m• T r. AP F 11.60 .99 5 3.00 .60 .DI 11.03 .95 3.00 .90 .Ot 10.91 .95 ].00 .60 .0/ 10.1] .95 3.00 .90 .0/ 9.93 .95 3.00 .90 .0/ 11.60 .96 3.00 .90 .0/ 11.03 .95 3.00 .60 .0/ 10.61 .95 3.00 .90 .0/ 10./T C96 3.00 .60 .01 9.9) .96 3.00 .90 .0/ 30.'10 1.DD 3.00 .ss .I/ 30.99 1.00 1.00 .56 .31 v:iT 1. na 3.00 .ss .1/ 11.11 1.00 3.00 .ss .1/ 11.6] L00 1.00 .66 .11 31.71 1.00 3.00 .66 .1/ 11.86 1.00 3.00 .96 ~ .1/ 13.03 1.00 3.00 .66 .1/ 33.16 1.00 3.00 .66 .11 MW-15 South SECTION 5 O3'CISIDN NO. G'lS-513] PDirUt I;?UIPMEYI' OPENTJFS C f 7 a O S O I i c n Orwp 1: Brakemn; Compreswt (lna Nan 600 C.R.M.1; En41ne<r Ollen Generator; Heavy Duty Aepe1[man; xalper; Puap; Slgnslman; Sr1 t<haan C.rwp 3: Ccspreaao[ (F O0 C.P.M. or larger); (bncrete Mlxeq skip typt, Cbnvtyor; Pl[eaans irydroata tic Wmp; Oiler Grasper (asphalt or roosts to p1anU ; Plant operetey Generator, Pump or Coapressor; Re[ary Orf 11 Aelper (oilfield); Skiplnsd<r - v.:eel type up to ]// ytl, v/o attt chments; Soils Pield Te« .n i<San; Ta[ PoC PST eman; Temporary Btacing plant; henching Ma chine Oiler; hock Crane O11er Group l: A-Prone or winch Truck; Elevator Ope:amr (insSde~: Fquip- ment Gcuset (rack)s W[d Pergu¢on (vfN tlrag[ypc atcachmen ts); eelfoap ter Aedioman (ground); Poecr Concrete Cuing Machine; Paver QancceGe Gav; Prnxr drive[ Junbo Fom Setter: Posa Car[fer (]oM •ltels Stationary Pipe wrapping and Cleanirq Machine Cr ogp /r Asphalt Ylane Pir omen; But log Mach ins; Borman me Hlxer man (e<pM][ o[ eonc[ecelr Q:ip Spreading Machine; concrete Pump (small pot table; er idge type Vnloader and Tur nteble; Dlnkcy txomotive or Motorman (up tm end 1n<ludln4 10 tons)p Eggip- ment Gr easec (g rt asst truck); Helimp[e[ xolst; 9ighline Gplevay Sf9naLmn; Hydra-hone[-ae[o S[ompe[i Pova[ Svelper; Moller (rnmpaecing)~ Screed (asphalt or concrete); Trenching MacA fn! (up to 6 f4) Group 3: Asphalt Plant En4lnecrs Oackhoc (up to and SBClud tog ]// yd.); Dacch Plant; Dlt Sharpener; Cana ate Jo lot Machine (easel and similar types Concrete Planer; Oeck En41ne; Derclek- man ~o1l Efeld Cyp<)s Drill.ing Ma<A lne Opera tat (including va[er vell¢~s Nrkllft (under 5-ton ceps city)i Eydrographic Seeder ]le<hlnc letrav, pulp or seed); Wchlne Tonl Operator; Meg lnnfs }sternal W11 Slab vibrator; lkcAanlc Hem, Ntb or Gutter (concrete or aspAele ; Y<chanieal Pini¢her (mnerett-Clary, Jopnaon, 61tlvl11 or aimllae ; Pavement Breaker (track mounted; Aoad O11 M1%Sng Mach lne; Fulls[ (aeppalt o[ Fln ish); Rubbeo- t lred Lrth lbving Pquipm<nt (s 1n91e en93ce, up to and Sncluding 35 yds. •truck); Seif-Fmpe lied Tat Plpelining Mah<Snes Slip Porm Pv;ap (POVerE Srven hydraulic llf ring device [or roncre[e [or m); Sk lpioader (4 avler end wheel type river ]/1 yd. and up to and Sncluding ly yds,)s Stinger Crane ~Auselm western or almller type); Tractor -0ulldoxeq Tapper Sc[a per (a Lng le engine, vp to 100 h. p., flyvhecl and efniler types, uP to end f nclutling o-5 and similar types); TVg4er Ho 1st 1 Brun; Tunnel Iac rive hover 10 end up to and lncludirg ]0 tons); welder- geneul MV7-1F South SECTZbN_5 OG35ION MD. G'IB-5123 PCa.eA D]UIPtIPXP DPEIUTG05 f~nt'L) • Group 6: Asphalt or Cantu to Gp[eaA ing (tamplnq oe LSnlahlnq); Aspaalc Puv Lnq MacD ine (Hd[Der G[eena o[ sl ila[ type): B[idge C[aoe trpe[a tor; bst-in-platt Pipe fayiny Machine; ComDiva Glon Mlaez end eomproasoz (gunlce .rock); Compac:v[, ae lt-p[opel3edt Cm ncrece MSxar - pevlnq) Cnnnret. Pump (truck nountaLl; LZ ane (fpera cvL up to and lnelud ing 20 ton eapaclty)(IOnq-Doom pay eppllcahle); Ctuahing Plant; Drill Doceoe; Elevating e; adcr; - Po:k11tC (over S tans); Glade (.Teckery Glade-all; G[ou tirq Machine; Heading SD ie ld; heavy Duty Aepa izmn0; Hoist opera wr ~ (a icago Itom and similar type); Holman Be]c loader anA aim Sla[ typvt t<IDUt nedu eloD Compamcor or •imllat type; Lif.c MoSile; u Lift B1aD Machinr (Vag tlorg and slmllar types); ]wader (atheY. EuClfd, Hie L[a and aimlla[ typo); W[e[tal eolab Mvak ing pchlne ~ (1/a yd. tnDEet tired, tail o[ track type); Pnaumacle Concze ce - Piacing Wch ine (Heck ley-Pressvell or similar typslt Pneumatic i . eeadlag Shield (tvnnell; Pumpcr<ta Gun; pmcary De ill (escludinq caisson typal; HuDber-tired Fa[N Moving pquipmene (sins le engtne- GcenLller, Euclid, athey Nagon, and •lmllaL types vi ch dny and •11 attachments over 15 yds, and up to end 1nclud ing 50 cu. yds.atruck); FuDDer-tiled Earth H wing Equipment (caltiple <nq S:,e, up to and including 25 yds. atruck7; Auebe[-tired Sc:ap¢r (se 1!-loading-paddle wheel type-John Deere, 10L0 and ~ a icilac alhgle vni tl: Skip loader (cravl¢[ and wheel eYS'over • ly yds., up ca end 1ncluAing 6y yda,~; Sur Lece 0eaters snd Plan<r; Tz enehlcy Machine (over 6 R. d¢pN opacity): :bve: o C: enel T[eC to[ CAN9[ee9o[ l!r ill CO bins tiani T'L aeto[ (enV [ypL lacyer then o-5-100 flywheel h.p. ens over, o[ elmllarl Boll- i dote:, :a^p¢r, Scr¢per and push T[acto[ slog le ¢nq loci; T[acto[ (txsa attaehmente); Traveling Pfpe N[app ing, Cle aning and Bending ~°, Ma chL e; ~nnel Ixamotive (ov¢r 30 tonslc Bhove 1, HackDOe, ~ Dray:lne, C1aPShe11 (over 3(1 Yd. and up to 5 cu. yds. m.r.c,) (tong tkx+m pay applicable): Self-prove lleL NrD enA Gutce[ Machine MW-Y7 ~ South SECTSON 5 D~:sroM Mo. uie-s13d IYJW'R EL`uiW3wT 02HU:ORS (LenC a) Dcoup ): Cra nar over 35 ton np to and lnuluding ]00 tom m.c.<. (long bmx pay applica[•Ie); Dercick Parge !long boon pay epplt- Cab]e); Oval. Drvn MiieC: Aeavy Duty R<palrman-vc !der Cc.Lina tfon; Dofet, Stiff-legsr Cuy De erl ck o[ slail.ar tylxr up to end Including 100 tona (long bzm pay applicable); tbnmrail tocomtlve die sal), gas o; elec[[i c); Rotor Patrol-blade opec eto[ (x Ingle engine); Multiple L`ig ine Tt ac cos (EVCl td and similar type, except Goad 9 Ca tl: RubH C-tired Parth Mving equipment Is Ingle engine, over 50 yds. etc uck); Ambbe o-tlred carN tUVinq Equipment (muletple engine, LYCad, Ca carp!!:e; and similar) (over 35 yds. and up to SG cu. yds. etc uck)1 s..",Oval, Rackhce, D[agllne, ClaP•sh<33 (over 5 cu. yda. m.r.cJ fl ong boom pay app]icable); 0bver bane Repairmen; Tsaeter Coa der (cuvlar and wheel Lypa over 6y yds.7; tieldec-certiES d; Aoods Mixer and afrailaz Pugm111 Pyuipxnt. Croup 0: xut0 0r ade:; xutem Cit Slip Purx.; Crane-over 100 tons (long too~a pay eppll eebl<; Mois C-stiff Iegar Guy OOVrfck o: aim filar types (eapab:e of hOtstine, 100 tons or morel (long boom pay ap?:icabla); Mass Rea valor - leaa than ]50 eu. yds.; Mechanical Pinl shfng Machine; Yebile PO[m SYavale ry No[or Patrol, auL•f-ea5 f.ae); Pipe Mobile Machine; Rvboer-tired ea[N mving aqv ipx nt (rul:iple engine, Euclfd, Caeerpi ll<r end aims Tar type aver SC <u. Gas. struck); Rubber tfred sal!-0oadinq Screpar (paddle vhee l-aag r. type ael(-loading-) or once units); Rubber- tlred Scrape: - F'OSSing one another v/o Push tat, Push-pull (50C per hoar adaie tonal to base [ate); Tandem Fqu ipm nt ~3 units only); Tantaem T: actor ~yuad 9 or elailar type)) Tunnel IsOle Dorlny Mec hive Croup 9: final Liner; Gnai a!mx r; Helicopter Pilot; Aighline Gbleray; Demote Con t: oiled Party Moving Fquipmer.t (51.00 p/h add PfOnal to basa race); F~ecl L'auapatmr (over t50 cu. yd.) ~-18 south N0. G>e-9121 7ADQ DRIVERS Group 1: Group 2: Gtaup 3: G: wp 1: Gtoup 9: croup 6: Group ): G: oup 8: G: oup 9: Group 10: G: oup 11: Group 12: G: o.tp I1: c: oup le, c; eup 15: c: mP 15: G: ouP 1): Gaup :9: G: oup 19: SECTION 5 !nd Fn.p Bn.fi>. Pq.Mr. Nnurir Edva.r~en Rah. H 6 N P.. G.nr Vaurion nd/er dpp.. Tr. 5 9.52 5 1.25 .75 51.10 .JO 9.60 1.35 .]s 1.10 .1D 9.66 1.15 .75 1.10 .30 9.)s 1.35 .7s 1.10 .10 9.78 1.29 .]5 1.10 ,30 9.80 1.35 .]s 1.l0 ,30 9.81 1.39 .]9 1.10 .10 9.85 1.39 .75 1.10 ,10 9.90 1.25 .75 1.30 .30 9.92 1.29 Js 1.30 .10 9,90 1.35 .]s 1.10 .10 10,00 1.35 .]5 1.10 ,30 10.05 1.25 .75 1.10 ,10 10.!0 1,35 .7s 1.10 .30 10.59 1.29 .15 1.10 .10 10.69 1.35 .)s 1.10 .1G 10.]5 1.39 .)9 1.30 .10 11.05 1.25 .)9 1.10 .10 11.59 1.2.5 .]5 1.10 .10 • C i e pG ~ S J O 'o i 0 MW-19 South SECTION 5 DSISIDN NJ. GTB-]]J] RIIOCR FAZVtRH ~ Croup ] r Me nAOUeemcn and Te mea te[ GrOUp J: Dr Sve: or vehicle or mMinetfons o! vehicles Of 2 ssles (lncludlnc ell vehlCles lean teen vix tonal; Tref tie Cont[ol tll nt Ceq exclod:n9 moving heavy equipment permit load GrouF ]: SYpek PVmntetl Paver Ht uom Group 1: D<l wen of vetdC}ae 06 Lvmh !nation Of veN clew o[ ] esles Group 5: Poo LVenp Cement nlaitlhvto[r lual 1T UCkt Prwd 011 Hputdrt[ T[u<kr Natez Trvck, ] axle Croup 6: Dump, of leas Nan 16 yudv ~ C[oup ]: penal t-m1s, under 1 yards[ Oumpcrete, leas then 6y i yards o Group 8: hack Repairman ec !per Group 9: Mater Tipck, J o[ vole axl ea • o ~ Gzop? 30: PH and efmll a: type truck when pa [farm ing vl N in Ne TeY2a Cate' fur isd ictlon; Ptpe line antl Utility working Tzuck Snclud ing Mineh, but Slmftetl to uvck epplicaD le CO Pipeline z a and Vt111ty work, where a t'orC'osly Crew is used; Sluriy Drlvect Trvck 6reeaer and Tireun (SDC pet hour addltfenel for IIr<aa rd I Group Ilr Tt ens it-mfx, 3 yar da oc vnr<1 Dueryx:retq 6y yards and over i Gcoap 1J: Urlscr Of nahlcle a: mmDlneefan of vah ic]ea of e t C O[ LL~/l aY leP C .°. Group lh Damp, 16 yards Dut inn than 25 yards Group la: A-Rana o[ Pved Lh hens, or •lm13u type of aqu ipment - frlverr Pork Litt Dd ve r; Poaa Cea leg hfghvay Gcoap 15: All-otf-hlgpvey Yyuipx nt within Te amatere Luc lsd l<tlnn (o!t hlyhvay rombi^atfan o[ vehlclea o[ egvlFx nc with multi pie power sources, 51.00 per houe add ltfonallt Mmp, JS yards ac rv[e[ Truck Pe pa lrman Group 16: Truck Repair van Ma ld e[ - Group 1]c fw Bed driver, 9 axle or over G[wp 18r Metar Pull, sing le e~lnc v1N etta<hmente Grovp 19: Mater Pull, twin mglne rlth ettechnenta MW-20 $OllS }1 HDDIFYL4TIDN5 SECTION 5 ,noeGi esana vot ea we. (ey.wre.r. semwere i:. (+>t a¢szop xo. aye-sv] -'ae.n (U !i 369]9 - AurpaC 18. 19)87 ImraiLl~ Fam, [ca Au9slaa. Oa ap9a~ Alvataide~ cap- 9aipasdS:~pr gap L~Sa @Sryp~ saot4 DarAOAp and vavtpsa CDlntlap~ CalltOipll ounva: LieoD A4~ cxm~ 1 Se-1J 1.15 x.as ~„y x e, sa i.u zas cm~ J e.rv ~ I.1S x.af ~~ a e.e5 1.]M1 i.a! en~w s s.ae i.ls x.u MW-21 Seutb .ep .80 .eo .eb .eo .Jn ,19 .lo .30 .1P Section 5 I1D91F ICAT IOIiS reptsnt tePg3tey YZ L:q Ho. m-acm~r, tKainEFt 3. !m (U FP 16819 - aegext 1B, 19 "IB] Ina An9e lea Ii\.e rial Rem p•,i< Fri•i. pe.r Lh Pgnea b , , , Oeenge. Riverside, Sin Mudz I Eds<veon Rerne:3rpo, San ]u(s Cpisya, R•r=< H L M Pmisn vsnrisa .iL. Se~ea Bz [tare and Ysntnra Aror. Tr, C .tier, 4L'f0rnin Osnae o Ia\xzcal Ccugty: EleKaici rns 31 <.40 .'/5 Ja+1.65 Cable sp lice z+ 15.12 .JS 3[+1.65 \erv Igana ]ate have] vidnanro 4tst Station, i~1.'aiv« Mnl ElecU iuzns; Ted.~i ci ans 16.95 Lf10 JN1.i5 .15 CxA:e sFlic<rs 12.dJ l.fq 1a+1.95 .15 tom CowtY (Parlndcr or Cc, i Elec V3O M5, hdmic:am 1J 95 1.00 3\a 1.'15 .15 Cable SFlire cs 15.1] 1.00 3a+1. ]5 .1'v IOS NiS=1e5 Cowl tp Llec:r iriana 1J. E3 1.15 A a.15 .R r.nir Splicers ]d.33 1.15 ]\«1.15 .13 7amnal: Electririrns 3l.LJ 1.15 Ja<1.95 .1Z CMJe cpL ara 1l.9J 1.15 3a«1.95 .1Z XwfC TecNiirians <.f aiia[Sn4 nail! n9a) 4.59 ..95 3\ t]zanye Cow ty: E]ect zi c;ans 16.]9 .Bl J\+1.g5 .03 Cal>Ir SFlvicen ]5.l1 .8] 3\+].q5 .4] rtiversi P< Cow ty: rtao:n~;r..e 14.11 .es Ja«a.oo .a cai`]r spuara Jq. cx .e5 r.5.o4 .06 lnya. Wont. ana sur 9orna.d;no mwtier. P.lerrict ans 11.55 1.n 3a+l. LO .Oq Cable snli crrr 16.0; 1.51 T+3.60 .01 Twne 1. Elver ici ens 16.91 3.71 1b 3.64 .0q Cable splian 15.31 1.31 .1p 3.40 .Oq San wis 051 spo (nu-4yr Eleccrinane U.38 1.>1 J\i 1.54 .OJ Coble spliwai 1L40 1.T1 J\+1 .50 .OJ san to earbnza county M1'anderr: n:4 A]bl Llecvtcrav 714.65 1.10 JN1.50 .OJ Cable SFI: c<ri ]'I. GS 1.10 1N 1.50 .OJ Raa:. i..arr or aw,ti Elecciuanz J6. G4 3.10 JN 1.50 .OJ Cable SpL Ca t~ ]5. f,5 1.10 J41.90 .Ol Ven i Cn, ^e<4;u ant 36.11 ].40 T+1.55 .01 CaSb '+ 15.96 1.00 Jaa1.55 .OZ M'r~ _? 2 SOU1'N t N0Dir ICATIOI+S SECIIOI: S oeasxw w. a3e-53I) - ba. 9x I4) FP 16819 - Auque[ 1R, 197W Igxrlal, fam, xoa MYNLe, Oian94 4wu16, fan N inard,4q, fN xuis Wiaxo, fdlltG htMra ltd Vlptyjl Cnunelaa. W.Stotvit C1anv Fluabarq ftaen<itLZa: lape rial, Ina An9alaA. Oruga, Wverald+, San Nmatdlno, Fan Lw.e CPiapo. Tanta eesLera and t'mtera tr.untLv hrl< My. hefir• I.r•.•k M•w4r Eb<+~.. ^aMa M - Y F~.Ia.• Y.<aHao d/•r aa[.. T.. Y11.73 10a 369 1]a J-Y 14l Fn 3533? - Aug.q: ifi, 1Wi) les L s M I i I Beu. Fringe B•m ^~ fh Petmenr . , o ge rpez al, tem, Oren Ye, Riverside. Yar. Ne..lt Ed+<•eon eem arcane, San Luvs C_ispo, R•4. H 8 N Ren•i•n Voeari•n o.d o t senea Barbara and Ventura .. ApB'~ m,r,ues, Ulitornia Q,an9e: Iabore z: .:coup 1 3 8.4E 1.15 3.45 .90 .10 Gro4 ] P.6B 1.15 3.45 .9C .30 Gro.p ] B. B3 1.15 3.55 .90 ,10 Croup 4 E. 99 1.15 3.45 .tl0 ,1C Gto:p 5 9.13 1.15 3.45 .RC .10 Noxxle: c~ end Marren 10.:2 3.15 ].45 .BO ,30 GWrer. 9. >3 1.35 J.<5 .BC .10 W.Lr~tmLer. e. 3E 1.15 J.45 .BO .1C Adtl: Sb OriSi.^.dl Lalaat5 Sched Ult xuox-s Vantlen~erG Air t'oic< Rsse, Pai : Aa S..e 1]o end ea.,.p Rolxru troq~ 1 9. r3 1, 35 3.45 . BC . SO croup ] 9. eE 1.15 Los .RC .l0 Gm,S ] )C. 09 1.15 3.45 .PC ,30 GYOCp 4 30 33 1.15 ].45 .BC .]C Gznup 5 ]0,36 3.15 3.55 .EO .10 N,~-? Sou!h HODI FIGCT I OiJS Ci CIS IC;: 1:0. CA7 E1-5123 - Mod, {43 xFi 36339 -August 18, 197 Ic~ezial, Kern, Los Angeles, Orange, override, San Aern aTdino, San Luis Obispo, Santa Aazhara and Ven cu:a CoU.nti es, Califomi.a YPltiTC.•~: Iz~pezi,a l; Orange, tl'sverside~ Lns An ys les (Fetwna Area), San Fe __^.iazdine (excluding Western portion) Brush; Paint Burners; Spray $J 2.37 Paperhanger; Spray (swing stage) J.2, 87 Brush (5wi.nn stage); Spray (suing stage) 12.62 Steeo7ejack 14.02 Zzon, Steel and Azidge (ground work aid spray growd work) )3.12 Iron, Stec.] and Fridge (swing stage ar~d spray swing stage) 13.37 s=_crlc:; 9 1 a 1.23 1.3A .75 .07 ~ 9 1.23 1.38 .76 .07 ~ 1.23 1.38 .78 .07 ~ t f 1.23 1.38 .75 .07 3 1.23 1.38 .75 .07 ' 5 1.23 1.38 .75 .07 ~ w 7 M,'d-?4 Sough i HOf1IPICATIOILS SECTIOtr' 9 P e3eral Aeelster Vo1.44,No. Oj-•Pr13a y,Aprll 27,1979 ~ DECI SICV 60. CA78-5123 - Mod ~p6 (4e Fn 368 ~9 - August I8, 1978) I rperial, Ke m, Los Angeles, Orange, Riverside, San 8e rnardi r,o, San Luis Obispo, Santa Barbara and Ventura Co;m tics, California Change: PAI ST`e RS: Inyo, Kern (Lancaster, Mojave, Palmdale, China Lakc 4ava1 Ordn ace Test Station and F dwards AFR), Los Anpe les (excepx Pomona Area), Monn, San Bernardino (west of a line north of Trono in rt uding China Lake P.re a, Johannesburg, Boron, South including the 14ri gh twood Area) Brush St n:c rural Steel and bridge; Paint bu met Tap ^_rs Brush suing Stage (l:i stories or less); Pape than Be rs; san dbl as to rs; Spray Paintcz Brush Swing Stage (Deer 13 stories) Stnmtu:al steel and bridge, swing (15 stories or less) Structural steel and bridge, swing (excess of 13 stories: Spray Fainter; Sandbl nste r, wing stage (excess of 13 stor s) Sp: ay•Pa3 ntcr; san dbl as ter, swing, steee (13 stories or less); Paste machine; special co atinp, spray Steep le ja rk Kem County (Rem aindet of Ca un ty): Brush: Brush or rollC r, swing stage; Pap^rh an gets; Taping joint sneer rock Spr e.y; san dblast errs SCeep le ja ck San Luis Obispo, Santa tlarbara dP.d CCO nzra Oolm L]CS: Brush; Pot Tcn der Paperhangers; Paste Machine opc ra[ors; Iron and Stccl Sp r;ry; Taper; Sandblasters Sign Pazntcr Steeplejack r Bogie Fringe Benefits Payments Hourly Education Ratrs H 1. W Pensions Vocation and/or Aver. Tr. `$12.51 .71 .80 .60 .02 12.53 .71 .80 .60 .02 13.55 .%1 .80 .GO .02 32.66 .%1 .80 .GO .02 12.78 .71 .RO .60 .02 12.8] .71 .SO .60 .02 12.93 .71 .80 .60 .07. ]3.03 .71 .80 .60 .02 ]"L.91 .71 .AO .60 .02 ]3.65 .71 .SO ,GO .02 9.68 .70 .90 .03 10.28 .70 .90 .03 10. 1fi .70 .90 .03 11.18 .70 ,90 .03 $12.35 1.07 1.30 .03 11.60 1.07 1.30 .03 ~, 12. R5 1.07 1.30 .03 L3.00 1.07 ~1. 30 .03 13.35 1.07 1.30 .03 M.'d-25 South 1• • ~t • a • MUU I'r'ICAiI0:;5 SF,C;IO:; 5 Federal re3;ster, Vol.Ul. M1o,171 - Friday Au_ust ~1, Pj~9, D£C?S?Ori €CA76-5123-Nod. 57 ____ (43 rP. ?6839 - August 18, 1976) = Imperial, :Ce rn, Los Angeles, Orange, Ri.versi de, San Bernardino, San Lvis Obispo, Santa Barbara, and Ventura Counties, • California Char.••e Sheet Metal Workers: Imperiel County Los Angeles County ~ (Remaini.ng portion) Or m~ge County Rivcrsid e, and San Bernardino Counties Bn sic Fringe BrneFits Pvymenfs Y _ Fduev lion Rvtes H 8 W Pensions yvr mion on d,/n, APPL Tr. 14.95 1. OS 2.24 .O1 ].3.55 l.]4 2.35 .10 ~ 14.7.5 i 1.14 2.64 .09 13.9C 1,14 1.91 .16 • MW-`L6 South 6-36-78 BLCTION Y3. NOTICE OP ROOIAEMLNT POA >1PF'IRMRTIVE RCTION TO £NEORL LOVAL £MPLOYMINT OPPORTONITY (L]fCCVTIVL OROLA 11I/6( t. The FSdder'• attention Se directed to `Equal Oppor[unl ty and •6peciffc Equal Lmployment Opportunity Aeaponsibl lltiee` set forth Sn Section 6 of these apecisl provisions. ~ 2. TAe 9os1• for female parllelpatlon, eNpre ued Sn percen Gage terms for the Contractox'• sggregate rorkforce in each trade on all conslrucclon rozk on this ptojett during epedfied time period e, ere ns follwat TLx Pe rlod Coel Prom d-1-78 to 1-71-79 1.1\ Prom J-1-79 to 1-31-80 5.0\ From A-1-LO to 3-71-81 6.9\ The ae goals are appllceD le to Ne Contreetor'a aqg re9ate on-site construction workforce the that or not pare of Net rorkforce L per- Coming rork on a Pederal or Sedeiel ly •u Lted LronstrVatlon con Greet . or subcontrnet. The Cont :actor's compliance rich the Eaetv[iva Order eh nil be based on its Smplmentetlon of the Lqual Opportunity Clavse, mtl Ste efforts to met tAe goals ateDlLned for the con trace reenltin9 from this solicitation. The hours of famala employment and training must ba aubetentlally uniform Nioughout the length of the concrect, and 1n uch trade, and Ne trontractor shall make e good fei G1 effort to es~loy rom<n evenly on each of Sb project. • The transfer of feJOale employees or tralnee• from Contreetor to Cantraeior or from pro}set to pro}act for the sole purpmee of mee ring the Contraetor'• goat snail be a v1oLtlon of the contract, and the E::ecutlve Order. Campllnnre v!N Ne goals rail be measured ag nine[ Ne total cork hours Portormed. 1. Tne Contxaetor shall provide rxittn not111ent1on to the [ng inset ri Nin 10 vo[king days of arerA of any cans[ ructi on evb- eontnet !n ereeu of 510,000 at any tier for construction rock ~ unCer the eentzect rewlting [tan Uis so11c1tatlon. The notlf!- cation shell flat the n+me, addreu and to lephone numner of the sunrnnerac:ort employer Sdentlflcetion numbed estimated dollar amounc of the suhconttett and the unmated •terting and comple- tion data of the eubeontraet. -N-1 fist. 6 PR (Yellwl follws 11-30-75 E ECTION 6. FED F.AAi. RRQU IREIhE NTS FOR FEDERAL-AID CON STRUCI'tON YRUJGC9'J 6-1.01 GEN F.AAL.--The work herein proposed will be financed in whole or io Dart with Federal funds, and therefore all of the statutes, rvles and req ula bons promulgated by the Federal Government and applicable to work financed in whole or in Part with Federal funds will aoply m such work. 'he 'Required Contract Provisions, Federal-Aid Construe tlon Con tracts,' Form FR-12]l, are included in this Section 6. whenever in said required contract provisions references nre made to the 'State Highway 0<pa rtment Coot iac[ing Officer,' "S to to Ni ghway Department Realden[ Enginee[ J of 'AU ttn tired repre ae ntatives of the State Highway Daper tmen t,' such references shall he construed to mean "F.ngineer• as defined in Section 1-1.1R of the Standard Spec ifica [ions. 6-1.02 PF.RFOPNANC F. OP PRF9IOUS CONTRACTS.--In addition to the pxovi- siUns in Section II, •Fqual Opportunityr• and Section VII, 'Subletting or ,sslgn in9 the Contract,' of the required eons race provi eions, the Con- tractor shall comply with the following: The hidder shall execv to the CERTIFICATION WITH REGARD TO TH F, PE(tFORMANC.F. OF PRFV IOIIR CONTRACTS OA SU RCONTMCTS SURTECT TO THF, EQUA1. OPPORTUNITY CLALISF, AND THE FILING OF REQUIRED RF.PU ATS located in the pzn po sal. No request for sub le tt ing or assigning any portion of the rnntzact i excess of 510,000 will be wns ids red under the provisions of Sectio nn VII of the required contract pzovis SOns unleea auch request is accompanied Dy the CERT IF ZCATION i<feried to above, executed Dy Ne proposed subcontractor. 6-1 .0) NON-mLLO SIGN PROVISION.--The provisions in this eectlon a[e aopl is able to alt rontra cts except contracts Eor Pede ral Aid Secondary oro jcris. Title 21, United Sta tea Coder Section 112, [equi[as ae a condition precedent to approval by the Pede ral Highway Adminlstra toz of the contract For this wp rk that the Contrac cot file a sworn statement executed by, or on behalf nf, the person, firm, association, or corporation to whom auch contract is to De awarded, certifying that such person, [Stmt aeaociat toot or rnrpo rat ion has not, either directly or indirectly, entered into ¢ny agreeme nt, participated in any rollua ion, or otherwise taken any action Sn re strain[ of free competitive bidding in rnnnection with auch wntract. Thzs sworn statement shall be Sn Ue form of an affidavit exeeuted and sworn to by the successful bidder before such persons ae are autho tired by the laws of the State to adminie ter oaths. The original of each awoin statement shall be Filed with the Depa rtmenG of Tren sports Lion prior to the awe zd of chis contract. Imm<diaG Sly upon the determination of the successful bidder, copies of the of £itlavit as required by the above paragraph and in the form illustrated herein on the second pa qe following the signature page of the pxopoeal, will be mailed to said successful bidden who shall exec ate and ac krwwl edge said affidavit in duplicate and re to zn both to this oCtlce ae promptly as po ssiDl e. 6-1 .Oa FEUF.RAL-AID PROPOOAL NOTICES WT]Y: F.S TO PROSPRC TIVE FFD ERAL-AID CON STRVCT ION CONTRACTORS I. CERTIFZC AT ION OP UONSIiG RF.GATIiO FACILITIES (a7 A Certification of Nonxe nre gated Facilities, as req aired by the May g, 196], Ordnr of thrt Erc re to ry of Ia hot p2 F.R. ]4 J9, Mey 19, 1961) on F.l im ination of Senregated Facilities is included in the proposal and moat be sul+m itrrd prior to the a and of a Fede re l-aid highway rnne [ruction co neracc exrced inn 51n,000 whlc hwls not exempt from the provi alone of the Equal OpFn rtunity flay se, Fft-i u-zR-]s (b) Didde rs are cautioned as Eollovs: Ry si going this bid, the bidder will be deemed to have si pn ed and agreed to the provisions of the 'Certification of Nonaegregat ed Fac ilities^ in this proposal. This cer- tification provided Uat the bidder dons not maintain or provide for his employees facilities which are segregated on a basis of race, cresd, color, or national origin, who Uer such facilities are seq re gated by directive or on a de facto Da sls. The rnrti ficat ion also provides that [he bidder will cot maintain such se gzega ted facilities. (c) Bi tlde rs receiving Federal-a Ld highway construction coot rnct awards exceeding 510,000 which are not exempt tram the provisions of the Fq ual ooportun icy clause, will be required to rrovide Eor the forwarding pE the following notice to pro snective svDCOnl rectors Eor construction con CZacta and material suppliers where the subcontracts or material supply agree- ments a%ce ed S1o,00n and die not exempt f[om the provisions of the Fqual Or mrtunity claw se. NDTIC F. TO PROSPECTIVE SURCONTPACTOPS ANO MATERIAL EVPPLI F.RS OF REOU IREMENT FOR CERTIFICATION OF NONS F.GREGATED FACILITIES (a) A Certification of Nonsegregated Facilities as required by the May 9, 19L ., Order of the Secretary of Labor (32 F.R. ]4 J9, May 19, 196]1 on F.l iminat ion of Segregated Facilities, which is Lncl uded Sn the proposal, or attached hereto, must he submitted by each subcontractor and material supplier prior to the award of the subcontract or con summation of a material supply agreement if such sabcontra ct or agreement exceeds 510,000 and is not exempt fmm Ue provisions of the Equal opportunity clause. (bl Subcontractors and material suppliers are cautioned ae follows: Ry signing the subcgn tract or enter inq into a material supply aq reen+ent, the subcontractor of material aupo Tier will be deemed to have signed and as reed to the pzovisio ns of the 'Cer[i Eication of tbnaegrega ted Pacilitios^ in the subcontract or material supply agreement. '1Tis ce [tificatlon provides that the snhcontrac for or ma tezial supplier does not mainW in oz provide for his employees facilities which are segre gated on the basis of race, creed, cro lorr or national origin, who Cher such fat iii tiros are segregated by directive or on a de facto basis. The ter tlficetlon also provides that the subcontractor or material supplier wl ll trot maintain such segreaat ed Ea cilitieg. (c) Subcontractors or material suppliers receiving subcontract awards • or material supply agreements exceeding 510,000 which are not exertpc Erom the provisions eE the Equal OAPOrtunity clause will be regvf red io provide for the farva rtling of this notice to prospective subcontractors for construction contracts and material suppli erg where the eubcontracta or material su nply agreements exceed 510,000 and are not exempt Erom the provisions of the Fqual Opportunity clause. II. iMCL FAF.NTAT ION OF CLEAN AIR ACT AND FF.DEPAL NATF.R POLLUTION CONTROL ACT (a) Ry signing this bid, the bidder will be deemed to Aave stipu le ted as follows: 111 That any facility co be utilized in the performance of this . antra ct, unless such contract is exempt under the Clean Air Act, as amended f42 ^.S.C. 1P5] et seq., as amended by Pub. L. 91-6041, and under the Federal Watnr Pol luGion Con t[ol Act, es amended I]] U.S.C. 1251 et 9P. q., ds amp nded by rub. L. 92-E00), Ezecuti ve 0[der I1])E, and regv la do ns in imPl ementntion thereof (40 C.F.A., Part 151, ie not Lie end on the tl. S. Environmental Protection Aqe ncy (EPA) L19t of Vin Latino Fa r, it icieg our soon[ W 40 C.F.A. 15.30. 121 That the Statn highway department shall be promptly noti[icl prior to contract nvard of thrt rncelpt by the hid dnr of any mmmunice- tion f om the Dizectnq office of Fudr. ral Activities, F.PA, indicating Chat arEa cili[y to hg utilized for Ghn pant rant rs under considetat ton to he liscrd nn the CFA List of Vio latinq Faclll tin s. FR-2 a 11-18-]5 IIi. PARTICIPAT IOp BY MINORITY BUSINESS EN TF;RPAZSEE IN SOACONTAACTING la) A bidder who into ntls to subcontract a pot Lion o[ the work shall certify thae affirmative action has been taken to seek oqc and rnrs ider mino city bus ineas en terpr ices as potential subcontractors. (bl Af Eirmat ive action shall consist of seeking out mino ri ty business entcrpr ilea Ghat are potential subcontrac to zs and acil vely soliciting their interest, capability and prices; and doe wnenting such action. fe1 A ^m inority business cote rprise^ shall mean a basinees of which at least 50 nereent is owned by minority group members, or in the case o`, publicly owned businesses, of which aG least S1 percent pf the stock is owned by minority gronp members 'Minority group members' axe def: red as American Neq ro es, Spanish-speaY,inq Amecican Persons, American OrrPncal s, American Indians, American Eskimos, and American Aleuts. Id) A Eo rm has bean included in tho Pmpo sal Section. to be com- Mc<ed by the bidde z, which will satisfy the certi Eicat ion rag ui reme nta For aff izmat ive action at the time of submitti nq the bid. (e1 Should the bidder Fail to submit this ce rtiFicacion or subnit a false ce rti Eicatio n, the bid will he rendered nonresponsive. (fl ShnuLl tho Contractor zc owe st permission to subron tact a portion nF the work at any tirz dur inq the lifts of th@ co ntrac< after the hid sub%rttal, cart if icat ion of affirmative action, as provided in paragraph (b), shall be fuzni shed, i£ it has not be rn done ao during the bidding stage. Forms foi thin ccrtif ication will be available from the Engineer. fql The Contuic for shall desirtna to and make k.awn to Ghe F,nnlneez a liaison off icez to administer the mntrac is minority business enterprise proq ram. G-1.05 ALTf:R9ATIVF. MAT F.A IA LS.--The provisions in this s@c lion are n oplicnhle to all ro nc cads except con tra cCS foi Fede zal Aid Secondary pro vices. '•vhe rever it is provided in the specifications that more than one material will fulfill the requirarv±n is £er an iKem o[ Stems of work, the sates ssfuI bidder will be Eu rnrshsd a questionnaire. Said questionnaire will he ma ~l eel [o she succassf ul hidder at the time the contract is presented <o brn Eor uxec ut ion Eor indicts tinn therein the material which Ae proposes to famish to fulfill the requirements fe[ such item or items of work. Fit-1 11-26-75 11.5. CFiAAiMENi OF iUNEFOAiAIIOY fECf Ut HIGHWAY AOMINIS'U110N 6-1.06 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS IE%ClU51VE OF CERTIFICATION ACCEPTANCE AND APPALACHIAN CONTRACTSI r.Rr 1. Av;luar mn _____._____.._.____._._______ ___.__.~~ 11 F:yllnl rlp;mrnmry ..................................~.y III. Cbc•.rrearr,i FnrJe v...___________.___ .__._~-5 s. Pss-.x :Il n( Pr.dn«mmN hom„mm a'.an ....-_.-. ~_5 \', ; vo.rr.rnr. end Favmll .............___________.__~_~ \'1. Iir-o:l of 1lamnd., SnpVLr. and Lelnr .............~~ T~II, >'d;.L mnR or Aoignme In<(:ontta[I . _~~ 4'III. >npn, Arrnirm P«.nmm~ ._____._______ _ ___~-9 IC. Fal.r <ur.mrnr. fnnr•: erne Ilvhwro Pml•rr: __.__._. ~~ Imrlrn~•m.mnn nl C!ran Av An and FNvel R'ern 1'nl nu:nn r'nmrnl do ..................... ..........,a-y I. APPLICATION L Tn•~ ~~•nrYl vrmi•mn..Fell applr Io ml work r<rlorm.J Ih. irl hY :he contractor weh hr. a nr(un r_aOn anA v~lh dr n ova rrr of wmkm•n Imdn hr. I mrdrnr >uprnnvnA r ami p. all u~~rk Pmformr.l on ,ha namram h{ prrcrvnrk. na.,nn unrx nr In vlMnnlra•1. 9~ TM rmr.vmr -hall I nr I ach of ht, •u Lrnno-¢u all d ,h• aymi nmarn .1 In N<v Rrgru«d f:omrert Prp•r ml ~rU, 'mR hr. mbcumracmre Io mrluJr rh<v Rrq~„', .d af:nnnarl P,r .nr lawn trrr •~Iwnn urn. .•hr.h rho m vnrr L, nhrr uh a dou «qnr rhr n Ln nl Ihr•r' rrr .ubrrlnrr snbromra.r that r .. n oIr„ hr madr. Th, nN,ynla rd r'amrnn Prouanm rhaa n an ~n.e n < r , e9'nr;vd L.' raf.rrnr r. a A L: r.~h rf a ~~I Jrr .epelaenns rommnrd rn Jrr.r I4 .rd ,mrart R~•~,me. mar Lr amends Inr trrmrnalrnn ~~ .err ~nm ,, .. t \ !~ nth .I 15. bdlrru'.,c rla~ws n alv Im ernnml` for d. h.Irmrm nr vrnrldN in ^~ CFN 5.6(hLy 4n'.nn L I'vn:rn PL l ~~ n It'. rara:rarh: L :.i, 5 ar:d Fn r'~nn \. , angdn L .Sn. 51r, an.. iJ II. EOUAt OPPORTUNITY 1. Frlr<unn of ha Mr IF:rmr Ihr ~,. rlm mane nl IhI. rnnr,on, Ihr rrrmnrlrr droll ml ~'. r er r r Lmn am rn6rr >up,. i n,mn rrr trvm~ . rnl Ihr I omrl ~amtn 1. F.mplnyment Pra<li<r.: IIrI- n¢ IM1r rr r(nrrn.nrr nl lhie .nnlr ~ IM1r r •nlra. lnr aarr•r .r. Inlnu., ,, rhr raa Irr wnl rlrr d,w aRarr.r .r , rll~.l..,rr r . rvhnnl Ir.~-m lit. m•m L.. r., ~r ~I , ~ .I" , rd torn air, ..,. nr ,.dl rrk.raO~Lrnor yr '+I al'i ~~ ant. n .I~Inlrrl. alld Inal fml•arrr, a ctrl ,lu inR rnrrlo. w,III.~ a..l Ihr N.~r •r~h:~ r rlrrnl ,r rrr: Ir n rrr. ~ mn. naernr,! r. r wh m. ~ , .lull mrl~~dq Lr Ir.l L, Lm ilrr,l rr rhr b'I lnurn r,Il Ir.,.. n, rrrn,lrne d• r ~~ ,r nn. r.n ad,rr e.me. lard. ~~ nm~~n. ..II tm .prr, I~~~ wl ~ mr,^ . of rlrvlrnn Inr uarnmr, m~~hnlrn„ :pprr I. ~r.Frl, n Th• r roue Irr q r o rm n.vicu . plat eilab!r w mpioYee and epplinnb !err mploPn notitta Io he proridN hY rbr Sul, hipbvsy aey.n~ mcm vuinR lonh the proision. nl Ihi.. nondivrimm.dnn d.,s<. h. Th• emnr will, i all vrl:riradnm o edrvuxmmu /or rmplop nrrln«d by or rrr h<hall n( Ihr romrarwr, ram anal all gvebfvl epplie wdl solderelion fnr mplmnlrm wnhoet .rRard mnrra , rolpcrrrllpm. .. , m nuronel onRln r. Thr ommclor will =mJ m rarh Iebor~ a rrpresn:niv< n( workrr weh which Irc ha. a oilnrrvc harpeln other rrertan a undrrnandmR` a noon w hlpro~idrd by tlh< Slmc h:ahnm~ drpertm<m adu.InR Ihr raid labor union or work. rrr«xnlaa,r pl the rvnvarma c mnmrul. under Ih'IS v nn 11-9 and =hall von topics of Ihr Deice in rpnsplwous pLcm arallahlr la emplov<n and arrlium. for rmplavmrnr. d. Thn omrenar will enmply wuh ell pro of Earcuu•e Order 11215 of Srommher 4i, 1965, end of the rukw rtprlniom Idl f.Fft. Pan 601 end rdevem nM.n al the 5«rnary of Labor. r. The r:ovragor wJl lurni.h ell mlarmuion and r<I+ens rn grurrd by F.vcunv< Order 11PI6 0( Sepumhr 9d, 1965, end by min, rreulauoru and order of the Secr<ury of Labor, err put them o, anJ wlll prr . to his nooks, meords sod rm. hl the FNnil HiahwavrAdm marauvn end the 5<ae aery a! Labor !or purpose of In sr:aalion to ax<narn c mrll.ner wllh mch ndn. rzeulnuom ,rrd,erdrr.. L In d.r rvmn of Ihr rnnvarmr's nonromvlienre w¢h the nom drw notion rlanv of Ihis roman n vilh an{^ of the Bald ndn rrpnly mdn , IM. contract m v Fc vIN, mrmr wtal n usprndN<In whnlr r mI and the mmraaor m v be dmUrnl inrlrpible for Llnhn Gvvnnmem rontraru nr Frdrrali.~ ml nnruroan rmm~ns I cordan<e vrdl nro<Mures arun~r~,rdaln F.rrmis, Onim.tmdr~<a(Srpnmbrr v. 19ns, a„d urh nhrr onrenm mar 1. ~mrnvd and omNv. Invoked ee prnedvd m F:.rrulor prdn II"M of Sepumhn 21, 19(r5, or by rule «anlannn m order of Ih< s<crnary of labor. or ss mh<r wr r pro.nlN by law. a. The rnntrartnr will mrh,dr Ihr pin nl Ihls crtlon II Y r srrbonvan m ru«hn+ mdrr unl,a mpud h, mlcs, a,Iia~p pram ar mr s.mrrarv a( Lalnr . ,ra ,.,I ,aI le COl of F..rcnem nntrr 11:A n( 9rpnmMr a. 1965, w Ihat ,nvh pro wlll hr hullllnR upon arh nrMnmmcrnr o minr Th. nntunor wdl lab vrrh aeon ullh «.prr to a .rde rnLarl nr prrrrbav mdrr a. IA Sur. InRLw av d,v.,rm•m o rhr FNual H, Rhwar \rlrn rarauon may dvrrl a nl r Imrmr. such rrnslonm mrlurling s hr n. rr,molmnrr~ Prrn:Jrd, M1m . ,, Thor rn IM1r n•v o r L,rnms Imnbrd , Ihrrnvnnl weh Lrlcaum, wIIF o snhrm,tra, mr r. •ndrr r.nh ~f .nth .6 «sunn Ls Ih• FNrnl Ih Rhwav Admmrvlrm Ilrn. Ihr rrnlrnrmr r mpir Ihr Un r.rl > m r ~mn r,rr .ur~lr la.aar~en In Ir«o-rl Ihr Imr~rr•I. nl IL. Ilulyd >mvlan a. Rrl«opp n/ Slrh<omrn<rara, rr«errmral err aa<rial.. anA Lca.ing n/ F:gllipmrm: IliirinR In, I•"rlnrnlan•~ rr IpI, rnnlrtrl, Ihr rnnlrar tor, fnr . ill, a ..ranrr, and . it r Imrrra ILrrrrminr «Lrrrd In ns rhr "r nanor I a,.., s IrlLrws r f',mnbomr 1t1dr Ib,:nl n.rma IM1r rrr, .... m .hill rrmvly weh Ihf RrRrllaunm mlamr In nnndrv rr I Ird<re11Y~ .nI,A pn,p:am. r,l IY' trl~a rl Irr m,l.r lalinn. 'Lr, d9. I nJ. of I'.rlnal Rrm,l.trmos. P,n LI, a' evy r,er Iw amrndrd For. vr.un-n,, a., rd ~~o•, m. oao:.'• PR-4 IAn 9~r51 Irnm a n. ro nmr. (hanaah<. nlnrcd ro a the RrgulauonJ, wlnrh < Im n :m nq•n:mM Lr relrr<na end mad< a tars of rhs romurr. rr L, vand.Yr naGan, TL• ronnn'mr, with mgard m rhr worA p.rln. and Iq:n J::: onuaa..hall nor Ainnminuc o rl:< n:l- ri : !nlnr.rv' nalianal on Frn n the .fl«I:on nil ~: ::I+..;I. a::arlnr al m:JndmF era rnr. al m mruh +ml I.a.. nl rgnq:mrnr. Thr ~omonor shall nor purid~ pmt rnMr .1.naly m mdimnly in rL< di¢lilninmion proLiLivd M vmm~ 21 f nl rhr Rrpnlalonr. inrind:ng r:nnlo>mrnr pmalrra xh•o the tool: art rmas a pmR: vn .m fenh In Appmdk fl of rhr Rr :.mn.. . Sal nlalm:n lac $ulrono an, Inrlud:ns Rarummenn of hlarrral. mot f.qm V::r< : In all ,nLr laenm <irh<r hr c mPni~ me bd.l:nF a Fooa:on Inudr Ip' Ihr <ommaor for work ro k p<rin•m.J nmly. a +uLramuu, inclnding prorvmmrnu of m r La of rgnmmrnt, vh potrmial mLaomracmr o mppLrr ~baVLr notifirJ by rh< <omnmer of the eonma<mr'a oLLF,rmn. nlnlm this comr.a anJ rh< Reguluions rcluire Ip ^nd:v:: nnmalt, n: ^n nc~ ProvnJ. of racq caloq Ya or nouon.l onA'n. J In(nr anJ Nrnrrtn: Thr omnrre: Jull providr all :elm „m:~n +nd :•ron. rrgwrrJ L9 rhr N<RIIluion•, lLr , urJ p:. , am llnrrrn. anJ •hnil iwrmn a .. m Ib LockLL. r ooh, oll:rr m nl infmmarinerand h. laaliura , Ir Jrr nrJ Ly rLr ,$lalf IlighxaY d<mnmcm or ILr Frdrnl 11:,,-,L. a.ul.Adnnnigrmion m Ix Mronrm ro a•cenam mpl:an,r wnh crh R ,nlal r dtrrcri.n. R'hrr an> info: Iwum: rrqu::rd al a ~omraao~an m rhr rnclnaiae ro,•rvlnn ^! Rout Lrr .ha Iml. or rr x+ m Lunlah r1u, inlonnnlon rhr cum Jmll ~ rcnily ~ro rhr Sru< hlghweY demrrmem, or rLe Prderal ILd+xav Admmisruuon a appmpriarr, and shall xr look xLU <Amn it hu mad< w obmin the inlormaricn. e. Sana:o • Inc Son nq+Im : In rh< rm of rLr mnv.emr'n omrl:.m~r wuh lhr nnndlYnmm.uonrayrori.iom of rhls ran. rhr ~l.vr h:Rhx'ny A:'pmunrm shall uniwx urh comma • nauan. a, e m rhr FrJnal ILFhw ay Adminlnounn m y dm<r nu r m Lr arinrmrimr, mrL:dmR, Lm nor Lmitrd m. a n 111 vehLnlding nl pa.mrnu m rhr ramnnor undrr rhr rn nut lhr rem~arla: r mrdv~, and/nr r$I , rralmn, lr: mwunn m n:grrnaion of rhr contract, :n xhnlr nr a Pau, I. Icwq•araonn of Pmn.ionc Thr romnnor hall inrlndr Jm pre a a rd n:.. ; araFm^h 1 m r rrY urMomrnra. I:rcL:ding Pro ,.f nulnu6 a d Iwo. nl rnnipmrnr, note.. yr Ly :b N~.~~ler r d:nuiar• i n<d l:n lam rhrrno. rTh< vc•mr ,Call ukr .:::h an:ml xnh ny:rn rc am ml:rontrormroo Irrrw +n J:r Slao- hiFhrray Jrpanlnrm nl thr FMcnl Ilieh..o• bl::na:•rml:rm :naY d:mrr a• of rnlmrurF neh pre rJod:n nrlinna Inc amyl .err: Providrd, hnw~ ~~~inar. m n:.. rnr n amnnarrbrn sol.rd in, v rhrrao-nnl wuh. In¢.umn v:rh a wlrnmcvmr n alnplirr a wlr ..I .vh dnrrenn, rhr ,nmremnr n .r4nd rhr Srur I :phx.n :Lpmrmrm rem: nrL LuFminn ro promo ,r inl•:•a. nl rhr; SI^lr, and.: eddmm~, lLr r^nlmnor mnv rrp,rd ll:e I nerd 9ulrs nm snrA liugnrmn o L: ,:r tlr unrn.l. of lhr Gn:vA timlr.. III. NONSEGREGATED fACIIITiEf : hrrLra Ll. n Pr.l.ral aid r n<numm~ rnnueela and vlel<d •ulx'ann ail. ~r•.L:u ?IDmMl auhu'h mr nm n.:npl Irnm rhr Cga,l n,gin:lino rl.::.r ilv .~:L.. nl On! hnl. Ihr ~::llnn nl lhi< rnnuan n ~nL :, ~ ~.:: r, r. :h•~ umrn al lL~. mnmr:nl ,uprL aprr:~mrnr. nlq:ra:.n :. rlCaLl ~:. Petrel .vJr nan:rnnn:nnoanm, v:L noon .. ..,,..I •~q•pL• nr,p•ar:wo-, rrldv. rhnr Lr der nnl n.::: prm r:lr Inc hr nu Plm rrpavA In rd:l : .n 1• a( 1..• , uhLd: m.nl•, anA rhm ahrndm nm Dmmrl hn mr.le,rr, n, rvrJann lhr:, < r. , . Inral:nn, undrr hl. . L• n.l IarJnm . almmnrd. Ilr en:hr. fun Mr that Lr w,ll not mamm:n or pmv:J< for h:a rm Play.e any 11-28-75 agrRand larilitirs s any of hl< nmLL.hmmr, anJ rhm Lr .rill nm Mr::w hn rmplm . m Vrrfnrm rear.. . Inmr:nn. r hie ~omrol, whm xgnR.nrd Innlnim a inu:nrA Hr aFrr c tl:a u broth of this crnificarinn is ':oia on rl rh. f:nnal Opporn:nny rlm:v in rMs mmnrr. A, ,cd :n rLi, < mlmalmn Ihr rrwrrd IanPai N' my wmilnq r or4 m troooro and xashronn:•, :r•mnunn anJ mhm mea:;• e rimrAm~k•, taker rooms and olLm aom;:e or drnairlR ::rn•, perk ing Inl•, drinking lounlam~ r rulon or rnrrrminmyn o uanstronatlon. and houalnF fauln ea prosidrd for r:nl:lnlo-s vLvll ugrrgalyd by <ipLrir dnmtire nr ar< m tart v~Pmga:r:i ^n the baaa of tart, trod, color, a. nvional origin. Lrcau•r of hate. IxJ cuwam, o; orhemi¢. Fir amre~ rho Inc<rt whne hr ha• oLreinrd id•micd cenifiwrinm Irom Prnposrd suhranua:ors and ,avriei a:npiina lac .MCific rim< prrim{a1, he wili oLUm Idrm lira) certlfimuon from propo«d .nhronlraaors nr maerial mp~ pD<m trim as mr axard of arlLramram. ar a:< <an.,,mmauan at mumiai mpp(y agar ems, erdin¢ f10,000 xhirh nor essmpr Irnm the proei one of sh< Equal OppormnirY <Isux..nd rMs he will rmun wch cenificaoons in hia fibs. IV. PAYMENT OF PRFDETFRMINED MINIMUM WAGEf I. frmrrnl All mrchamrr and LsLomrs rmployeJ nr wor4inR uMn rhr of rb work rill M Laid r nndieowlh and nor Ir=. nfrn': than Dore a week, and wnhon: s~Lvqurns rl<Juamn ur rrLnr m. my acwum Iran<PI sock papol d<dnrriona as ar< Prnninrd by regnl:aion• i.aurd by the Senrlms' of Labor undrr rh< foMiaM Act 1:5 CFft. Pm 111, rhr fllil amount doe ar rime of Pasmrnt ompnud m waRr runs ern Ir« Ihan rho.a conuinrd in rhr wag. daaminuian Jrcision of the $rrms.ry of Labor vhkh is .u.rhed hc:mo end m.dc a non hrrrof, rcprJlns of any mmrunml r< Inion.kip wLirh may Le allegrd m <ain ixrw.rn lhr ~ommrtm and such hbnren anJ mmhanm•; and rhr waer d<rmminumn dceiaion shill Ire Imnrd LI the ~omunor ar rhr slle of lhr x'mk a Promin<m Llarr wL.rr n run M welt •rro Iq the wor4rr.. For Ihr Purpnx of rhl. rtanw r ^nuJ:nlion. maJr nn> ably nmiripacd Ilndrr .rninn i l la 121 a( the taus Darns A ~r n Lehalf o1 Lborrr. m urrrbanlr, art mn.:drrrd waRr. paid m •n<L hLorma n m«Mmr•..uhlrrr m thr lma.l•:nn. al Scnim: 1\', pauguPh rl6, hrrrol. .Alw Im rh. P:ulmx of llu. rlnu.r, rrgulac convibmicns mad< o roan Inrlvmd form r Than a x'cdh period undrr Phm. Innd{ o: propr.m+., bw rn nog rhr vat riculor wehiy p<rinJ, art Jrrln<d m M rnnurngnrly madr nr mavr<d during mrh xe<ky yrrioJ. 1 Claaeifiur:on: a. Thr. Susr highway dryanman onnaning oR:rrr .hJl mquve rLm any dao of Ia Lour. or mnhanm.. :urlnd:nF npprrm rite and ualncrs. wbrh i• nm Irtrd ..r Jm waFr Jrmrminanm+ and which is m Ir onplnyrd undrr Ihr mnuar r, .hall Iv rla•<:finf recbaifinl ronlmmaLlY m rhr wngr dmrrminal:nn, and o yon of rhr scllan morn Jrnli Iw vm Ly Ihr Surr Lirl:wp d<p.mm~u ronnaninp ofirrl rn tLr Fro ruq nl Lahnn b. In the r rm Ihr imrrnud pour, r noel agar n rhr yrnier rln.ufira nla+vfimunn nl a rnnu niar Aa• rl L. Iw ml mrdinn nrlu:LnF apmrmim and r <, m ! xJ, d:r qurmm~ a :nrenkd M d:r mlalmn nl rh• Ferc hiphr. ay Arp.: ~nr rnnl:en:nR nA~~rr .hall Lr ninrrd m rLr $.nrmry loi final rdrlrrm:n.mm~ J. Pq'menl of Yrince lienrfirn: e. Thr Stem Im_hn.q :L'I'n lmrm mntrar unF nAn.r hall rrgm xLr r tl:r : : xarr alt tnr.nhrJ m IL. r uam (m a rL ~arnf Ieimn~ n rrhan nrin,lr• a Irln r Iwnrfil w Leh :+ mr r<Nr +:1 o n hourly waer Tarr ami 16r tomcat ~.,. 6 oLLrnlyd m pa. a ra.harnnnalrm nl .urh u L:m'. Lrnrhl, a hn:: d.:a•L np::.nh nr li :~nl In Lr r,rohL ~hr.l In Jm r,nn rh- unrrr'anl ran:.. r, n:n a :q.n adr rgnnalrm nl Jv In r InmrfiL rb:' mu :nranaa Lr rhr r ndeunn r.f n:Lr a:b^s• aR::. ^.hall M rrb n.:l m rhr 1n'ngarf nl Lalmr lur dnrlmmaumu ~~ FR-5 Porn 14Ra] prs, 9-I51 h. I( the rommnor d«a nm m.A. Imameltl• m a morrc n oshn ILini Irsnn, he n aAn n, put nl Ihr anµr. al n Llwr «h.n IFra nm of •ny •,<, r nobly enuli paud<rmn pn ndmR rL<n•riMllonJrr orlon r Prnpn nl a npr ear,r.aly L.vd r Om v.µ. Jrmr naenn Jrnann of Ih< S r r of Ulwr wL~rh r, a tart M Ihr. rnmmn: I'nn irl.d, bm., r.. IA. SnuLVr of i.abnr Ito.: md, rgwn ILr , nu.n rnprrv of IM .nor. Jul Ihr an Dlveld. , andud, nl Ih< Pavr.~parnn .qrl have Ivr Thr 4rrcmrv nl Lalwr may vgnr ~ Jn convenor m ,<t nrdr r •rlnr nrml awI< Inr Ilv mrrq, mf nl nhLpnunn. rnrdrr Ib plan r pmuanr. /. Peym<na oI Eanas Waq<e: R'hdr Ihr volt r .hewn • . Ih< m . vqulrr,l LY Ihr onvan m Ix raid dminR rn LG. Ihimri nel a mp.r Imr<n Ihal 61wr r n k rMaimd aI ILrx nm~ 40 I the rnuuv: Purr avheil br alcoved nr anlhonutl nn a< onm of IM raym<m n! waRr uvs In nrr« of Ilmx liand hmnn, i. Apprenli<ee and Train«o (ProRrama of D<pertmmt of labor): . Alq+r will hr rrrmilnd m work a trn tlun ILr prrdn rrd rem for Ihr work Ihry' fwrlormrd wLrn IL.y rnr!mr.d acrl imlividnall> ..fiaeo-A i . Iwna fidr app. rhm • rnaa nma.nd whM1 Ihr Cp. ^rranmrol nl l allrn, \Unr^w idm marumn. pnnol of {rrrr. v<ahrp nnl 1'ra ina weh a 4nr {I'I`rrnle.Jlq. .{_rnry r <oµmxrd Ly Ih• pro r! . Ivnon i< ulprmrd rn b. fire 90 Jas, of prnLa nary rmpfnrmrnl a am arrmnlrrr i .urh an arfnnnrrvlr,p prnfram, v.hn la e« Indhi,Lrllr rplaerM In Ihr InnRlmn, Iml who ha Irrn rnefiM Ly IFr gnr.au of .Arro~mhrdnp anA TfalnrnR n a Clarr 4pprrnlirnhrr \R<nrx I,rArrr appralrr'lalrl Ia Irr gifihir Inr rrnLaur,mry rmpiLymrnl apprrno, ... TAr allnwaLlr ult. nl aprrrnur<. le Ionrnryrm~r sin .my roll rlnnfintlrnn .AaI nnl IIr Frratrr Ilren Ihr + I prr nillrr rn IAr noon en a. m hr, r ork inr ndrr Ih. rrpi.lrn,l loo. Rrn Inv grl'Im rri Vrlwn a pawn a1 a alvnrnnrr wayr mrr, wlm n« a Iminrr na drfinnl m Lq fFfl SPtrl19 r. rnl n mh.. rmriovri a gaud nlm .hall Ir ra.! dv w. uo- drvrm nrA hY Ih< errvun rl Latin 1,,, the vLo pn( xmk hr arnuih prrfinmral Thr nmmnor n orb•+mmnar wrll Iv rcgrrlr•d m inrnnh m Ihr clam hm Lney r In a upr. uI'r..' .f Ihr lfnerliel r Pn < of Ilrr lea h.~pn rm nl lalwr rriu.n rvrdnrrr nl Ihr mug<IUlrnn n! Ir. mau.mr and arr.rrn.~r... wdl n. rhr eppmrnam row. mt van. nlra Irvrn ~rl i n. rmm:r. o! rhr m~sm Irv, ralrJ, hr Ihr a r rd r narrrrrmn Drinr m~nr art°ner.< rFr mk. Thr wear no- pmrl ary pn .hall Lr m I% rL,m rib .rprrnpr'ral. rrrrrmafr rrl Ihr innrnrlrnran'. talc rnnlnmrrl rn Ihr .,rrliralrla war. drl..minnl~rrn. L. Tnmms, nr.m « rrov rdrd in °p fFR .5.15. wJl nm Lr p,n4rnr,1 m work ,I r. rhm Ihr Inrdn<rminM nlr for Iv r^rlnrmnl unl..• IL•, mplmrJ Pn am I. aml rnrlh ~rhra ll+ r.nn.(r a Prnam .hirir lu• nl Inr ,r prm,h r rn ~.,I Lvnlmmal rrnifiralrnn. In IhrrP r, Drparonnn n( Lalwr ri\lonpnw pJm tailors, tlmarn n( \w•,rnmr.lr'q. aml Tn Thrr r.um nl Iminr•- m Im,rn .hall n..l Ir. inc curs n ernlr. Jran prr nerd nndrr Ih. Id.m .nao,.vad Le Ih. nr,rm nl \rrrr ~r.Fgr , ml Tci rnv F.v.rv na,nr, n nd Ir•' L,rA + nnl Ir.. Ihr ILr qv .Pro ltd rn Or•~ rrrm .~1 rrn ,I L,• h,+ Intl nl prnn„_. My m,ml,,,r. hard .n rlu payrnllLal a v colt who r. repl.nrrd mrl I'+rli^raun¢ i + n.rr r~trn oprmwd L+ r~m~ ilnuon wl Aprrmr r.lnp andn'(ninwGrnlnll Irv paid n I r, tli nr Ihr wa rnr, rn r rrd Lr rlrr nl Lahr fm ILr rl.r-nis ennn .I w.,,4 h%no~uulh pnlnrnrrd Ir stln~ vlnr rrr .nLrnnv.rrrr ...1 Lr ngnr., n hum-L Il~r n r b.nh.ay a 1 ~ ~,Iw•.nrnlur nl tlo tl' ;v.l l,n r Iln nl Ihn I' c+ brq~nnrvm nl I aLnr ,rnrmn .~vrdrnrr rl Ihr ,,, ofi rvonn of F,< prnu nn. Ihr mu.l, a ~n al Ihr uunra,, arol rlrr~ nnr• anti vap, rap. prrvuhrJ i II nI rn,pram, In rl„ ,m drr Ifanarr of Iprar rrdnp and I'~ mµ wrrh~L r a mJ n(a hmm~q Pmerarn. IF< nmrarrnr will nn InnV"r Iw Iwr u 11-2R-75 ur rllilire sninn. at 4<. IAan Ib erplinhle predtlermined me for Ihr work Irdn.mal umJ nn nn rpuLlc ympaam it approrcd. r. Thr milirnnnn nl sPpren ., veinre..nd ioum.ymrn •h.ll M i onlm ,uB vilir shr rgn•i cmrd,rymr^I nnMnunily r.qw rmarol 1''uanu* Ordrr 11146, < emended, aM Z9 CI'fl 1'au .ib. 6 Apprcnlieee and Tnineea (Propramn of Depertmenl of Trannporlalion): ADDYCI1nT and omnrr. woeklnq under appumiaship and .kill ve ninq rropra • wLrrh M1arn Irrn unified h> IAe Se<rmary of Traorpornllop asnpromminp equal emrlolmem opponuniry in ronnrclipn wish F'<dnel~arJ highway convrnnien Dropnma art nm <uLya m Ihr r.gmrrm.nte of c•rfion IV. Dvgreph 5 aLor<. Thr arnrpht time hourly vRe rues far aDPrcmira and serin<n audrr o¢h propr•m. viii b< rnaLlr<hM Ly the panicul.r pro From,. l Orerlime RRquirem<nla: Ito conlnclor er rrrbaomnctor rnnlraclinR 1<r eaY p•n of the ranvut work which may rrmlirc m rn•olve Ih< emDloymrnr nl lahorrn merhanica, wavhmrn or fnards Iivludlnp anprcntirm and va ra dracdbrd in n<nprph< 5 and 6 drovA alull r<qui or Dnmisreny labour, maLanir, we¢irman or eoerd in anx v. n.b wok m whmh he is cmnlmrd on snrh work. In work in oms of ciphr hnnrs m any relrndx dq or In nags of Inrry hmsn In rvch workwak unless snrh bbomr. m«hmiq wamhmrn or poard re ' om«n•atlon aI a ram nos Inr IAm one and one.h.ll limn hl+vM~< rn< of pq Inr all honra worked in eu<v of <ipM hours n any c+lendv Jay or ie room of lorry hnnrs in rvch werkwak. a. rhr u.v mry be. b Viohlion: liabiliq for unpaid wages; IlpuidelM damaq<e: In she nom of my violosion of she cLnar «t lonh in pare rook 7. Ih< rnmnaor .nd .nr <rrbcomruarr rnponmhle Ibrr fore .hell be Iiahie Io eny opened rmriny<r for his unpaid w.prv. In addllion, nvh romraaor .nd snlronv.rlor .hdl he Inblr to the IinrlM Slav lin the c v of work Aonr nndrr comum for the Dnuict of folnmLl. <r a I<nirory, to .rr<h Di•viu or Io such vrrimal, far hgrriJao-d damagea Such Lgrrrdned damapn shall bn rompmM enb rnlrecr m orh individu.l laborer, mahaerc, wmrhman nr puvd anrloyrd in vip61ion of the cbu.c xr lonh m yauµnirh ], in the mm o! f10 for nth nlrndar day on which .urh rm Vlmrr x a vquircd m rrrmnlcd b work in eseo a( dRM hone n. in ncn< nl Ih< standard worb<ck of lour hour. wilhma pgmrns o! rhr «alime waRr+ rcquirtd Ly the dax xl /urtir m Vanpn DF ]. 9. Withhaidinll tar unwid wuRer. Thr Spm hiRhvay tlrpnrrmcm mmnrlfnp o~rer may wish hold er our Io Lr nrlhhdrl Irom the ronlr•aor w moth el she nrJ Paym<nI. a advanrr< a mar be romidrrM a«mvq la DRYr lalronra, merhanrra ImdodinR aPPr<nlun aM vunenl vadrm.n. ar puarda rmpiolyd hY the Ronnarnr or anY •ubfom rnrmr nn Jre wm4 Ihr Lr^ am<am of w.pn rrquirM by Ihr <ennul. In she rvrnl of (arhnn Io Dry •nr I•hnrer, mechanic. I inriudina apprenun<anA u,uvr<1 wm<hman m Ruard emrlnnA vnrkinR on mr =rv of rLr work, alt nr part nl Ihr wapra rrquir.d by Ihr r ,Ihr Slam hlahray drpnmml wmnn inR nlfircr mry, a(V rlanrplVn nohrr' In IAr coal .clog IaLn <urh amron a. maY L• n,...an rn ra .r Ihr vnnnnrn nl nny IurArn pa>m.nl, edvnn, nr poar.nlrr nl IunAv rrntll .rich rminoam hav. mrN. lo, Wilhholdinq !ar IiquiAated damapen: 'ILr Star hruhw.r Jr'I'.+rlmrnl mm~nmf <dirn m wuh hnlJ n v In la~ nlAlr'i A. Irvrn art ~rs< Das.IMr o rmI nl emk nrrlnrrnrrl In Jm .coon m~xn vrhrnlrarlm, arrL ra o+ nrny arLn vh Lr ,A'p.rrnrnni rln Lr nr ary m .uridr am ImhrLOr. nl wrh fnnlrnrmr n ~ulwenl nrlm Inr hgnidalrrl damaps x nnvebd m Jv ,lams. .r brllr rn pamFry,h q, corm aa_un irr. v,esl FR-fi V. STATEMENTS AND PAYROLLS 1. Cempli•na with CoKland ReNlatipn (H CFhg, Part ]): Thr <omnomr .hdl comply with nc~ Copd.nd ReeuLuon. 1:9 CFR, Pan 31 0l the Sarwaq of Tabor which arc hertin rncoryourrd Ly reGrrwe. 2 N'ak1Y statement: F.a<h mmncrer or wkomnaor shall tarnish .«h wok . nnrmem ro nc~ Sure highway dep.nmmr ruidwr wginer nth rapcu to the wasa paid ach of iu employees, lindnding znrrrnum and trainees demibcd in Sarion N, pa.gaphs 5 and 6, end wavbnw and Nndsl engaged on work cmmrd by nc~ Co«IanJ H<FUlaliem during the preceding wakly pryroll pcri:d. Thr at shall bee cmrd by the eonrnmor o wbcomauor mahy an .mhorimd Dorm or <mploya of the con moor o .uknmraaor who wprrvisa the p.ym<m el w.ga. Con .,red wb<omnaon man uw the cerrifiorion wr /orrh on ('.5 Drpanmrm of labor Form NH-3Jg, er nc~ amc «nifi. arr.anns m: Thr aarrx o1 OMional U.S. Drvarrmem el L•Iwr t'orm \\'H-31P, or on any form with id<mial wording. 3. Flnal labor aumm•q: The ronuuror and earl: wkununror .hall lurni:h, upon she nmrlaron of the wnuam • m+ry of dl <mploymem, iMiar~ mg. for rhr romplad rreja4 the total hour worked end N< royal .m um c.rned. TAis day. shall be wbmined w the Stae hrRhway vdepnrmem rrvdrm engineer on Form Pfl-A together wch the tiro rc9uhed in Sation VI, bawl, rduive ro mam.iale and wrrla•. Thr Drarizrorra el rhi. pangrarh arc nos apyliable to rnmram for saondary highways er mmracts fimsed wlelY wnh lun:k rrearded bf the Hiehwry B<avefiweon Act rl 1965, u amendrJ. 1. Find grrrifiubr. l'Mn rnmplaion of nc~ <omacq the romrawr ahdl submit m rhr 5ram luahwev Acranmrm <omoarng ograr, In um.mm nc~ Rdrr.l N:ghw•y Adm nkrmnon wnh nc~ u<ha Im first paymrm fora xnrk Mrlnrmnl nndn the wnvus, .rnrfinm r, mnsn^agra anA daaifiouon. far laborer, m than ..anhmrn and swards emDlnY^I an rhr rroimr, rn the lollnwmq Imm. Th. undo.:gnrd. amractor on IPrmar Yo.l h•rcbv rn:6.. rhnr nll Isbnr.n. mahamra, anpo-micn, ua:nrr., tyro hmrn nnA Fuank mnployrd by bm or by any suMomr.mor (nr(nrm:nq wmk unArr rhr cmm~n nn rhr ;nnlro hme been Vaid .+ear. n ra r Ir•r than rhos vmnrel Lv rhr roman Pro .and rrhm Il:r ark nnlnrmnl by nub ach lehom ohm arPrrmn. nr tramp mnlnrmnl m rhr rlavifiollona m fonh mnhr ronlnn or rninrng DrrFnm provianm apnbuble to tlm veFC mm IorA. $:Fnaru r end luk i. P•Yrolla anA Mpoll records: r IS rnlb red b,a ord. nlannc rhrrrrn well W m r,:na d,n r: m= r rnl rrhr „erk .m'1 err r.rd Int. rrrrodrnl rh:.r r, rhn.ahn rler all lalanr., r ~bam<•• emrtrmsea rn:oee , .mrhmm amt gu.rJ, wor4:nq m the .n. nl rhr xnrk. h TLr pnsmll m nr:la .hall rnnrarn Ih< root, moat v:vrip and aAdi,., .:I ..:rh sorb rmylnpr, hr. rerrrrl An.wbu unn,r ..I pot n. IndmF rao-. nl rnnrrrbnunm o oaa anlu.n pa VA +1 J:. Iqv. Ar• nbrd r croon IlbrPl nl rhr D.nn. Ilnr : Mn, Andy amt .~.41v n nmlrr nl Imnr. nmb:l, dnln: nom m,lr nA annal . .pant. U'h.n r IL. ~ :parr nl lobe Ire em In crnu:o l\', ranuarh dh, rlma (nand rhar Ih• w nl am lalmrrr rrham< rnrbdr rhr rm nl a a . r. nobly amnq:enrl In prondmg L•m M. mJn a pkn nr yro sum dr.~n Ld w ~emn IIbI IRIrRI nl rhr Ilamsllaan A<y, Ti-zR-7s the eemnmor sh.ll maim.in record, which .how rhn rbe wm- mirmmr to nroddc wch b<nefira a mrerceahk, rhn the Man or pmgnm is fiwnmal!y mponsibtr, and Thar the plan or proenm hu been wmmnmm~ed in rnrns ro she laborers or mech.nim aRmed, and raerda whichw show rbe wu. muapurd or the «tud ww isurad in yroridm[ wch beshgv c The Mlwlb rhdl eemain the follewint inlormnion: 111 Thr emPloYee', lull na , •ddreu urd weld aavriry umber. IThe rmploycea full name and acid u<udp number need only aPr<n on rhr firer p.Yroll on which hia name appear The rmployr<. address pad onl> be shown on the fire aubmnr<d Myrell on which the employer s name apaan, unku • change of •ddreu n udtna a wbminal m rc8ar nc~ new addnxl 121 The emploYels dauifiorion. (31 emria indiafng nc~ employee's bas¢ hearty wyc are and. whcrc aDDbcabla, Thr overtime hourly wage um. The par.ell should iMicare xp.nrey rhr amomu of employee and employer wnuibnions rv frinFe benefit funds and/or progama Any binge benefits Mid to rhr employee in nsh mvu be iMi. amd. There is no Dresrihrd or mand•mry form for Jwwrng rhr above inlormmion on pgmll•. 141 Thn emplmxe's dvh' Doti wakly hewn worked in ach <lawi&arien, imludmg canal everrime hove worked (nor adjuwed r. 151 Thr idmiad deductions made all 161 The per wets Mid. d, Th< wmumor wdl wbmir wakly • copy of dl paywlb w the Starr highway Acpmmem mid<m engineer. Thc reps sbdt be aaompanird by a stnemrnt agreed by the employer or bia •een iMinting rhar nc~ DaYm14 are cerrat and ro pkre, rhar Ju wage nra ronruned thorn m ma la rhm thus doer mined by the 5ecrcwry of Taber and Thn the dawificniom «r lonh for e«h laborer er mah•nic ronlorm with rhr work he MdermN. Submis.ion al a wa41y unrment which is requhed under rhi, wnu•cr hr SreGOn V, pangnph :, and rhr CaMhM Regulniem of nc~ Samary of Labor @9 CPR, Parr 31 and the filing with the initial peymll nr anY subwyuem pgroll of a copy el any fillings by the 5<rrgary nl Labor purw.m re Se<rion n', rrtagnph 3h, ehdl mialY rhn rr9uinmem. Thr Dome wm tnaor shill be raMnaible for the s:hmisden of copin of Myrolls o/ dl subcomnnor.. Thr w root will make nc~ arord, re quind order the 66or smndards davxs of rhr amt«r •aihble for inrMmion br muhorizr:l npnarmniva of rhr $um highwry dep.runwt the Frdeul Highwy .Administrmion and Thr DeMrr. mom of labor, and will Pamir such reprewnralrm re im<rvkw rmplo)'ea during .mkmg hv:ua an the lob. e. Thr wages nl filar -hall he paid in Iral mndrt of rhr Ummd Stares, eacgn rhar Thn mnduion well h wnsidercd .+ri.~ fill 'I r.ymenr i, n:ad< by nrgmuLle ehrd, on • wlrror Lank, which may he <s<MJ radJy by m<.mploYa in the la.l co unity for nc~ Intl amount, wirhorn di¢onm or collation rlmrses f any kind. N'hnr rhak, .re awd Im ppmrnr, the rontrano: shall makei llormaonn y enangrmrne lo; rhrm ro be uaheJ and give n nardrng such • rmPemenls 1. Ho Ire al mY krnd Jrall fie ukM or arnpo-d hr rhr mm uactor ar my of hi. apron Irom any Peron u • ronAinon of rmnleymem nn nc~ rrnj<rl, g. M1'o 61arm dull M rhers:al for .ny look uvJ rn Iwr(mm~ ing thin nywnne Anucs r.rgd for aawnaby arodabr Inns or denmge rhvow. h. h:•m rmplma on rhr work cevrnd br thu amarr shell Iw Domm•I n. In:kr. Imard and nndn wlvrr anA wch whom Lr elan amt nnlbrr Iba r army rmr hu .:gym-, n r hb mpluyo-. Jwll, Jvn'Iy a mLrrnlt rrgw ~ nndewn nl rnrploymrnr ILar an nnpnpa~ hall Imgr. Iw.n:l ~or rndr ar • pen¢n+r platy nr wnlr a puua'ler Pn.on. i, Fo rlurpr ,ball W made Inr am namdmneuon Inrnid:rd Ly Ih• ronvnanr, nr L:. aF<n n, In and Imnnn rrnplnYed nn the work. FR-7 fern II-I]13 Ib.. p-y61 1. No iodhidud chill be employed a • laborer or mahsnic on thir comma vapt on o wage be.it but Ihia shall not d eoasmed m prohibit the rcmol d memt trudu, or echo cgwp~ mmr Irom individuJt VI. RECOpO OF MATERIALS, SUPPLIES AND LABOR 1. The provierone m this srsfion are applicable to ell ontrectsemep[ rnntrads yor secondary hlghweys, contract fimnad solely with (wiles provided by the Highway 9<auti- (ice4op Act of 1965, es am oiled, entl conlrect with a loll bid pace less then 5500.000. 2, The amrector shall maimein a record of the total cou of ell materioh noel supplies purchexd for end inrorpontcd in the work, cad elx of the geentitin of thou specific rmmrida end wppliu liurd on F'nms PR-07 and in the vela drown. Upon umpletion of the convacr, this record, together wish the fin.l lobar wmmary regnircd In Section Y, yaregvph 3, hereof, shill be tremmitlcJ to tLc Stara highway d<pertmrnt raidens enRrne<r for the project on Form Pft-47 i eccardence~ with instruuioa eueched thereto, which wrli M lumrahed (nr this purpou upon rrquest. Th<quem titles for the listed item, Jr.ll be reVaned xperetdY for roadway end for ,aruaurrs over 20 fed long on meewr<d along the center line o! the medwey. J. The rnmragor shell become femilirt with dye liar of specific mm«ials end supplies com.rned in Form PR-01 Drior m the come corm of work undcc this contrail. Any eddirionel mamrie6 information rcgvirrA will Le xlicited through rtsidom of Form PR-Y7 with altendmt explenetion.. 4. Where srbcomveton e < irvolvrd the comremor shell submit eith« a singly. repon covering work bath by himxlf and ell hies eubcomomors, err he may •vbmR upearc repona /err himxlf and (or each of hn subrnntredOn. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The ronvenor shell perform with hia own orgmivtion r tract work em uming to eat feu then 511 percent of the originil coal <omren oprice, ocrpt that any items deugneted by the Sate a 'Fprrialy h<mi' meY be Pvlormed by eub:omuct and the emonnr of any each "SpniJty Itemi' x performed envy ix dodu<tcd from the original renal consucs price belorc <omVming the art rent of work regmred m Le performed by des contmnor wnh hn own orgenimion. "Hie n orgeniution" .hell he construed to include only wnrLm•c ngdoy<d end paid dir<mly by the prime comre<tar and egnrpmutr or.ner or rented by hlm, with or without opernerv L. "Sprrielsy Itemi' shell hr <omtraed tq k limited to work that tgnirr. highly specielixed knowledge, <ulvmenthin o emlmm<m ram nrdinerily vveileble in competing orgsniammns quali5rd to Lid on the cnnved a whole end in general art to be limned m minor <oman•nb of the overall contract. 2. In adduion to the 50 perrm ogviremrnt xt forth in wrg~ graph 1 abort, the comremor shell lumiah fe) . nmpet<m supra imrndrm or lartmsn who is rmplnyrd Ly him. who hen full o rhoriry ro dhert yrdnrmnnre (the work is rcordaa widr thr Ontvn rnprb.m<nst end who i• n chugs of ell roromrruvn up.rminnc R.R.rdle~ of who prrfnrmc nc~ w rkl, end Ih) umlr other n( irr. own nrgeniurionel rapaLiliry end tsponsibility Iw. yenrann mawgemenb end rnpmrrrmg xrviael es thy, ctmr hrglrwav drpatmrm eomrarrim: oEe« ddrrmmee a nrcaxry m exurc the prrloprence of the coconut. J. TLa ammo o uw uron which the 50 prrcrnt rcqui . rot xr Innh in parsgreph 1 is cempm<d includes the cetl of mamrale end monrrlarrnred product.. which art ro be Vurchevd m prndnr rd hY the <anunmar under thr cannon prnsldon. 4. der Orms that have byre .dectM m "Spttielry hrm:' for she cnmrecs re Inmd ee such in thr Spnisl Provisions, Lid xheduiq or rlvwh«<rn the comma decumrma 5. Yn portmn of the contort hell L< mbin, esdgncd or orhrn wrx dispaxd nl anpt with nc~ wnnrn canner of the Sletc Ingh~ 103177 wry dcpartmcm contnding oBrcer, er hia mthoriud rcDrcxna. rive, and wch c xm when given shell net 6e comtrad to reline the contncmr of mY rnpoaibilisy for the fulfillment of the comrecv Request for permiaden to seLl<!, coign, or other. wix diapou of • Y Donlon of the wnt.d shill b< in writing coil occomrynicd Ly 10 • showing she the orgenimien which ill perform the work ie p.rticulerly caperieneed and equipped (or mch work, end Ib) en eswrau Gy the consumor rho 1Le labor menderda providom xs fonh in this c ntrxt shill apply to InLor performed on ell work cmampesxd by the mqu<ar- VIII. SAFETY; ACCIDENT PREVENTION In the pedorm.nce of this emuvet, the convector droll comply with all epplicebl< Federal, Stne .nil locvl Iewe goveminq celery, health end xniusion. The comremor shill pmridc ell vicguardt afety device end prot<dive equipment coil take any other needed uriory on his awn mponsibiLry. or a the State highway dean. ant conneming Ester may dcmrminq r nobly necenaq so protut the life and health of employed on<she jab end the alesy of Ure public end to protest property in coin«tion with she per (or nee of the work eourtd by the comvn. It u e condition of this wntrad, .nil ahnll be made a condition of uch wbcentnn entered into pmsu.nt to Nis eomnct, that the contredor coil ray mbconvecmr ebell ear require any laborer or mecherdc employed in per/ormence of the comred to ark in wrroundings or under working onditioa which e vniury, hwrdout or dengemm to his hesirh or af<ty, udder mi eel under epnstrudion alety end health snndvds (Title 29, Code of Federd Regulelions, Part 1926, formerly Pan 1518, o rerixd from rime to timel, promulFaed by the United Sntes Seerdsry of Labor, in auordance with Section 107 al she Com tract Work Houn and Sddy Sunderdv Act (83 Std. 961. I%. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order ro enure high quality end durable cenatmction in cam 1 rmitY irh approved plena and sp«ificelions end • high degmc of relishility on astememe and r~prexmuions mode by engineers. entredort wppliet and workms on F<dereh.id highwq proie<b, it is ca+emiel thu ail arrow concerned wish the profed perform their fvndioa ea adully, thoroughly, and hanesdy a possible. Willful fe6ifiudonr diemnion, or m reprexnterion wnh rapem ro any (ens related to the proj«t is violnien of FeJ«J Lew. T prevent any misunderstanding rcRerding the xriousncv pf Ihex nil 'miler ter, the (allowing nosi« shill be posted on uch Fedenbnd highwq projcd in one or mart pleco whore it is mdily erailvble to dl perwnnel a reed with she project: • • NOTICE TO All PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS ~ Title 18, Uniud Stars Codr, $edign 1020, reds es Ialloww "Whoev being .n oErcer, am,t, or employe of the Unied Sato, or of enY Stet< or, T<nitory, or whoever, whither a p<rxn, eswrietion, firm, or corpordinn, kmwingly mekn • y lalx surd meet, Ieix rrprexnmhon, or (else report a to the chendeq quality, quonuty, o err of the mudiJ used or m be uxd, err the quentisy nr quality of the work polormrd or to be Verlnrm<d, or the costs thereof in connection wrrh the svhmission d phns, meq, specificalinn., cnntrecv, nr wu+ of ronanmtion on any highwq relemd project vubmhtrd for apyrovd to the Sr<rctuy of Trernparttion; err "Whc<ver knowingly okra any Llx. auxmenL fdx reprom• setipn, hlx repon, or Ielu clean wnh aspect m the chered<r, quality. gvemity, or rnn al any work performed or so be per • larmrd. or mmerieb (urniehed nr to Lr furnished, in connenion wish thr congrndion d any Mghwey or rrlopd projcd epprond by the 5<crdory of Tronsporution; o "W'hacver knnwrngly make any lelx ntsumenl gr lelx repro- xmetron a m e mst<riol led rn my nuement, cerhfinte, or roan /R-I}y1 IR<r. 9_]51 FR-8 mport nibmnud purw•m so pronsow of the FMnJ.Aid Road Au .pproved 1u11 1, 1916 139 Snr. 355), u wcMed .nd «rpiemcmN: °ShJI h fined ror m+rc th.n 810,000 or imprirnd wr mess ib.n fire ye•rc, or Boih." X. IM-IFMENTATION OF CLEAN AIR AR AND FlDERAL WATlR POllUT10N CONTROL ACT UIPLIGRIF TO CONTRACTS AND FURCONTRACTS WHICN EXCEED f100r0001 1. The <vmr.aor sdpWrn ihr sny f«iliry io be udlircd iv she perbrmmc< al rhiv covvxt, unless -^-h ronuxr iv essmpr under ~hc Clun Air An, u wended (4R US C. 185] et «q, u mmdx by Pub. L. 91~6M1, ud urder the Fd<rJ Werer Pollmlon Cenvvl Aa, a rrovdd IJ3 U.S.G 1^51 cr xq., u m<rded by Pub. L 92-500), OmvOre Order 11]38, nvd reguh. eov. in implcmcnuuon ihereo( (40 GF.R., Pen 151, is rot ii-ze-Ts IinN, on she dn< of cemr«( vwerd, on ~h< U.S. EndronmemJ Pmtntion Agnwy, IEPA) Lln of Yiobdng Fenli~in Purwvm m CO GF.R. 3520 2 The convenor •grm to wmPly wish JI she rcquircm<en of uctien }14 0l the Cle.n Air An wd veniov 309 el the Fed•rvl Wucr Pollumn Control Act •nd JI rcguluiom avd gviddinn IimM Ihcrmmdv. 3 The rontrenor .hell premnlly nevly the Snrc highwvy Jepmmem el the r«eipi el vny mmmuniurion from she Dirxmr, ORin of Feder•I Awivitier, EPA, indicning chat e feciliry ro be mdiud (or she convvw is uMer mnaidemivn rv be tired ov rho EY.A Lin of VlehrinF hwlitica 1. The nnmmor vgmm m include or ou« to he included the mquircmrnv of wbp•ugupha 1 through d of rhiv per•gi•ph % ' ten n vncmps .ubmm~n, vN fmlher vgrns m uke we6v •c6on uthe Gev<mmem mq dirar u v mew of enlom ing wch ttquircnrnn PR-9 iwn 11-i}8 Igu. 0.81 11-28-]5 6-L OJ SPECIFIC EQUAL EMYLtIYME N: UPPORT L'N ZTY AE6PONBI BI LITtLb 1. General a. Equal employment opportunity requiru me nts not Co discrimi-ate and to take of tirmaty ve action co assure equal employment opportunity as requv red by Executive Order 11246 and Execu Ci ve Order i13]5 are set forth in Regm red Contract PYOV193 one (Form PR-12J3 oY 1316r as aoprcpzia tel and these Bpecial Provisions which are imposed pursuant to Section 140 of Trtle 23, USG as established by Section 23 of the Federal-Aid Highway Act of 1968. The zeq uitemen is set forth sn these Special Provisions shall constitute the sp ecifie afEZrmacive action regv irements Eor project ac a vities under chis ce ntract and supplement the equal employment opportvn ity require- ments sat forth in [he Peq aired Contract PrOVlsl on5. h. The ccntra ccoz will work with the State highway agencies and the Federal Co veznment in carrying out equal empioyment opportunity obligations and in their review of his/her activities under the contract. c. The ro ntn:ctcr and all his/her subcontractors holdmy sub coot races not inc lad my material suppliers, of $10,000 er mo:e, will comply with the following minimum specific requirement acct vi ties of equal employment oppO RUnity: (The eq Ual employment opportunity require- ments of Executive Order 11246, as set forth in Volume 6, Chapter 4, Section 1, bubse rc ion 1 of the Fede [al-Aid Highway Program Md nual, ace applicable to mato real suppliers as well as contra cto rs and suhcontYac tors.) The contractor will include these raga acme nts in every svbcon era ct of $10,000 oz more with such modification of la ngua ae as is necessary to make them binding on the subcontractor. 2. Equal Employment Oppo[tunity Policy The contrac COZ will accept as his operating policy the following state- ment which ss designed to further the provision of equal employment o ppor tun icy to all persons without regard to their race, co loz, celiy io n, sex, or national oriyin, and to promote the full realization of e9 cal employment opportunity through a positive continuing program: It is iF.e policy of this company to assure that appl cants are employed, and that employees are created dvr ing employment, without regard to that[ race, [e ligion, sex, color, or national on aim. Such ac tron shall include: employment, upgrading, demo tron, or transfer; recruitment or [ecroa tment advertising; layoff or termina tron; rates of pay or other Forma of compensa- tion; and selection for train ng, inc lading app ran trceahip, preapprenticeshi p, and/oz on-the-job tra Ln an q. ), Equal Employment Opportonity Office[ The co ntracter will desiy mate and make known to the State highway agency contracting Officers an equal employment opportunity office: Ihrreinafter referred to a5 the 860 Of Eice rl who will have Ne maponsibility for and muse be capable of effectively administering acd ptcmnt v~al an ne e: ve contractor program of equal employment oppor- tunity and who must be assiq ned adequate authority and re sponsibi licy [U d0 SO. FR-10 J. os semina con of Policy 11-38-]5 a. All me Mers of the contractor's staF E'who are authorized to hue, su pare ise, promo te, an3 discharge employees or who zeconme nd such action„ or who are substantially involved in such action, will be Wade f.~1 iy coy nizanG of, and will implement, the contractor's equal employment opportunity policy and contractual xespon- sibilaties to provide equal emp leyme nt opportunity in each grads and classification of employment. To insure that the above ay regiment wall be met, the following actions sill be taken as a mynimum: ,11 periodic meetings of supe rviscry and personnel office employees wal be conducted before the start of work and then not less often than once every six months, at which time the contractor's eGUal employment opportunity policy and .[s implemencatioa will be reviewed and explained. The r.,e ecinys will be canduc fed by the EEO Officer or other knowledgeable company official. ;27 All new supervisory or personnel office employees wi 11 be given a th oco ugh indoctrinatien by the EEO Officer or other krowl ed yeable company official covering all malor aspects of the contractor's equal employment opportunity cbliga- tions within th uay days fallowing their reporting for duty wvth the contractor. (31 Ail personnel vho are enya gad in direct recruitment Eor Ue pco )act will be instructed by the Ee0 Officer oz app ropr isle company ofEl cial in the contractor's procedures far loos tiny and hiring minority group employees. b. to order tc make the contractor's equal employment opportunity policy known to all employees, prospective employees and potential sources of enp loyees, i.e., schools, employment agencies, labor unions (where app ropzi ate), college placement of Ficers, etc., the contractor will take the following actions: (11 uoci~es and posters se ttinq forth the conuacto is equal employment opportunity policy will be placetl in areas readily accessible to employees, applicants Eor emp loynent and poCen- tial employees. (21 The con trscto z's equal empleyment appo rtunity policy and tie procedures to implement such policy will be brought to the attention of employees by means cf meetings, employee handbook s, or other appropriate means. 5. Recruitment a. When advertising for emp loyve s, the contractor will include in all adveru semen is for imp loyees the notation: "An Equal Oppoct un ity Employer." Ali such atlve rt isements wi1L be published in newspapers - ochev pub licauons, having a large circulation among minority groups in the area from which the Project work force would normally be der wed. b. Tho contractor will, unless precl oded by a valid bargaining agxee- mt, c nd ur.[ systemati r. and direct eerruitmmrt through pubic and pr u•a tc employee ro Ee rral sou mss likely to yield qua liEled minority yro up applicants, including, but not limited to, State FR-il u-ze-~s ~ employ Went agencies, schools, colleges and mrnority group oryanixa- tions. To meet this ceouirement, the contractor will, through hia EF.O Uff :cer, iden tvfy sources of po tent:al minority gzo up employees, and esteb lush with such identified sources pro ceduxes whereby m inoritp 5ro uo app Bean to may b2 referred to the contractor for e rap loymect consideration. Sn the event the contractor has a valid ba rgain mg agreement providing far excl us:ve hiring hall referrals, he is expected co observe the provisions of that agreement to :he extent that the system perca is the contractor's compliance with equal employ- ment oppo rxunity eonteact provisions. IThe U. 5. Department of Sabor has held that where implemenW Uon of such agreements have • the effect of disczim mating aga mst minorities or women, or obligates the co nt raccor to tlo the same, such implemen tat ior, v in lates Executive Order 11246, as amended.) c. ~ contractor will encourage his present crap lcyees to eef er mrnority group applicants fnr employment by posting appropriate ^.n cic^s Or bullet ins in ateas accessihle to all Such employ ees. Ir, addition, informatioh and procedures with regard to referring • minority group applicants will be discussed with employees. ry. Pe[so pnel Actions a. wages, working conditions, and employee benefits shall be estab- lished and administered, and personnel ac Irons of every type, including hiring, upgrading, promotion, transfer, demotaon, layoff, and fermi ratio n, shall be taken without regard to race, color, • retig io n, sex, or national oagin. The following procedures shall he followed: 111 The contractor will conduct periodic mspectaons of protect sites to insute that votking conditions and employee facilities do not indicate disc[imin story treatment o£ pro 7ect site Personnel. ~ 121 The co n[rac cot will periodically eval id ce the spread of wages paid within each cla ssificataon to determine any evidence of discriminatory wage practices. (ll The contractor will pen od ualiy review selected personnel actions in depth to de[ermi ne whether [here is evil once of dis cram mat;o n. where evidence is found, the contractor will promptly take corrective action. St the review in- • dicntes that the disc nmina[ion may extend beyond Che actions reviewed, such coerce Give action shall include all affected persons. (d The co ntrnc eor will promptly investiga to all complaints of alleq_d discrimination made co the cnn erne for in connection wi [h his obi:gations under this contract, will attempt to resolve such comp is :n cs, and wilt take appropriate cnz rective • action wlthio a tea sonahle time. TE the investigation in- duaces that the disc nmmati on may affect persons other than the coup In inapt, such cn erect ive ac ticn shall include such a ther persons. Upon comp lecion of each ~nvestigut ion, Che cO pFfactO[ will inform $VP [y comp ld in ant bL all h19 aVCpVCS of appe dl. F0.-12 ,. Training and P[omot ion 11-x0-75 a. The con u~a ctor will assvst in Locat mg, goaliEying and vncreas my the si.: lls of Illino[icy group and women employees, and applicants Eor emp to ymen t. b. Cons is hl2t with the contractor's work force zequireme nts and as peru ss ibl¢ under Federal and State regulztionsr ehe contractor shall mak¢ full use o: training programs, i.e., apprc vtvc esnip, and on-the-lob tra wing programs for qe geographical area o: co ctroct performance, Where feasible, 25 percent of apprentices or frai noes :n each occupa tron shall be in their first yaar of apprenticeshvp or training. In the event the Training Special P [ovi stun is provided under this contract, this subparagraph wili ue superseded as indicated in said Training Special Provisions. c. The contractor will advis¢ employees and applicants foe employment of avni lab le train ir.g programs and entrance requirements Eor each. d. The eon tractor will peri od ical'_y [e view the training and promotion o tenu al of mioority greuo and woven employees and will encourage eligible employees to apply for such .raining and promotion. fl. ~nio ns If the contractor rely es in whole o n part ulna unions as a source of employees, the contractor will osevhis/her be sc efforts eo obtain the cooperation o[ such unions to increase opkx,rtunvties for min iori ty gr¢ups anA women wi th it the un sons, and to effect referrals by such untens of mina my and female employees. Actions by the contractor evtlher directly or through a contzacto is association acting as agent will include the procedures set Eo rth below: a. The contractor will u e best efforts to develop, in coope racoon with the unto rs, )Dint training programs aimed toward goal iEying mire -.inozity group members and women '. oz membership in the pions and :nc reas ing the skills of minority group employees and women so Chat they may qualify for higher paying employment. b. The mntr actor wi it vso best efforts to incorporate an equal empioym¢nt opportunity clause unto each union agreement to the end '.hat such union will be contractually bound to refer appli- cants with nut rega zd to their race, co to z, [e lig ion, sex, or national ongin. r.. The contra ccor as co obtain information as Co the referral practices and policies of the labor union ex rapt that to the e xter. t. such in EOrma uon is wiih in the exclusive po sse ssvon of Che labor un van and such labor u n refuses to f Wish such info r-ar.vor. to the contractor, th^.ocontractor shall s certify to the State highway department and shall set forth what effo cis have been made to obtain such information. d. -n the event the union is unable to pro vid¢ the contractor with soon hle Plow of mi mcity and women z¢f¢rrals wl Chin th¢ ti mo ilimlt set. forth in the collect roc bury sin mg agreement, the co ct rar 4,: will, elimugh independent recruitment efforts, full the omplrymrnt vacs cr.ios without c¢gu nl fo race, color, religion, sex, er ::a ti anal on n;n, ;n a Y,i nn C!~11 efforts to obtain qualified antl/or y uol i:aabl r. n ity Jrovp persons and women. (The U. 5. Ue,~rtt~Ont of iahor has hclrl Chat it shall be no exc usn chub the n;nn with w., cl; the rmnacmr hos ollecU Ve barram mg aw ree re nt prnv uliny for exclus, ve zeforral failed ttl refor m:; .~: r y cn yl Dyer s.l In the event the union referral p[a trice I'R-1 3 11-28-]6 prevents the co ntzac cox from meeting the obligations pursuant to Exe cucrve Order 11246, as amended, and these special provisions, such contractor shall rmmedlately notify the State highway agency. A. Eubcc r.tractrny a. Thy: contractor w>11 use his best efforts to sc lrcrt bids fmm and to utrlize mino trig group subcontractoYS or subcontractors with meaningful minority group and Female representation amo nq their employees. Contractors shall obtain lists of minority-owned con..t YU etron farms from State highway agency personnel. S. The contractor will use his best efforts to ensure subcontractor compliance with th e.'_r equal employment oppo rtur.ity obligations. 10. Reco ctls and Repo [ts a. The contractor wrll keep such records as are necessary to deter- mine co mpllance with the co ntrdcto is equal employment opportunity ob liga 4 ors. The records kept by the contractor will be deargned to indreate: (1) The number of minority and nonminor ity group members and women employed in each work classification on the project, (2) The orogze ss and efforts berng made in cooperation with unions co increase employment opportunities for minorities and women lapplicable only to contractors who to ly in whole or rn part on unions as a sou me of them work Force), Ill The proyre ss and eEFn its being made in locating, hiri ny, tra rn ray, qualrf yin9, and upy coding minority and fame le employees and, (4) The progress and efforts being made in securing the services of minority group subcontractors or subcontractors with meaningful minor ty and E¢ma le represen cation among their employees, b. All such records must be returned for a period of three years Eo11ow1ng comp terror of the coot [act No rk and shall Oe avar table at reasonable times and places for inspection by authorized rep resun Werves ci the Sca to highway agency and the Federal Ilighway Admim st ratron. c. 'ehe co nCrac for wall submit W the State highway agency a monthly reporc for the Eust three months after construction began s, and • every month of guly for the duration of the projectr rndrea tiny the number cE mmorlty, women and nonminority group employe?s currently engaged m each work class rf ica lion required by the contract work. This information is to be reported cn Form pR 1391. Zf on-the-jab tra inrn9 is being ream red by "T ra rainy Specral Fro vrsron", the contractor will be required co furnish Fo[m FH WA 1409. en-14 Section 7, 8 SF.CTI OA 7, (glankl SECTION g. MATERIALS SECTION 8-1. MISCELLANEOUS 8-1.01 GENERAL -- Attention is directed to Section b, "Control of Materials", of the Standard Specifications and these special provisions. The first paragraph in Section 6-1.01, "Source of Supply and Quality of ?fa terial s", of the Standard Specifications is amended to read: The Contractor shall furnish all materials required to complete the work, except materials that are designated in the specifications to be furnished by the State and materials furnished by the State in accordance With See ti on 9-1.03, "Force Account Payment". Attention is directed to Section 6-3.01, "General'• of the Standard Spec- ifications. The California Transportation Laboratory has issued a new Manual of Test. The new manual refers to the tests as "California Test---" whereas the previous manual referred to tests as "Test Method No. Calif.---". The numbers, except as noted below, have not been changed. (Old "Test Method No. Calif. 216" is now "California Test 216".) All tests previously in the 900 series have been renumbered to be in the 100 series. (Old "Test Method No. Calif. 917" is now "California Test 113".) Wherever in the specifications a reference is made to Test Method No. Calif.---, it shall be deemed to be a reference to California Test---. (A rc fe ranee to Test Method No. Calif. 9--shall be deemed to be a reference to California Test 1--. 8-1.02 STA'CE SPECIFICATION NUMBERS FOR PAINTS, EPOXIES, AND CURING COM- POUNDS.--The State Specification numbers in the Standard Specifications and these special prnvisi ons far paints, epoxies, curing compounds and other items are in the form of X%XX-YYY-ZZ (for example 8010-61C-10). The first 4 digits (%%XX) represent a general category and the last 2 digits (ZZ) represent a specific material. The center group (YYY) consists of 2 digits and a letter which indicate the date of issue of the specification and whether it Was the first, second or third etc., issue of the year. For example, in a center group consisting of 2 digits and a letter like - 61C -, the first number, 6, in- dicates the Last digit of the year the specification was issued: i.e., 1976; the second number, 1, indicates it was the first issue in 1976; and the letter, C, indicates it was issued in March (A for January, B for February, C for March, c tc.l. The State Specification number of material furnished on this contract shell conform to the number specified in the Standard Specifications or these special provisions Cor the material invn h~ed, except that material cnnfm~m ing to a later xpncificati un issue will be acceptable. 9 Section 8 8-1.03 SLAG AGGREGATE.--Aggregate produced from slag resulting from any steel-making process shall not be used for any highway construction except for the following items: 1. Imported Borrow 2. Aggregate Subbase 3. Class 2 Aggregate Base 4. nsphalt Concrete Steel slag to be used to produce aggregate far this project shall be crushed so tha; 100 percent, of the material will pass a 3/4 inch sieve and then shall be control aged for a period of at least 3 months under conditions that will maintain all portions of the stockpiled material at a moisture content in excess of 6 percent of the dry weight of the aggregate. Any supplier of steel slag aggregate shall provide separate stockpiles for controlled aging of the slag. An individual stockpile shall contain not less than 10,000 nor mare than 50,000 tons of said slag. The material in each individual stockpile shall be assigned a unique lot number and each stock- pile shall be identified with a permanent system of signs, The supplier shall maintain a pe rmarent record of the dates on which stockpiles are completed and controlled aging begun, of the dates when controlled aging was completed, and of the dates tests were made and the results of said tests. Moisture tests shall be made at least once per week. No credit for aging will be given for the time period covered by any tests which show a moisture content of 6 per- cent nr less. Such stockpiles and records shall be available to the Engineer during nu rural Working hours for inspection, check testing and review. The supplier shall notify the Transportation Laboratory, 5900 Folsom Bnu levard, Sacramento, California 95819, when each stockpile is completed and contrnll cd aging begun. No more aggrega Le shall be added to the stockpile un- less a new aging po riud is ini ti aged. n further no ti ficnti on shall be sent when controlled aging is completed. • 10 Section 8 The supplier shall provide a Certificate of Compliance in conformance with the requirements in Section 6-1.07, ^Certificates of Compliance°, of the Standard Specifications. Each stockpile or portion of a stockpile that is used in the work will be considered a lot. Said Certificates of Compliance shall state that the steel slag aggregate has been aged in a stockpile for at least 3 months at a moisture content in excess of 6 percent of the dry weight of the aggregate. Steel slag which has been weathered for at least 3 months may be used as embankment material without crushing, processing or controlled aging. Prior to the use of steel slag as embankment material, the supplier shall furnish a Certificate of Compliance in conformance with the requirements in said Section 6-1.07. The Certificate of Compliance shall state that the steel slag has been weathered for at least 3 months. Each delivery of aggregate containing steel slag shall be accomplished by a delivery tag for each load which will identify the lot of material by stockpile number, where the slag was aged, and the date Lhat the stockpile was completed and controlled aging begun. Air-cooled iron blast furnace slag er natural aggregate may be blended in proper comhi nati ons with steel slag aggregate to produce the specified gradings, for those items For which steel slag aggregate is permitted, unless otherwise provided. Aggregate containing slag shall meet all of the applicable quality require- ments for the items in which the aggregate is used. 'Phe combined slag aggregate shall conform to the specified grading for the item in which it is used. The grading will be determined by the Test Mehod No. Calif. 202, modified by Test Method No. Calif. 905 when there is a dif- ference in specific gravity of 0.2 or more between the coarse and fine portion of the aggregate or between blends of different aggregates. Nu aggregate produced from slag shall be placed within one foot, measured in any direction, of any non-cathodically protected pipe or structure unless the aggregate is incorporated in po rtl and cement concrete pavement„ in asphalt concrete, or in cement treated base. When slag is used as aggregate in asphalt concrete, the ke factor require- ments, as determined by Test Method No. Calif. 303, will not apply. Slag aggregate used for embankment eons true tion shalt not be placed within 24 inchr.s of finished slope tines, measured r.o rural to the plane of the slope. [f steel slag aggro gates arc used Gi make asphalt cone re tc, there shall be nn other aggregates used in the mixture, except that up to 50 pore enL of Lhe material passing the No. 4 sic ec may consist of i urn blast furnace slag ag- gregates nr natural aggregator, ur a combination thereof. If iron blast fu rnacr, aggregates, nr a comhi nation the rcof. tf iron blast furnace aggre- gates ur natural aggrega Les or a enmbinat ion th urenf are us r, in the mix, each type of aggregate shall be fed Lu the drier at a unil'o rm rate, The rate of Coed of each type of nggregate shall be maintained within 10 percent of the amount set. Adequate means shall be prnvi ded for cunt rolling and checking the accur- acy of Lftc feeder. 11 Section 8,9 ~ In addition to the requirements of Section 39-3.01, "Storage••, of the Standard Specifications, steel slag aggregate shall be stored separately From = iron blast Furnace slag aggregate and each type of slag aggregate shall also be stored separately from natural aggregate. Asphalt concrete produced from mare than one of the following shall not be placed in the same layer: steel slag aggregates; iron blast furnance slag aggregates; natural aggregates; or any combination thereof. Once a type ' of aggregate or aggregates is selected, it shall not be changed without prior approval by the Engineer. If steel slag aggregates are used to make asphalt concrete, and if the specific gravity of a compacted stabilometer specimen is in excess of 2.40, the quantity of aggregate and asphalt be binder to be paid far as contract ' items will modified. The stab ilometer specimen will be Fabricated in accord- ance with the procedures in Test Method No. Calif. 304 and the specific gravity of the specimen will be determined in accordance with )lethod C of Test Method No. Calif. 308. The modified pay quantities of aggregate and binder will be determined by multiplying the unmodified pay quantity of each by 2.40 and divid- ing the result by the specific gravity of the compacted stabilometer test ' specimen. Such modification will be determined and applied as often as is nec- essary to insure accurate results determined by the Engineer. SEC PION 9. OIiSCgIpT1UN OF WnItN 1'ho work In br d n r. nvl ;t in µmtal f wiJ nrn{ rel .1rn r ulx rc by grnJing and pl ac nig a. plinll cmcrr lr u~rr at,l,t,t nlc ht, ,r inl nun tannin asphnll.ic <onu ctr prvrmr nl wilh pavt mt nl rr ull +rc Uq ftbl it nnl ,'ph~ll is cone rele ovr clays; a::phnll is cone re Le avrrlny :; rnm;l rurtlnF mi s~~rll;mr•~m: c nncre le curbs, gul Lc re, sidmun lks, an<I dri vtnrrys. Clearing and {:rubbing is to hr pr rfnrmrd; rand ^.itlr si g, u- nrr I,• hr rrnr~n ~d. r<:I ncnl cd and insl.allyd; and sorb nlhrr ilrms ur drtni L:, nnl mr,nl i~,n rJ nhnvo, I hnl nrr r,•yni red by Ihr pl an r., Stond;n¢1 Cprri ficnl inn::, nr IhrvP ~;prcinl pan- vixinns shall br pc rformcd, plnccd, con nl rucl rd err inrcl nllrJ. 12 Section 30 SECTION 10. CONSTRUCTION DETAILS 10.1 GENERAL 30-1.01 ORDER OF WORK -- Order of work shall conform to the provisions in Section 5-1.05, "Order of Work", of the Standard Specifications and these special provisions. 10 -I.U2 ?IA INTAINING TRAFFIC -- The biddur's attention is directed to the provisions of Section 4, ^SCOpe of work" of the Standard Specifications. All provisions of Section d apply excepting the following. The public shall be routed through the work with the contractor providing and maintaining a minimum of one 12' travel lane in each direction. Section 7-1.08 Public Convenience, shall apply excepting that any and all costs of maintaining the routes through the work for the accomodation of public traffic, the furnishing of lights, signs and barricades, or of pilot cars and flagmen as may be required, will not be paid for as separate contract items or as extra work. ' The font roc for may be required to cover certain signs which regulate or direct public traffic to roadways that are not open to traffic. The Engineer will det etm ine which signs shall be covered. Lane closures shall conform to the provisions in Section 7-1.092, "Lane L'1 n..ure", of the Standard Specifications. Lane closure, as approved by the Engineer, will be permitted during working hours, only. The vc rtical portion of the portable delineators shall be of a brilliant orange, or orange and white combination, or yellow color that will provide contrast with the background. The posts shall be not less than 2 1/4 inches in width r~r diameter or, if tapered, shall have a cross-sectional area of not less than 100 square inches, measured through *.he vertical axis of the deline- ator, normal to the roadway. The minimum height shall be S7 inches above the traveled way. Ho parking of any personal vehicles of the Contrac tot's employees will be pcrmi Lted within the highway right of way. lih eneacr the hauling of co nst roc Li un materials is being conducted along or ncrus:: any of t.hc roadways carrying public traffic, the Contractor's equipmen C, whet.h er Inad cd nr empty, shall yield to public traffic, All con Cs of maintaining traffic shall be considered as included in Lhe c onr tact lump sum price paid for "Maintaining Tra (f lc". 10-I.03 PItOGRF.55 SCIIF:DIILE -- Progress schedu Les will be required for this contract and shall conform to the provisions in Section 8-1.04, "Progress Schedule", nC the Standard SpeciE'i cati nos. 13 Section 10 10-1.04 OBSTRUC'R OYS -- ,1tten ti on is diCec ted Lo $ec ti ons 8-1.10, "Utility and \on-ili ghway Facilities", and I3, "Existing Highway Facilities", of the Stan- dard Specifications and these special provisions. The Contractor shall exercise due care to ensure [hat existing utility facilities are no[ damaged during his operations. 'fhe utility locations shown on the plans are correct to the best of our knuwled,e. IYh en in doubt, the Contractor shall contact utility concerned before proceeding further. The Contractor shall arrange with utility companies - to mark the lncaT,i ons of their underground facilities prior to commencing clearing and grubbing. The Con[rat for shall preserve in operating condition, unless oche rwise noted, ac Give uti Licies twversiug project site, and repair damage to such utilities • caused by his work under [his contract [0 5atl sfattlon of owning utili cy company or agency. Contractor shall bear costs of repair due to damage by his work. .4ddit iunal information concerning said utility facilities located within the project may be obtained from the local offices of the owners of these facil- itiva. which are: ~ Bus. Hours After Huurs Southern California Gas Company 714/984-1281 983-9561 570 lYCSt Fourth Street $an Bernardino, California 92408 ~ General Telephone Company 714/989-1700 623-5313 9000 Ileilman Avenue Cucamonga, California 91730 Southern California Edison Company 714/986-5861 986-5861 1351 Fast Francis Street . Ontario, California 917fi1 Cucamonga County Water District 714/987-2591 987-2591 {YaLCP and $CWC I`) 9fi 41 San 8e rnardino Rd. p.0. Bux 638 ~ Cucamonga, Ca. 91730 San Gabriel Valley }I. W. U. 213/969-2718 969-2718 549 E. Sierra Hadre A BUS a, Ca. 91702 14 Section 10 Fnl1 cnmpensa ti nn frrr conforming to Che requi remenls of this section, not otherwise provided for, shall be considered as included in the prices paid for the va rims contract items of work involved and no additional compensati nn will be allowed therefor, f0-1.05. DUST CONTROL The 8idde is attention is directed to the provisions of Section 10, "Dust Control" of the Standard Specifications. qll provisions of Section 10 shall apply excepting that no separate payment will be made for the application of water ordered by the Engineer for the purpose of controlling dust caused by Public Traffic only. All suit costs shall be at the Contractor's expense and shall he considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefor. 10-1.00 E%ISTI NG IIIGHIYAY FqC ILIT IES.--The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15, "Existing Highway Facilities", of the Standard Specifications and these special provisions. 10-I.06A RESET MAILRO%ES.--Existing mailboxes shall be removed and reset on portable mounts consisting of redwood posts set in concrete pedestals formed in 6-gallon cans or buckets in accordance with Che se special provisions. Redwood posts shall ennfo rm to the requirements for sign posts in Section 66-?.0_'R, "lYnnd Pos tS and Braces"~ of the Standard Specifications. Cone refc for the pedes talc shall be produced from commercial quali Cy ag- gregates and cement and shall contain nut less than d70 pounds of cement per cubic yard, IS Section 10 ~ During the construction operations, the ma ilbozes shall be moved as nec- essary to clear the Way for the Contractor's operations, but at all times shall be accessible for rural delivery. When construction is complete, the mailboxes shall be placed in final • position and the pedestals shall be buried the proper depth as directed by the Engineer. The bucket or can used to form the pedestal, if neat appearing in the opinion of the Engineer, may be left on the pedestal; otherwise, it shall be ~ removed and disposed of. After the mailboxes are installed in their final positions, the posts and the portions of pedestals above ground shall be given one coat of Wood Primer, conforming to the provisions in Section 91-$.O1 of the Standard Specifications, and 2 coats of Paint, Latex Dase for Exterior Wood, White and Tints, conforming ~ to the provisions in Section 91-3.0' of the Standard Specifications. The primer and paint shall be Furnished by the Contractor and testing will not be required. Existing groups of mailboxes, on single-post or multiple-post supports, shall be removed and reset on 2-post portable mounts as herein specified for single post mountings and shall be pros ided with a supporting cross member ~ between the tops of the portable mounts. Newspaper boxes on individual posts will be considered as mailboxes. Newspaper boxes attached to existing mailbox posts shall be removed and • fastened to the new mailbox posts.. The contract unit price paid fur "Clearing and Grubbing" shall include full compensa ti cn for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing the boxes, con- structing the portable mounts, installing the boxes nn the mounts, moving and • setting up the portable mounts as required, and placing the mounts in final position, including all necessary cone re te, excavation, backfill and paintin Q, as shown nn the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 30-I .OtiB RECONSTRUCT EXISTING FENCE--The existing wood split-rail fence along the north side of Base Line between Stations 69+40 ' to 71+10 ~ shall ~ be reconstructed equivalent to existing fence, and as shown on Ule plans. The exact limits and reconstructed location will be determined by the Engineer. Con- tractor shall provide proposed fence details to Engineer for approval prior to or.ler of materials or construction. All costs For work, including removal of existing Fence shall be cone idered as included in the contract lumn sum mice for "Ilecnnst reel P:xi:a ing Pcncu". 10-L Ont' 44: S i':' k0.1UitUP: JIGS --M;xi st.inn roads ide si ins shall he remnred, salve ed anJ rc:u•t as shown nn the plan::. Each Madside a~gn shall be reset on the same day said sign is removed. dll such signs shall be permanently ins [ailed in that appropriate loc etinns along the roadxay at the time of opening for public use. The Cnntrac for shall satisfactorily repair or replace lost or damaged signs. ~ All costs for work shall be considered as included in the coot tact unit price for "Reset Roadside Sign". 10-I-OGD REVOtS 3PR 7YRf.°R 55'ST4`f-- The cxintir.q ap rinkler Fystem loc eted in area indicated in Section 10-1.068 shall be removed and capped off as directed by the Engineer. All costs for wn rk ..<hall be included in the lump sum price far ~ "Clearing and Grubbing". 16 Section 10 10-1.OEE REMOVE A.C. PAVEMENT -- This contract item shall include removal, and disposal of asphalt concrete pavement. AC pavement removals originating from the project shall be disposed of off the site of the work at a location approved by the Engineer. WHERE THE PROPOSED PAVING -- is to join the existing asphaltic concrete paving the paving to be removed shall be sawcut a minimum depth of two inches (2") along the excavated edge. This edge shall be preserved during intermediate operations so as to present a straight, firm and unyielding edge against which paving asphalt may be subsequently joined and compacted. Should the Contractor fail to maintain said edge, corrections thereto shall be made by additional cutting as di recta by the Engineer. WHERE BITUMINOUS PAVEMENT -- adjoins a trench, the edges adjacent to the trench shall be trimmed to neat straight lines before resurfacing to insure that all areas to be resurfaced are accessible to the rollers used to compact the su6g rode or paving materials. WHERE EXISTING AC PAVEMENTS -- are to be overlaid, the contractor shall protect and preserve these pavements. Where existing pavements to 6e overlaid are further damaged by the contractor's operations, they shall be re- paired to the satisfaction of the Engineer, so as t0 provide an adequate base for the overlay. ATTENTION IS DIRECTED -- to the provisions for protecting the existing vegetation within the right of way as specified under "Clearing and Grubbing" of these special provisions. The Contractor shall not enter ungraded roadside areas within the right of way with equipment, without written petmis- sinn from the Engineer to perform work therein. ' RITUDIINOUS SURFACING --~ or pe rtland cement concrete pavement (in- cluding any raised bars thereon) of existing roads, and temporary connections within the project, shall be removed to the limits shown on the plans and as directed by the Engineer. Existing city streets may be of po rtland cement concrete construction, oven ayed with bituminous surfacing. FULL COMPENSATION-- for performing all work in this section xha 11 be considered as included in the contract unit price paid for "Remove Existing Asphalt Pavement" end no additional compensation will be made therefrr. t0-7.07 CLY:ARTNG AND GRUDRING.--Clearing and gnrbbing shall conform to the provisions in Section 16, "Clearing and Grubbing", of [he Standard Specifics [i nne and t.hesc special provisions. Vega Cation shall he cleared and grubbed nn ly within the excavation and embankment slope lines. All existing vegetation, outside Cho areas to be cleared and grubbed, shall be pro [ec red from injury or damage resulting from the Contractor's operations. 17 Section 10 All ac eivi ties controlled by the Contractor, except cleanup or other required work, shall 6e confined within the graded areas of the roadway. Nothing herein shall be construed as relieving the Contractor of his • responsibility for final cleanup of the highway as provided in Section 4-1.02, "Final Cleaning Op", of the Standard Specifications. All existing trees -shrubs, and other vegetation within the right of way, outside the construction areas, shall be protected. ~ Clearing and grubbing along with the existing streets to be improved under this contract shall 6e limited to the minimum necessary to accomodate the plan- ned work; and vegetation and improvements outside actual construction areas shall not be disturbed. The clearing and grubbing bid item shall be a lump sum to include clearing • and grubbing, demolition and removal of conflicting structures, stripping, and removals. All materials not required for reuse shall become the property of the Contractor and be removed from the site. All materials, labor, equipment, dump fees and incidentals necessary to complete this item shall be included in the bid. All mercanti6le timber, firewood etc. shell become the property ~ of the Contractor. 10-1.08 WATERING.--Watering shall conform to the provisions in Section 17, "Watering", of the Standard Specifi=ations, except that full compensation for develop water supply shall he considered as included in the prices paid for the vari uus contract items of work involving the use of water and no separate ~ payment will be made therefor. IB • Section 30 10-1.09 EARTHWORK.--Earthwork shall conform to the provisions In Section 19, "Earthwork," of the Standard Specifications and these special provisions. The first paragraph of Section 19-2.02, "Unsuitable Material," of the Standard Specificationv is amended to read: Unsuitable material encountered below the natural ground surface in embankment areas or below the grading plane in excavation areas shall be excavated and disposed of as directed by the Engineer. Unsuitable material is defined as material the Engineer determines to be: 1. of such unstable nature as to be incapable of being compacted to specified density using ordinary methods at optimum moisture content; or 2. too wet to be properly compacted and circumstances prevent suitable in-place drying prior to incorporation into the work; of 3. otherwise unsuitable for the planned use. The presence of excessive moisture in a material is not, by itself, sufficient cause for determining that the material is unsuitable. The requirements in the second paragraph of Section 19-5.03, "Relative Compaction (95 Percent)", of the Standard Specifications shall not apply. Existing structural sec Lions and R-Value information is avail- able in the June 8, 1979 Pavement Investigation Report, by Richard Mills Associates. This information is available for the convenience of the Contractor. The infotma- tiun is not guaranteed, and no claims for extra work ur damages will be considered if it is found during construction that the actual soil or material cendi ti ons vary from those indicated. F.xcnvati on and embankment shall be perfn rmed in accordance wi Ch the plans, 'T'ypical Sections, and Section 19, Earthwork, of the Standard Specifications. Excavation and embankment shall include the cost of emhankmen t, compact.i on, watering, overhaul, preparation and placing of the subg rode, exca- f 19 Section 10 vation, removal and satisfactory disposal of excess material, excavation, hauling and placing of material, if required, from borrow areas approved by Che Engineer, earthwork for maintaining drainage, graded transitions between new work and existing facilities, and all other excavation, embankment, and compaction nec- essary to complete the work as contemplated by the plans and specifications. Aggregate or select material base as may be encourt ered during earthwork operations, shall be salvaged and reused within the upper six inches of the finished subgrade of the roadway or as directed by the Engineer. Dimensions illustrated on the various typical sections or speci- fied below denote depths below the finished subgrade above which densities must equal or exceed the indicated percentages of the maximum density at optimum moisture as determined by ASTM 1557-70. Areas-to receive fill shall have natural densities equal to or greater than those of the Section or (a) shall be compacted from the surface to achieve the required densities, or (b) shall he removed and replaced with com- paction to the required densities. Fill shall be placed in thin lifts (not to exceed 6" in compacted thickness) with each lift moistened to as near as possible to optimum moisture con- tent and compacted to the required degree of compaction prior to placing succeed- ing lifts. ~~ n .J The subgrade in cut areas shall have natural densities equal to or greater than those of the Typical Section or (a) shall be compacted from the surface to achieve the required densities, or (b) shall be removed and replaced with com- ~ pacti on to the required densities. Relative compaction of not less than 95% shall be obtained For a minimum depth of 0.5 Foot below the grading plane (on which Aggregate Base or nC Pavement is to be placed), whether in excavation br embankmen[. In addition re Lative compac Ciqn of not less thao 90% shall be obtained between 0.5 Foot and' ~ 1.0 Foot below the grading plane for the width of the [ravelled way, plus 2 fee[ on each side thereof, whether in excavation or embankment. Ile tati ve compaction of not less than 9046 shall be obtained in all material in embankment, except as specified herein to be 95%. On all areas outisde of the pavement areas, no compaction will be required in the top 4 inches. If the top layer of soil material becomes com- pacted, due Lo hauling or to any other activity of the Contractor, those areas shall be scarified and disced to a depth of 4 inches, as directed by the Inspect- or to loosen and pulverize the soil. 20 Section 10 10-1.10 AGGREGATE BASE.--Aggregate base shall be Class 2 and shall conform tto the provisions in Section 26, "Aggregate Bases", of the Standard Specifica- tions and these special provisions. At the option of the Contractor, the grading for either the 3 1/2 inch maximum or 3/4 inch maximum aggregate shall be used, except that once a grading is selce tcd it shall not be changed without written approval 6y the Engineer. Aggregate Bases shall be placed, per plans and typiczl sections to the com- pacted thicknesses shown. All aggregate base shall be placed, compacted and graded in s-inch layers to at least 95 percent of maximum density. 10-1.11 NISCEhLANEOUS CONCRETE. CONSTRUCTION -- Curbs, gutters, gutter depressions, sidewalk= (except as specified under "Concrete Structures" of these special provisions), and driveways shall conform to the provisiuns in Section 73, "Concrete Curbs and Sidewalks", of the Standard Specifications and these soccial provisiors. All concrete placed as specified under this section, "Miscellaneous concrete construction", shall conform to the provisions, except that the cement content shall be not less than 5 sacks per cubic yard. Cnnc rate X-Cutter and Integral Curbs - This item shall include the construction of Portland Cement concrete cross gutters and spandrels as indicated in the Plans. Recons[ruc[ Existing 0.50' PCC Driveway -- Tnis item shell Snclude construc- ting 6" Portland Cement concrete residential driveway as Snd:.cated fn Che Plans and the Driveway Rec ons[ruc[ion Detail of Sheet 2 of [he Drawings. A1L Portland Cement recanst rutted PCC driveways shall be cured in accordance wtth the provistons of Section 90-7, Curing and Concrete. 2l • 10-1.12 PAVEMENT REINFONCING FABRIC.--Pavement reinforcing fabric shall • be placed where shown on the plans, and at locations designated by the Engineer. Pavement reinforcing fabric shall be nonwoven bonded polyester, polypropylene, nr polypropylene/nylon materials conforming to the following when tested in conformance with the listed AS TM Designation: • Weight, Oz./sq. yd., 3.5 to 6.0 ASTM Designation: D 1910 Tensile SCrength, Pounds, g0 ASTM Designation: D Ifi82 • Section 30 Elongation at Break, Percent, 40 min. AS T)1 Designation: D 1662 Fabric Thickness, ASTM ^esignation: D 461 30 to 150 mils. ~~ The fabric shall be protected from exposure to ultraviolet rays until placed. Before spreading asphalt binder, large cracks, spells and chuckholes shall be repaired as follows, and the casts of such repair work shall be included • in *he unit prices bid far pavement reinforcing fabric. Surface cracks shall be cleaned , Mown out with compressed air (90 PSI a[ [he nozz Le) followed by sweeping. A11 pavement cracks which are I/4 inch wide and wider shall be repaired by filling the cracks with well graded plaster sand, all passing a No. a sieve, and a 1-1 dilution of asphalt emulsion. The cracks shall be filled flu s'rt to the surface and permitted to cure completely prior to applying the Pekrome[ • Binds r. Cleaning Equipment -- Power brooms, power blowers, air compressors, water • flushing equipment, and hand brooms shall be suitable for cleaning the surface and cracks of the old surface. (land Tools: Hand squeege s, shovels, aluminum lutes, hand burlap drags, and other equipment shall be available as necessary to perfrorm the work. lVn rkmansh ip: No excessive build-up nor un5 ioh tly appearance shall be per- ~ mitt.ed a[ Fhe repaired cracks. Care shall be exercised to leave no unsightly appca ranee from hand work. Burlap drags suitable to even the surface and leave a rnu qh ~oxturc of slurry application shall be used, 22 n U Section 30 Asphaltic emulsion --SS-lh for use in crack sealing shall conform to Section 94 of the Standard Specifications. Water shall be added and mixed such that the resulting mixture will contain not more than 50% of added water. Asphalt binder for pavement reinforcing fabric shall conform to the provisions of Section 92, "Asphalts," of the Standard Specifications and shall be Grade AR-4000. Asphalt binder for pavement reinforcing fabric shall be applied at an approximate rate of 0.25-gallon per square yard of surface covered. The enact rate of application will be determined by the Engineer. The width of the asphalt binder spread shall be the width of the fabric mat plus 3 inches on each side. The fabric sh.311 be stretched, aligned, and placed with no wrinkles that lap. The test for lapping shall be made 6y gathering toyether the fabric in a wrinkle. If the height of the doubled portion of extra fabric_is 1/2 inch or more, the fabric shall be cut to remove the wrinkle, then lapped in the direction of paving. If manual laydown methods are used, the fabric shall be unrolled, stretched, aligned, and placed in increments of approximately 30 feet. Adjacent borders of the fabric shall be lapped 2 to 4 inches. The precediny roll shall lap 2 to 4 inches over the following roll in the direction of paving at ends of rolls or at any break. Seating of. the fabric with ro !ling equipment after placing will be permitted. Turning of the paving machine and other vehicles shall be gradual and kept to a minimum to avoid damage. A small quantity of asphalt concrete, to be determined by the Engineer, may be spread over the fabric immediately in advance of placing asphalt concrete surfacing in order to prevent fabric Ecom being pickrd up by construction equipment. pu hlic traffic sha 1,1 not be allowed on the bare reinforcing Eahric, except Ghat public cross traffic shall be allowed to cross the fabric, under traffic control, after the Contractor has placed a small quantity of asphalt concrete over the Fabric. Carr. shall 6e taken to avoid trackiny binder material onto the pavement re in f.orciny fabric or distorting the fabric during seating n[ the Fabric with rolling equipment. IE necessary, exposed binder material shall be covered liyhtly with sand. 27 Secti an 30 Pull compensation Eor advance spreading of asphalt concrete over the fabric shall be considered as included in the contract unit price paid per ton Eor "Asphalt Concrete 'Pavement" and no additional ~ ~ compensation will allowed therefor. Pavement re inforcinq fabric will 6e measured and paid Cor by the sc7uare yard for the actual pavement area covered. The contract price paid per square yard for pavement reinforcing fabric shall • include full compensation for repairing large cracks, furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and placing pavement reinforcing fabric, including lapping, com- plete in place, as shown on the plans, as required by the Standard Specifications and these special provision;, and as directed by the Engineer, ~ 10-1.13 Asphalt concrete.-- Asphalt concrete shall be Type B and shall conform to the provisions in Section 39, "Asphalt Concrete", of the Standard Specifications and these special provisions. 24 • Section SO This item shall include the construc- eion of 0.30 Eoot thickness of A.C. pavement, the construction of variable thickness A.C. pavement overlays and the paving of reconstructed 0.17' A.C. driveways as indicated in [he Plans, Typ icaL Sections, and Driveway Re<onst ruction Detail of Sheet 2 of [he Drawings. Where asphaltic concrete is co be placed directly on subgrade a soil sterilant shall be applied for [he Eull pavement width prior to paving. Certificates: Manufac cu re rs no[a rized certi ftca[e of compliance Eor the hituminous and pain[ materials shall be submitted. Mix Design: Mix design shall be submitted by the Contractor for Type "8" wearing course prior to placing of the bituminous mixture. The design shall be prepared by [he Contra cCo is supplier and shall conform to the Quality requirements of [he Standard Specification. The design shall int lode test results of the aggregates and proposed batch plan[ weights and shall be within the specified limits. subg rode: Re qu(remen[s Eor subg rode are specified in Section C-"EARTHWORK". Prior [o construction of base course A.C. paving, clean previously constructed subgrade of all foreign substances. Tire surfaces sha L1 be inspected for specified compaction and trueness to line and Grade. Asphalt Cement for use in asphaltic concrete shall conform to Section 92 of [he Standard Spec if ica[ions, grade AR-4000. Aggregates for asphaltic concrete shall conform [o Section 79 of the Scanda td Spec if icatiens. Aggregate for Type "B" surface or wearing course asphalt shall conform to 3/4-inch maximum, medium grading. Herbicide shall be a dry, free-flowing, dust-free chemical compound which is non- flammable, non-poisonous and non-corrosive. The chemical shall be a chlorate- bora[e compound, such as, polybor-chlorate and 68 percent sodium metabora[e, or 77 percent disodium octaborate, suitable for application in powder form or in a solution. Weed Control: One day befor the application for placement of bituminous materials on subgrade, the surface shall be sterilized with herbicide. The chemical shall he applied a[ the rate of 4 pounds per 100 square Eee[. The compound may be applied [o the surface dry or as a solution. If the herbicide is applied dry, water shall be added to [he surface at a re [e of 4 galldns per 100 square feet. If applied as solution, [he chemical shall be disso Lved at the ra Ce of one pound per gallon of water and sprayed on at the rate of 4 gallons of solution per 100 square feet. All costs of the soil s[e ri to n[ application shall be included in [he unit prices bid for [he appropri axe AC paving-bid items. All asphaltic concrete materials shall be furnished by the Contractor. The bituminous coot re [e shall consist of mineral egg regale, uniformly mixed wLth bituminous material in a hot miz <ent ral plant in accordance with Section 79 of the Standard Specification. The percentage of asphalt cement binder shall be In 25 Section 10 accordance with the approved job mix formula and within range of 5 to 7 per- cent. The mixing plant and construction equipment shall conform to the require- ments of Section 39 of the Standard Specifications. Job-mix formula sha it be submitted and approved prior to placing the bituminous mixture. ~ The measurement and storage requirements of Section 39-3, "Storing, Pro- portioning and Mixing Materials", of the Standard Specifications shall not apply to the dust collected in skimmers and expansion chambers (knock-out boxes) or to the dust collected in centrifugal (cyclone) collectors. Dust from these collectors may be returned to the aggregate without being measured or stored ~ separately, provided the dust is returned uniformly at a paint in advance of the sampling device in batch-mix and continuous pugmill mixing plants or between the samplino device and the drier-drum mixer in drier-drum mixing plants. B iCUminous mixtures shall be delivered [o [he roadbed ac tempo ra to re specified in [he Standard Specifications. Spreading of the mixture shall be in accordance with ~ the Standard Specifications. All loads shall be covered with tarpaulin or other material during transportation, when so directed by the engineer. Asphalt coot rote specified as 0.17' in compacted thickness shall be of [he Type"B" wearing course mix design and shall be laid in one lift. Pavements specified as 0.30' in compacted thickness shall be placed and compacted in two lifts. The ~ firs[ Itft shall be 0.15' of Type "B" wearing course and the second lift shall be 0.15' of Type "H" wearing course. I of tial or hreakdown rolling and [he final rol Ling of the upper-most layer of the asphalt concrete shall be compacted in accordance with Section 39 of the Standard • Specifications. Compaction by vehicular traffic shall not be permitted. The compaction after rolling shall he 95 percent of [he density obtained with the Cali Eo rn is Kneading Compactor per Test Method No. California 304. The field density of compacted asphalt toot re to shall be determined by: • (a) A properly calibrated nuclear asphaL[ testing device, in [he field, per ASTM D2o 50-74 ar (b) ASTM D1726 when slabs or cores are oaken for laboratory testing. In case of dispute, method (b) sha Ll be used. n u Joining Pavement: The Joints between old and new pavements or between suet esstve ' days' work sha L; be carefully made in such manner as to Snsure a con[inous bond between old and new sections of [he pa vemen[. Edges of existing pavement shalt be exposed and cleaned and edges cut to straight, vertical surfaces. All joints shall be painted with a uniform coat of paint binder before the fresh m[x[u re is placed. Join [s in the new pavement shall be prepared in accordance with Section 70 of [he S[anda rd Specif ica[tons. 26 Section 10 Tack coat on paint binder shall be furnished and applied to all vertical surfaces of existing pavement, curbs, gutters, and construction joints in the surfacing against which additional material is to be placed to a pavement to be surfaced, and to other surfaces designated by the Engineer. Asphalt emulsion, SS-lh for use as paint binder shall conform to Section 94 of the Standard Specifications. Water shall be added and mixed such that the resulting mixture will contain not more than 50% of added water. The application of a prime coat over aggregate base will not be required. Protection of Pavement: After final rolling, no vehicular traffic of any kind shall be permitted on the pavement until it has coaled and hardened and in no case less than 6 hours. Construct 8" asphalt concrete dike per Plans and Detail on Drawing Sheet 2 and the provisions of Section 39-71.01 "Miscellaneous Areas" of the Standard Specifications. Paving asphalt used in dikes shall be penetration grade 40-50. The AC Dike or curb shall be placed using an extrusti on machine provided the finished dike is true to line and grade, the AC is dense and the surface is free from humps, sags, or other irregularities. Aggregatc for asphalt concrete dikes shall conform to the 3/6 inch maximum grading as specified in Section 39-2.02, "Aggregate", of the Standard Specifica- tions. The contract price paid for "Place Asphalt Concrete Dike" shall be considered co inc lode r.he cost for the aggregate and asphalt binder. FSNISHING ROADWAY-- Finishing roadway shall conform [o the provisions in Section 22, " Finishing Roadway," of the Standard Specifications and these special provisions. The entire highway right oEway within the protect limits shall be cleaned up; and all [rash, rocks, and rubbish shall be collected and disposed of outside the highway right of way in accordance with [he provisions [n Section 7-1.13 of the Standard Specifications. The contract price paid Eor "Place Asphalt Concrete Dike" shall be considered to include the cost for [he aggregate and asphalt binder. Full compensation for performing all work to this section shall be considered as included in [he contract unit prices paid Eor the various AC paving bid items. 27 YROi'OSAL 20 111E C7 Ti l1P I',1FiID? CI'C,\^U:.O,\ POR RASE LINF. RF.CONSTNUCTION PROJECT <,,:.: ~•: I;idd..r ~o12e:rt E~_r<~~?~-o~~• __ ;nsiness ?,idta~~ 3~' 38 ~ooth%%/~1~(<~c~_C'resc?rr~~9/.z/5~ Phone Ne,^brr~~ ~7f 5-~7~Jr Place o` Fesid.:nceV?nLC/n/~f._~--_. LOC,\'flO;d '!'he '.%nr;: Ln be done and refecred to herein is in Snn ~..^ntar2ino Onnnty, Sta ce of Cali (n rn iv, in the Ci[y oC i;tnchn Cucan,nnrn, nt locations as shotm and describ- ed in Plans for the Base Li,(te ReeonStruction' Project, and shall be consCn~cted in accordance wiCh [he Special Provision.: (incl,.~d in, [he pa aen[ oC no[ 1cs, than the mini:nnr., wage ra ten srt Corth tltcfrin) and Chc can CracC anna:<ed hereto and also in accord. nee wiCh the SLzndard Plans da[nd ;fa rch 1977, the Standard Speci Cicntions dated Jmn:ary 1975, and the Equipn~.^nt Ren tnl Aatas and fencral. Prevailing wades Gacra, datcd,__ __________, 19]9, of the Depart-,ent of Twusportat ion. The :mtrk to he dons ir. slx,:an neon plans enti.[1ed "City of Rancho Cucamonga Federal Aid Urban Project No. M-ROBO (2 ), Rase tine Aeconstruction Project" Approved: To Cha Ci[y of Rnnchc Cucamonga: The uncle reigned, as bidder, dec lures that the only Persons nr pnr Li cr: interested in this prnpasnl as principals arc those named herein: Chat this proposal is :node wi thou[ colt uaien with any other person, firm, or corpara- Cion ;vtd i.n suhmiPting this proposal, ehc undarni~ncd bidder n^reus that if It is rle tora,inud [hat he is [he successful bidder, he will execute [he non- colln;ion al Cidnvit regni re.rl b the Fede eil requiramen t~d sat forth undrr Sec[ien C. of there SpxiaL Penis ions; that he has cnm Eully r.:<aained the IneaL ion oC Chc proposed wn rk, the anne;md proposeul form oC eon Cr,v: t, nroi the plane, thrrvin rr (~•r rrd t.n; and he prnponcs, and n^,roas if Chi:: proposal is are~•p trd, [hat' b•.~ will run lraeC wil L• Chc Ci.ly of Lnnr.bn C,mmm ~o Gn, in Llo: Cnr:n oC tha c•npv n( Chc coot rnr,C annrxcd hcro[n, to prnv i.dc all ttrccssnry macliinerv, t.onl :, .r,,ptrn n~,;: nn;i other n:enn. nC cnnaCCUCtian, and Lo do ell Llio t;nrl: .ind Corn i'r''a d71 th~• ma U:r is l:: vpeci l'i'vl in Cha• rnn Cracl, in the innuuvr .md ti;ro thvrr in prc:.c rihud, nnJ nccnrdirr„ to thr ruquirc~nrnta of Uic Cnv in~or ro: c.im resin ;.t Cott h, .vul thlt hr will lake in Cnll pr.ymcn[ [hare (nr the Co I7n•;in:; L•r.:^. , ricea, fn :%i r.: B-1 ' CHIT OF h:STIMATF.D TY I'1 EDI PRIG h;u (3N FIGURES) ~•~~••~- .IN FIGURES EM 1 ITEM MEASURE QUANTI N0. 1 CLEARING AND GRUBBING LS LUMP SUM ~. F!Y).~ N„~' 2 ROADWAY E%CAVATION CY t ,606 //. ~~ /~ ~6~,.(~ 3 REMOVE E%ISTING ASPHALT SF 4,370 Yp ,JO a // /-/ ^ ~^ (l~lOfl lLV pAVEb1ENT q CLASS 2 AGGREGATE BASE ICK) SF 4,217 / ~ ~~03~ 7/ (1.2 -FEET TH 6 CLASS 2 AGGREGATE BASE SF 10,640 1 ~ Z ~~~ J (0.6-FOOT THICK) / 6 pAVEMENT REINFORCING gy 4,315 /_ / V'~ / /Any/~ (O 7~'l FABRIC / 7 RESET ROADSI-E SICN EA 2 /~, oO ~~ B ASPHALT CONCRETE PAVEMENT TON 5,270 ~~~ ~37/ObIO g CONCRETE CROSS GUTTER L CURBS) SF 510 J~;5D pp ~i 0~~~ (INCI„ INTEGRA 10 PLACE ASPHALT CONCRETE LF 535 ~ QO / ~~a DIKE / 11 RECONSTRUC9' EXISTING ASPHALT SF 7' - 208 / ~ ~~ CONCRETE DRI4BWAY (0.1 GOOT THICK) 12 HF.CONSTRUCT F:X ISTING CON- SF 162 ~~ /. /~8 ~' (!~ CRETE DHIVF.WAy (0.50-FOOT TnzcKl 0-2 rr1:al NO. ITEbI ur7rr a MEASURE tsTIMATED pIiANTITY rn;ni riuceD (IN FIGURES( TGTni. IN FIGURES 13 REGRADF. EXI$TTNG DRIVEWAY SF 189 /. DD l89 ~ lA MAI NTAI NINC TRAFFIC LS LUMP SUM 3, soaoo 15 RECONSTRUCT EXISTING FENCE (WOOD SPLIT-RAIL) LS LUMP SUM ~~(~ Kids me r_qus red for Chc entire .dnrlc, 'lire emonnL nC Chc hid ibr c.+;n- pariscn purpo .ec tri Ll be the [n Cal o[ all ~i [ems. 1'he Co ta.L of unit baui :~ ir.rms ~ui1.1 he. dote nni aed by e:ctension of. Cl:e item price bid cn tl~~ b<^sis of - the ,~Cir~;tced goon tiCy set for [h for [ire item. the b.i ddur rl:all se[ fer Ch for w~:~. itr~l n: :>ur!:, in cdcm-ly ]ogi,bl~: L i!;urc:;. o.n iC:ua pr{cv and a total .`ot thu itam in t'nc n~::pect ivc. :q+ac c:: provided Cor [his purpose. In the. rase o[ unit b:ais ii::n.-+, [iv.~ ;:^wuu[ :.,, - forth m:dcr Chc "Tn tel" co Lumn shall bo tlm e:ctmts iun of the i[~.•.n price 6i.d - nn the b.asi.-: of the us Lima red quan[if-j foe the item. in casr of di..^•crepmu;y between Chc i[rm price ami tiro enrol. :+~•L Lorrh fnr Lh•_ ierm, the itmn price sha Ll prevail, parvi(Icd hn:;rver, if Utr~ amrnt•t~ see for Ch es an it,:m prico is ambigUn115, uni urr.l .l iiblc or once:.-tarn fnr nm cause, or is omitted, or iu the case oC unit basis itenir•, is the snr:u ar.:nnnt as the cn try in Che "7:u [a1" column, [hen the an:oum set forth is Che, "1•.+t:a L" colucn for the item sha 11 prevail in accorrinnce with Chc fol loe: ing: (1) As [o lun+I. 4um items, [he annum set Eorth in the "Toro i" colwan shall be Chc itch price. • (2) As to uniC basis itms, [he amount set forth in Che. "To Ln l" co lunm shall be divided by the est?.;tin [ud quun lily for the ite;n :wd [he price [hua obtained shall be Che item price. If this prepesal shall be accep red and [he enders i nrd shall [nil to ~ con rcncC as aEoresa id and Cc give [he two bonds in Lhc smas Cn be d_C::rnined, ~.+iCh surety sa ti sf ncLO ry [o rite CiCy of Rancho Cuca ~:otl;;a, within tigi:t (3) days, not inr.ludin„ Sundays and legal ho 1.?days, after [he hidder has recc iv.~d no Cice Crom the City iingineer that [lw coa[rnct itns bean awarded, Chc City of Rancho Cucamonga may, aC its op [ion, determine [ha[ Che hidder h,t.~ abandoned the contract, and Chereupnn this proposal and the accepcaace [hereof shall he ~ nu 1.1 and ve id and [he. forfeiture of such security accompanying this proposal shall operate and the same shall ba the grope xty of the Ci Cy of Rancho Cucamonga. B-4 sl I acu>rrrn erg, ::; In ~~~nq~l i mr••'+iW tb.a pr~rv i:•iun> ul' 'in• f„~'dernra~. nl Co,io ;art ion :: 10:, Lhu iredu o•i.',u~ai Liddar he rcwiLl: ei a rurth CLc name and lucalion oC tha plau• o[ hu:;i u.';... ui .;d: Snhran U'a<t~rt'~who wilt pa t'io rm •.a~rk or l.:hnr nr condor :;c rv ir•~ to tLo ~,cu•.~crl rout raRnr in ~ar nhuuC the cons[ curt ion ui Lh~: work or iivln'nv•- rwn in :m :u^~~'.in[ in axr.a:~s •.~( cnc-half (l/?) nC tlm cna pcrrc ut. (I':) uF thr p,rnc r,:I ~:on!r'ictnr'a Ln[a1 Lid, mul Chc portion oC f.hr- work which will ba <i•v- 6y m:cli ini:~.:~mtr•a'lor ns fnl low.:: Place of Uescript i<•n u( Snbc nll r:ua or'::. 21am,~ IWsinecs __4io rk _~la r~ld _5i ~-p~~_ C'o, __~oo L i vet ~~~e:,~r~~,d_ul~ _~'%,-~'E~ ru b f?~'1Y1zt]~Z_~[Lre~e~___. 0 11~. _rGn~f/~r{I~//S<_- _.Co~?crefe. 8-5 ~: Act~nmp.nty log 1615 propn::,11 I:J ~~~LC ~/{~y~ ~/Q/~~ ____._-__. (N!1'('ICE: Lu,erl the word:: "Cosh (S --),--'Cash le r', Chrck," °Ce rt if leJ Check," or °B ldJer's Omtd," as the case may be.) fu amount equ,:l [o at least [en percent of [be total of [h^_ fr1J. The name:: of ;tll pr. 1'::uns In [uro,s tcJ In [he fore gong proposal :u; pr L:clpd l:: arc ae follow: ~ '~ 17"~ \" '\ ^" if hLlder or other Snt area ed a..3. ~.:a 3.~l.la ..~~~~~ 31.,.. person is a corpo rat loo, sr-ate legal name of cu rpe rat loo, also nnnna of !L+• prr•s lJent, sec rc Cary, treasurer, anJ manager [her vof; If n co-partm•rshl p, state [rue name of firm, n1.so names of all LuIIvLJual cu-partner:; r-ompos ing firm; if bidder nr other ante rr.:~t.ed • pers~~n L[,n~pan 1nJ l{v~A~d u~a ~l ,~~slta to fire[ anJ last names In full. s ~UR ro/ Ann ~eg~ S~ -- Licensed in accordance inch nn act provld log Eor the regiac ratloo of Con Crac [ors, Llcenne No ~~'~l, ~n+. ,.~ ~, ,.,, ,,,..Ja...-.,,.~._~.' ~/~.~C. f~.C. ' Signature of Bidder N[1'('P; -Lf bidder Is a corpo cat ion, [he legal name of the corpo ra t.on shall Le aet forth! above Cogc [her with [hc signetu ro of the officor or off lours auciu:ri zeJ eo sign con[rac cs nn behalf oC the: corpora- tion; if bidder is a at-pa r[ue rshf p, tl:e tow nomr of Cho (lrm ::hall l)C til`C forlit nhn'JU cogs Lhl[ w1C11 tlto S1gnaY,UCC a( tin! petr(^Or OC pnrtuoi~s :w thori sod Co ~Ign rout roc[, in buhnlf nl the co-parrnur- sliip; :rol if LiJdrr ie an Lndividual, his ::[P,untnrc :aulll br plm:ud above. II sil:~tal urv. f:: 6v do agrn[, other [lam .m ntfirer nY n rn!po r.tl inn nr a monJ n'r of a p.trtna r.:h Lp, ^ puwor ~~I' du.o rn.ry ninsc ba: on i i I~~ wiih thv f:il:r p: inr rr upcu inl; hi~l:'. ar +u hmf LL~~J wi lh t. ho Lid; nihrrw i:,~~, tlm bi~l will b, di.:. n:gnt~l.~J .:. in„Ip:l n' and ! undullun i::~~J. IAninr:o-. hJJrvna 3(~3~..~t~ofhr_//-_fj/ud.. ..------- I'lacv of Ibrvim:n. ~~ ~YC<(~.~e9~jy._-_`~-. -'q~o?~~.- u.! c ed , 8-6 cE:rrlru'.~Il~,a'arw Rl.;:,~lcu lu'rnr: our ":,narrc uv rla:vnmc r.narcac•r: cR sln;r:~^a::,r'IS sull.r, rrr Tn Tulc ra)unl, mrolrru;u rv rr,iucl.: nua 'rlr,; ru.c;r, ur• Rl.7uiulu :=lrt,icrs Tbu LI~L)rr_~, propuy ud :: nbc nu[ractor__.____. hereby ccrtl flc:: [hat he has !~, has not 4urCicf pa Led In a pt'uvlnu_: ~.onlract ut' subrunt tact mtbJ ec[ [u [he r~lual nppn rt unll'y clam;e, na reyuf reJ by Executive Ut ders 109?5, 11114, ar 11246, mtJ that he h:a__~,, has not filed ulth the Joint Report L:g fouont[[r.e, the Ul recent of [hu Office of Fed Crul Cu nt racC ComplLanc e, a Fndernl Gove n+mmr[ contractSn„ or adminlsce r.tng agency, or the former Pre sld ent'a Committee nn Equal F~~p loymun[ Opportun lty, all repor[n Juc uoJu tba appl Lcable filing requSreme n[s. Company By: TS[le Lta to: Nate: The above certlftcaclon fa required by the Equnl Empl oyr..en[ Oppornntl ty Regulations of the Sec ze cn ry of Labor (hl CFR b0-1.7(6)(1)), and must he subml[ceJ by ULIJ era and prep owed sub r_nnt r,: r.[a rs only in connection vl[h consrac to and aubcon tracts uhlch are subJece to the egml opportunlcy clause. Contracts and aubcon [rac te. Wh lch ore exempt from the egnai opporUmlty cln use are set forth In 41 CfR 60-1. 5. (Generally only cone rac[s or subcontracts of $10,000 or under ore exom pl.) I;nrn•nlly, GLm d.i nl Furor Sf111 (C1:0-I) to [h r. only repro[ t'n~ptl Led by Cbe lixacu[Ivu Oulure or tbclr Lnq+L emanling Ccga 1.1[funs. propu.;ed prliac cunU ac[n r.; ;rod mib cool ru.to rs oho hour: part tr. Ipnt oaf In n pro vluus cone rte[ or subs unt rac [, subJ ec[ to the ExecutSve Ordarn auJ 8-7 hnva oat til,:d [h•. rcyuirod ro~w~rt'.: ., n:l ~! uo r.• Ui.il ;~1 t',!~it ii0-1.'.(6)(11 p r_vrn L: Ihr .:w;vd a( con Crarl :'. .u:d :, ..: aril me t:'. unl o:~;: ;nth n+nt r.u•L~~r submits n repot[ euvvr iu}; Chi dal inym:nt port u:l :•r such u1.Ler p~•rloJ sp..•ci- Cied by Ciwf Prdr ral Ili y;hi:nq A:!nJni.'.t r,+l ion nr 6Y th~~ UI nx: C~~r, :v16ca of Frdm'al Cunt racl C„~~::plin ncr, X1.9, 1)epertmunC ':( L,ib.~r. B-8 III 11111.1;'!: Ili. I'II II'n I'1ll;l (II' '\II Ii;Al.1'I Ii'i'. ;d'l11{~ Fltlt LQDAI. t;fli'I lll'llia:' ul'I'I III'fl";II"i J~~/1~/-~.C~7 ~-LI YL~I Q!V~L ~~c___. cl.r tl (I ~•:: tll•Il: (Ifi JJer) 1. tl Lit cnJ:; to oar f.lut (ul lauing ll :uxl rom;c nv_t ll~n tt dlic~ hl t.hc vo rk unJcr thr con u'ar[ _ LabC/e.rs,-G~er-Q.flr,~_~/~~vlePr,S-------------- 1. (a) as [o chose trnJue se[ forth In the pn'ccd log pa rag n(dl one Lcreof For uh lch 1[ is ellg(b le under Fxrt I of these 7t1J Condltlann for partfclpatlun Su the Area Flan l1a[eJ fn 5ec[]on 5-7, "Area ACEL'mattvo Action Plan," of tha Special Prov is loos, 1[ will comply utth the Area i'lnn on all cons[nmtion uo rk (both Federal ant r.nn- Fedaral) Sn Che area desc rtbeJ Ln sa Ld Ser.t loo 5-J uttldn the scope of coverage of chat Plan, [hose trades being: ^_ LahoyeY~ Gpe,__s~_~ri .Pre _ ,__ end/or (h) a^, nr [hose Cradus for uh Lch 1[ is regal red by [Live Bid C.unJl tfons to comply ulth Part II of these ll1d ConJl[Sons, LC adapts the minlnmm mLtorlty manpuuer u[1l lzail on geal9 and [he specif lc af(Irmnt lve action steps cants load in salt FaK II, for all constt'uc- [lan ua r:: (both F'eJ oral mid non-Federal) 1n the. area desc: abed in said Secclun 5-] auLf ect to Chese BiJ ConJ 1[ious, chase [rates heLtg: __.____________...____.___~-_____~_.~-~__.__`__- mid J. IC ulll aLtaln (non 1'.1rh uF lt. ::uh cool rncl of :. unJ ::uLmlt to the 6ng1n~•vr pr lnr to tLv av,u'J o[ any t:ubront race under thl•; runtrart [Le r:ubcuntl o<t ur r.cr[1 (icat inn regal red h}' thud! 61J Cl+ndlt lun a. (Slgnat ut r. nl mil hurizo.d reel a:,ru Lit ivc nl blJjur) . B-9 t i' ' ~~~ ('i'h i:: nilidv.t it sl.all D: .• r: ul'::d by li~.• ;an_r:••.::(ul bi A~c' I t in noeu rdam:a wi Ui instnict ion:: in thu F.:J.va~l I.•gni nnr.:n:. in [hiti boot: L•r, bur bidder n:ny c::coute [ha af(i Jvv it r~n lhi:: pn0c nl ~h:• [im,. ::( .;iihmil !.im; hi:: bid.) • t:UN-f;DLLUS IJN df1~LU'::11'l' 'I'a the Cily Rancl;o (,.ur;:: •unm{:1: 'I'ha um.l~•rni,;ncd, iu :;uhmi [Li ng a hid for ,:rrl'ormi m; fho Inl1 :~i ug •:ork # 6y contract, bring Jul}' rnaorn, deposm; anJ :;ay s: 'Thar. he ha> nn t, ci tl:ct ai rect ly or indi r.•eLJ y, uncured inr.+.ur: ;t~recmcnC. part iei parr., in any eo1lu::ion, ar ul horw isc L. I:un any arLinn iu rrstrai.nC n( fret con~.putitiva hiJJ.in~ in cnanecLinn wllh such can Lrac t. RASE LINE RECONSTRUCTION PROJECT Signature of BiJdur Cus mess AAd ress ~ Place of Residence Subscr RteJ ;mJ sworn ro 6e Furc me this __ day of ___, I9__ No tar}' Pnbl le At and f~+r Ulc l:ounl:y n( , Statu oC CaL iFn nt i;t. -___..__. ay Canuni:'.::ian I:xpir:: ~~ 19_ _ . 3 N. ;; R-10 '~5' ~: c. ' 'I'LK: 6lddct' ocrtl(irs that: A. / _/ I to nul lntrnd [u ::uhcuntt.trt auy Nur k. un thl~; p: uj~•.,t. fl. /_../ i J_~ In Cend Cn ::ubc nntravt pnrliunn oC [hc vu rk m: lhia pt of vet. Lt nernnlan ee •.+I rh the pnrvlslow; uF i'nr[ Ill, "Part lcl,p;a ion Ly :llnnrlty fln:: loess En te;prlses in Subcont cart ln!;," fu Sect fun f-1.(`$ of the $pce Lal Frovic fun^„ I hvc tnkeu af(Inuat i.vv :.c thin [o seek out and cone tiler nl.mn•i[y Lw;lne:a enter{n'L•;es for Chu port fungi of the t:uri vh lrl ore iut ended [o he suhcon Crac ted an4 that sorb of Cl rm;+- [ivn :tctlon:; ,arc: Rtily dorumm~ted Sn n:y' records and am aunt fable upon request. In ad<I 1.t tun, I wtil t;d:c suah ~ aff lr:nat ive ac t.ton nn any future subcuntntc[1n~ fur tho llCu of this contract. V Note: The bidder :;hall check box A nr box A. tf [he bidder door: not check a box SC N111 be deeded that he has checked box A. ~ The ahuve cm't if lca[lun 1:: required by 27 CFR 210 as publlshrr! L1 [he t'nde rul Iteglatrr, Vol, 40, No. 211 - Friday, Octuber J1, 1975. >/ A B-ll C1'i"t UE P„1P:r; ) l'IIif1:Ul1 D;1 LA ;n.; rec~:,Arurvo c ~riY, r:yL(nm;al.~. r,luuz::':, i;~t:a~ E:muw ,tLi. sra n'. 'rnhrl: r!;rs;ca:;, That w..• __... ...... __._. __ ..._.. _. a:; SUBC'IY, .rte hold aml firmly bound unto thu CiCy of R"ncito fucanun~'a in the ocual sum aC Tl.:. YCI:C oiv'i (lll i+) OF TIIF. IOTTL A4bU\T of 1IIli BIO of Che PrAtci- pal above named, subrti.CCrd by said Principal [o Che Ci I)' of Paro_he Cucdaon Via, Uepaxt..+tca[ of. Public Works, fer [he wor'.: described be Lotr, for t;tc nnyn^.at of ~,~hich sus. in la•: Gt1 irroney eF the Jni led :tales, well mtd truJ.y to Ire m°de, ro Cbr pirec for of the flopnrtment Co :+hich said bi.J o'as submit CeJ, •ur. bim.i w ~xsclvus, our heirs, executor=, adminie.trators anJ ::ucc^ssrn, j~tint Ly and s o.ve rally finaLy by these pres.n es. In nu case shall thn, liabil iCy of the S surely hereunder o;;ceed [he sum of _._,~____ _..__.____.- ._._ 1'HF, CUS111T Ntl OE' '1'1115 Oi;h IG,\I'lON [5 SUCII, 'Cha[ ub~tre~ts Chu Princ ipul Itae: :;ubnd ttrJ [he dbuv¢ mm~Cinned bid [n the ~ Ci[y u( Banda Cucmeen~;a es aforesaid, for cer[•tin ronr.eruc[intt spar. if i,:nlly dc:;crfhud :n; Col Lo•.d:;, for which bids dn• Co bu upr.n,'d u! ______.~-_-__.__ Col i.(urn i;i, nu For ..___..____.__. _..._.__.. ..._. _... ....__....._ ... -..._ ._ -. B-12 LIIV, 'I is ia'.I U;:L, I( (Lr .; 1:~1 r:..;:J I': iu. ip.;l i•. ,: :. ..,. .I U;c u::l ;...l .,,.I, ul lliln l:'. ll'..•.u1.1 a:hnrr i~iivi n~~ ~'.iL 1' Ilu• }lµ r;l ir~:!;nn.:, all:: LIr. hn^:r: i!., !I t.n a:, iu .nton r.l.~nrr will: th,~ Ui~l, (ilr:, la.; I~,•ud',t •.:iill LL.• . _ hopol ll v., .vle lu ~.r'aul v.: Idllhl ul ia~l l.~l.•a.in~; awl il;r uLLor lu ;n.i i.m!..n - p~ irul ~ni I.,l.,~r and bi.;l;~t (alu, ,r.: :r,;n is cd by I,n;, tl~,u lhi.. ,:LL 4: ;i ;~~n ali. i'. X11 Lc cull m.l vu id; oth:•u~iso, it :, h.ltl L.: .mJ rcn: uu in lull l;~r:.:• uu: v i t tu.:. 1;1 t: 11':!'.'t$ 4711 L:: hall', F:r have hrl run to set our 6,md.: .n'~d :, ';:1:'. nu thi:: . _ dny' of __..______._._.__._.«~_, A.II• 19___ (SLv11J (sea1J surety ens Mute: Stgnnt ur as of those execut!ny Lor the su[ecy must be properly acknowledged. (SI:AI.) (SLnl.) 0-13 cLrr eP P.,c,c a rcr,;.yn t;:r,.: sns Brrir,:aulNU rusT'r, c.\Lleocal>, ccsrr,\r.T BASE LINE RF,CONBTRUCTION PROJECT 'f1ii5 dl:^.[it7.;i i;'C, nadu nnci con<:l uricd, in r.cin.Li cn tc, this .~. n' .________-.___._._...____.__.__, One Thousand is i.n^ }iund r:d nmi between the City of Rancho Cucar.:on~:t, party nE the Fir.,: part, nod ~.,be~'f__~ude~~.I_C~-------- ------- -'--._.. Contractor, party of the second par[. ARTICLii I--FII'l'RF.SSG'CN, "that for and in conaidcrnt ion of thr pa9cwu is and agreerten is i;ereinaCt cr nten[ioned, to be made and per Fo rcnxl by Lh:: .aid party of tha firse pa: t, and under the conditions expressed in [he t!:o bonds, hcari, n({ CVP^ tIa CC 'di tii theSP pYCSen t$, al:d hcrl'un[O a1Ltc::cd, CI:~! :Mid parL}' of the see:ond par[ narecs with tltc said potty of th^_ Cir:a 4%art, at hts n;.n proper cost and e::pens e, [o do n11 the work ^nd Eurn ish atl thn ;aa n'rial s, exeepe sur:h as arc men [i.aned in and sp<cifi.ca timts en be iurni shod by sn%d par[v of [I:e first Par[, neces=a ry to rouserurt nod 'comp lc CC in a }:,vnd •.+od:- mmt.lika and sub;; tan[ial manner and w Che satisfaction oC Chu Cite of R:utchu Cucanro;~a, t.n Cha Cuuuty of San Rcrnacdino, in the Ci CC oC Rancho Cncar',un;~a, in ncco rdnncr, •.oi tit the Special Provisions hereto annexed and also in accor- dance with [he Special Provisions hereto annexed and also in a«ord;mce wiCh [hc Standard Plans oC Che Dcpn rt meat of Trans parent inn, Fta to of Ca liforn i.a, dated `larch ]97i, [iu Standa ra Sprci Cica ci ons, and Gener.tL Prevn it in +.In{;e Rd tr.s are h~~ceby specially re(urred to and by such reCe rencu made a par[ he roof. The wn d; Le be dnn•: is rhnwn upon plans en rioted "City of Rancho Cucamonga, Federak Aid Urban Project No. M-R060(2),Plans and Specifications far Base Line Reconstruction Prnjeet", Approved March 28. 1980 which said project plans arc hereby mado apart of this contract.. A iCIIr.L'", f[--'I'I:•.' .ci id lm rty of the Ci r:C pare baroh° •t tom i~o+: vul a:;r. c~: s+ich tlw :;.rid Cie [r.u~!or to vr~plu}•, and dace hereby rmp.-~:•, the :; ~tid (.Ontr'1~- t+rc to provi d~~ Uw r',,; tori.alc and to du Ch•~ wart: accn rd in:~. to the t.•retn and ,:nmliCiuns I:„r~: i.n rnn'ni'r'•1 :nvl Pcfcrn.,: Ce, (nr tl'c pri ~.•~~, hcn•ina f!i:r .:rt larch, nod i. n. b•; ;,~n tr.r: is to p,n thr na.,t,: nt Cho tit,:, i.n the ,~: nut.n: :!n.l ~.:pon th,~ coed it i.om: i,.•rcin •:'e lot•[h; nnJ the ;aid p.trti~., fur tm:arc l.d~•,, Litcir h:•i u:, rx, ,. n'ura, ndniui :n'.ttorn, s,:ccr'::nt•n .:;td a: ~. i.';n :, <lo he n•'uv a;;rce to ^:~: iu!! .~~. r: arrvuu'r of rhr fuyratn L; hen. in a•ntn i.ned. C-1 ,\K l'1C LIi ILL--The staG~mun[ of pre•~a it ing w.lges appearing} Sn chc Cqu ipment Rental Raeus :ant Cenu rag Pruvniling Wa ;e Ka ces is 6a reby ape cif i.:u lly ruin r[od Cn and by this re(e renr.u is nude n part of Chis conC ragC. IC is Curtbcr expressly agreed Ly and bucween the pa[lies hcrueo Cleat ahuuld [here he any conflict LeCwoun the to nos of this Lns u'wna nt and chc hid or proposal of said Contractor, then this instrument shall cuntcul and nothing herein shall be co nsi d•.red as an acceptance of Che said [arms oC said proposal cmtf.l is ring ' Ilcrcwith. - ARTICLE 1V--gy my signature hgrcunde r, as Contruc tor, I n: re ify Cha[ I - an aware of the proves loos of Sec tlou 9700 of Che Labor Cude which rcquiru evury employer to be insured against liability fur workmen's comps usaCion or , to undcreake self-lnsueance !n accordance with the provisions of that coda, and I will comply with such prov lsions before commencing the performance of Che work of this contract. ' '• AIi'ILCLH V--The Improvement contemplated in [he performance of this ~3a contract Is a Federal Aid Urh an imp rovem,eu[ yroj ect over which the gears of ' Cal lfornla shall exert Sse general superv islon. The State of California therefore shall have the right Co ass umu full and direct coat[ ul over this contract whenever the State of Cal lfocnia, ac Lts sole discretion, sha 11 ~•/~' dete [mine chat its res ponsf6111cy to the Uni [ed S[a tes so cequices. In such cases, she State Contract Acc will govern. ' :?^:,' . ART iCLE VI--And the Bald ~Conerac[or agrees fo rece Sve and accept [he :~ Unit Prices bid ae Eull compensa [Sort for fora ishin6 all amcerlals and for ' 'i<~.. doing all Chu work con[emylaced and embraced In ch 15 egreemune; also for all ~~ '' loss or damage, arising oue of the na cure of [he work aforesaid, or fcom [he action of chc elements, or from any unforeseen dl Ff tcu lc les or obstruc~i~ns- ,. wh lch may arise or be encomueced Sn the prosacucion of the work un c11 Its acceptance by Che Oep art meat of Pu611c Works, and fur ell rSsks of every des crly[lon tonne cred with the work; also for all expenses In currud 6y or Sn consequence of the susyens ion oc dls coot lnuance of wock and for well and ~^Y,'. faith Eu lly completing the work, and the wlto le [hereof, in [he tmann er and according to the plans and spucif Sca Clone, end the requirements of the " •,i' Eitgfneer undo[ [hem, ARTICLE VII--The Reso lotion Inviting Bids, and the Bid Proposal are hereby ~ ~` incorporated in and made a part of this Contract. ' ~ iT. ~' , y.,v ; C-2 .;... In tJitue;a Whu roof, the prt roes ~~f [h.~sU preserves have 6eceun to sec C heir hands Che year and da CU Ei.ret r~'wve written. Ci17 OF P V~CI10 Cl1L'.LYOYCA/ FiayU C 3ti 3~ Few//~/tea .la ~.~ h ~. p ~ 9/~ri - ,,.... COOCL eCOL RDUERT T. L;C;;DE:20, PRESIDENT APPRCV FD: ;By Approved as Co Forn and Procedure Da Ced Attorney By 19 C-7 .lmount i'-%~.2~.an CI1"L UI' IL1f: Si I CUC,.`lu Elp,A YUELLC Cl`.`fTiL\Cl' r'F.RFOic; hlitCE 1;0'!n I::+Uf. ;.:.1. ;!C>I E: THE ;l'. Y!;':SS::'rS: "Ilmc ._.-.,~¢lgr1_:{,u~~~e,_~[.,_ -_ a and 6mn,i.n^I to ro,fer r,'d to cn.i l,ecL~i•:o i, ----- ----~---- ----~ COVENANT NIUfUAI N~IIRAIN~E COMPANY ns "Prl1lClpn L. and .- <O CpUra[iua OC^t,an l'?d Ind~C::LSCie~ Undet' the 1.:41: of LhC SCn Cp of .. __ __ _ _~_NNEY11w1_ , and du l.y nuH~u rued [o era n:: act sure ['. Uu.cineas in the Scetc of Ca.Liforr.i a, as. and here in; f[er n.:farrcd Co as, "Surety," are ii, ld a»d tirmly bound un[o [hc City of Ra^G:o Cucar'.on~a, hn.r~ inaE [cr rcfc reed to ;u the "City," in ehc sum of $ /~v{O,Z ~O.Or) __, for ti:c naymen[ nt •..h ic'n Pr incipnL and Surety bind tiuntse.lves, the i.r heic ., ndmini:;- trators, sue r`•:=ors and assigns, jni utly mu1 sevcrall„ as Eo ll.ow;: 'IHF. GUiiUTTIUC OP THE :1E0'IF, OELIGATTOti IS TH:1T: 4:IIERCAS, [`rinci pal has entered in CO a con tract da c.^.d ~_. _.__..- __. 19 _ •.u i.th City Lo :io and perform the fo LLo4: in g, ena rnl L dm;r ri'u^.d •.. irk, ;;h i.ch is ;:,:.,c por iatl.'trLy du.^,cribcd i.n said con cracr: Yor the con :[r»c Ci on of 13ASE LINE RECONSTRUCTION PROJECT k'AU PHOJEC'I' NU. M-R060 E2 J 1.71 f•.!il[d5, n1.1 of such improvnmenLr: are [o be cnnr,cruc v:d :.nd inc tolled in aecu rdanca w..:h tiu: plnus and specif.; aneinm; drscribad, re f.ar red to nnJ incnr~,lo ra R•d in said rnnr race; and '~IIEPo;,15, Principal shall urtamence and comp Lle Lhu co nr.trnn Lion and i ns C, lLn if nn of such improve:•dr:n [:; n5 proviJad in sail cun[rac C; and ;:nFi, 'f it li!:I:'r,:;: iC, i( Pr foci pal ;hall fail ln:u Llq perform nli n,;rau!nenC: ron toim:d in th~• :Jnr,•c,ti.I root ra cf, thrn thin uhl il•,ut irn "hull Lc null .iwl void. P;:OV 1^LI1, Ira;, i;~l.!;, if Pr in. ilr,1 ~: hall. not fiiCn `ul ly ~,•••rfn rm all a.:•..,- .n'nL::, rnnl..:irod in lh•: hol'clnnbnvn ru~cri hcd u'+»L tort: .un' nl 1. ul•I. i~,:~:L in~rv, C hr•n Girls :~'ol i;t LLi. nt .,ha11 rn'~; tin in fn11 Cnrou .m•1 o(f~•r,L. C-4 i N O a E O ~I P O O m O J V o c 9 O ,n V q ^9_ A C N `~ ~ ~' I ~ S ~\I a S 0 T' N_ U « .- a _ ~ o o c ~, .- .. LL j 09 T~~T ~. m d D m V y ` L O 6 m ~ ,4 2~' L ~ T o p „ Q • L = s a i m ~ ~ J b y O pig' 6 m ~ ~ 9 t ~ YL O y 9 = m M c v m a ~:_, C S D ~• D ~' V ~~ .......... ~ .~ ... 9 D 1 ar c E ~~ `o c E "' _ ' iU'gs a mi o =~" 0 i „ o m s o cU y'~6 3 E o P ~°~. y C O sU Syr 0 ~ m 9 1 ~ Y 6 E i m o ~ .t a': «_~~~: ~; ,,'~Jp I'RQV IIII.U F'UI:"Eillig, IlUtil:b'I:1:, Lhal Curety hurcby e.L ipu La ws .wd al;l uud CI1oC IlU CIIJ II^~, L':(L vll3l Un u( t1.I11C, ailir.1L 1U11 ut' LIOdI(L61L1 On of ehc COUIraCt Jucumencs ur of Lha work Co Le pe rfu r:ncJ LherumtJcr sLell iu duy wary affuc[ its ubl igatiun on Chis Lund mIJ it tlocs hereby waive uncfce oC nny tiuch change, exceos ion of time, alLC rnC Sou or moJ it icn lion uF Lhe contract docu- ments or of work to Le pcrfonncd [hercuudcr; and PftOVLUt]7 kUICl'Illil:, chat iu case su(C Ss brought upon this ba1J Ly the. Ci Cy or any o[her person who way bring an nc[Son on chfs bout, a reasonab lc _ ~at torney's fee, [o he flied by Chc Court, shall be pail/by~Pri nc ipal and ~ ; ` 'Surely. F ' ~ SUKE1'Y: CDYENANI d UbL;1NS NhNCE CDNIPA Y ;:. BY: " ~ A[tor ey-in-" c , 1lrthur 7. M,~~r. (SEAL) BY: Y ' Addcesa of Surety: : COVENANT MUTUAL INSURANCE COMPANY CIO SOUTH COAST $UNtTY GEN[11AL A6[NCY. IrvC. t PA4AOENA. CALIFOA/N-A-91 1 OI rxlNClru.: ~~~ ~l~f-"~/~ lYl/~~r-f ~ ~, . 1 ~, HY: 1i '' Addtea9 of Principal: ~~_}~.~ ~C~~~~~~~~ /. 11 ~!~ I l'E"h ~ ; . ~ir ~~~~ nrreovEO AS to vuaFl: ify Atcocncy APr ROVEU n5 1'V CJil1'CNT: Cily ingiu u:r ~_-_ C-5 FAECUIEO IN DUADAUPIICATE ,,,~ , ., z2k'. r4noun r. ;1~~pi 4•.00, Premium: CITY OF RAMC"O CL`CAAIONGA PUBLIC C0;'TRACT LIBOR A5J :!ATEIiIALS _ KNO:J ALL MEN BY THESE PRESENTS: That Ys~/,r4 //.rot _l(r. [r<~<4 .~, 1CaCC , as and hereinafter referred to collectively ., as "Principal," and CUYENANT MUTUAL INSURANCE COMPANY ___ • a corporation organi zad and existing under the ]aws of the State of LORRECTMjj1 and duly authorized [o transact surety ~::.: business in the State of California, as, and hereinafter referred to as, "Surety," are held and firmly bound unto the CiCy of Rancho Cuca;,ionga, here- , inaEter re Eerr ed to as the "CSty," in the sum of $~y(; /+.~~ , Eor the ~ payment of which Principal and Surety bind themselves, their heirs, adminis- '? ~ trators, successors and assigns, jointly and severally, as follows: ' TEEE CONDITION OF THE ADOVE OBLIGATION IS T1WT: WHEREAS, Principal has entered into a contract dated ~~~ 19_, with City to do and perform the fo Llowing, generally described work, which is more particularly described in said contrac [: ' For the Construction of Base Line Reconscrucci on Project ~•u '• Fe1U PROSECT N0..Ig-ROfiO (2) WHERF.\S, Principal shall commence and complete the construction and v installation of such~improvemen is provided in said ccn [race; and NOW, TIlEREFORE, if Principal shall pay the Contractor, his subcontractor, ~:' . ~~• ~ and all persons ren [i.ng equipment or furnishing Labor or materials to [hem for such imp rovemen [s Eor the full cos[ of such improvements, then this obligation shall be null and void. PROVIUEU, IiOWGVER, if Principal shall not pay the subcontrac COr and all f: persons renting equipment or furnishing labor or ma to rtals [o Chem Eat such Improvements for [he full cost oC such improvemen cs, chcn this obligation shall remain in full Eo rte and effecC and such Con trac[u r, subcontrncto r, and person., shall have a direct righC eF action agn insc the Principal and ~2., ~ Sure Cy undur [his obligation, subje.cC to Che priuriCy of Cicy. ,'.'. ~, C-6 ~" ^' m i -pro >`mf V q ~ C q OS y O ~ G ~ 9 .O m m w P G m Us. s E .. m n i 4 `r r V ~ •' 9 2 ? 'i 2 &° ~ l c ~ ~'o c ~, o o m ~ •o E o . ~q ~V o + ~ s ~ N _ ~ '' ° o E 'm ` m ti '- ; .- o r c ~.L~ j O ~ 4' ~ y N G p ~ V u \\ p bs V [ ' ._ S r _ _~'" ~i ~ ~ a 3 L L ~ N L _ C O „~ S a r ~j G . i. . > ` y ~ ~ ~~. .... mn .. . ... y . ~ O ....,, ~ ~ V 9 9 aU'is ' h' } y d m~ a O -~ E ` < s ~ U e ~ # Py i ~ p V r, ~ G O ~ ~ U ~. L" : i ~, O W m m ~~~ • 2 4 e y I " ' % E ( c E ` z ~~.4~ +nmti _~ I'HW lUCU I'UIfflllilt, IIUUI!Vt:C, [hat ';uru [y sti pal alas an.l agrees tout nu change, extension oC [imo, al Wra Ltun ar modification uC tIm coot ract Jucu- munts uc of Lhc work to be performeJ tU~rcunder olwll in .nry w,ly al£uct its • ubligacion on this bond and it Joel hereby waive nut ice of any such change, extens lun of tiwe, al [era tin or modification of the contract Joc uu,cnts nr ' of work Gu be performed [hc reunde[; and ;r.~ PRUV IDEU FU1:1'NEIt [hat in case suit is broughc upon thls Uond by the City or any other person who may bring nn action nn chic bond, a reasonable `~\ ,. `,,.,: a[[ontey's fee, to be fLxed by the Coux G, shall be pald by PrLlclpal and "i;.~' Surety. ~;• ~ IN WII'N655 lJF{EREUF, Frincipal and Surety have caused Chese presents [u " '4'~ be duly signed and sealed ehls /,"~~ day of ~c 19 ~O , #~"' ~.: . suRETY: COVENANT M A INSUR Oh_IPANY NAIfE) ~~.: ~.;';'~ > Arthu J. C~eme Jr. r+.-. (SEAL) BY: ~ '---- ~'`' Vic': ,Address of Surety: COVENANT MUTUAL INSURANCE COMPANY A A [MCY.1 I~1 S. LAfK~/AV-[,NtU.[ju,i[NO. 1/1O PRINCIPAL:~//'/r / ./-.I'/t, /.l'(i tom' h ~ ~~ I+Cr }r. (SEAL) BY: _ `~~ Address ofAdd ress of Princlpal~~//~,, t•. nl'Pkuveu ns I'o FoiLl: __ city Ai [o racy AI'PI:UVEU n$ 'fU CUN'CIiN'C: fXECU1EU IN QUAUNUPLICATE -- Llly -¢nglnc~~ -- c-~ \I N O rov ^n mm I a ~ m F M N ~ O IJ a c n c b n 0 aw rt r rt ;: Local Agenc}~ +~~ (lramrmna Supplement Xo. 9 To Local Agenc~~-State QRi~1~lA~ Agreement \o. 6-5420 Project No.'s-R078 (1) PROGRA.~f OF LOCAL AGENCY FIDERAI.rt1ID URBAN SYSTEM PROJECTS IN THE cams oe aA~cxo cvc~tor>Ga Pursuant to the Federal-Aid for Urban Systems Acts, the attached -Program" of Federal-Aid Urban System Projects marked "Exhibit B" is hereby incorporated in that Master Agreement for the Federal-Aid Program which was entered into between the above named LOC.ai. AGENCY and the STATE on December 5, 1979 ,and is subjeM to all of the terms and conditions thereof. The subject program is adopted in accordance with Paragraph 2 of Article II of the aforemen- tioned agreement carder authority of City/~~14)dYjt Resolution Yo. 85-206 approved by the City CoamciV6tY161taXdB(SMj6ikY0fDtE{ks on Juiv 8 1985 (See mpy attached}. RAN[7i0 Qrlu~KY~1trA eoraf Aaemny _ y ieyor I~ ty, ~ Approved for State Attest ~ Dwnct ojrnnaportaman District _g Date 7-/7-85 Departrnent of Transportation I nereey tern fy tnae upon my own personal knoMl edge toot ouEgeteo tunas are avat laote Por tMS encumoran<e Accounting Otti cer ~I (CJ 8~ Date S l 33'7.~7y 00 tnapter Statutes Item Hscal Yr, program aL Category Pono Source S ."+!5 \°- '~p5 .4'G '9 .7D G/G'.tw^ 2T`7~1~0 ,Z - m m x x w U 0 Q 0 .~ x~ ~ V F W Q !~ i F ~ u N O ~ K m a O Q J Q W 0 W LL P Z f Z w w a a N a O a ~; ~T h O a ~ ~ LL ~ o LL n C G O ` ti m r-I N h Q b U ~ O .-I O C p ~ ~ n N N 7 `a IL [ h 'yy O h [ W ~ N w °a U 7 ~ C S r o ~ w ~ ~ ~ ~ ° w ~ ,y ~~ ~~ o o b s` wl.i spy K N a yp~~ ~G a t J3 W W ~~' 1( O N Vl Q u~ ~ ~' 6 ~5 a x ~ d w s n &' !-0 ~' 8 Y E m U m N x m z 0 '' .. ~ ~ ~~C~~~ H 3-S N~ N ~ p W O~ ~ F N* N •.NI tE N -~3_N ~~N ~~~ro w ~~ ~~~~ O~ N ~ J` ri yr/~~ w ~r~ O ~~ o ~ ~NNpJ~y~ ~ ~ N 4 N N .yU P$ p1 ~ N ~ ~ ~ ~ R r~N W N ~~~ WWW~,~°.I~Bif'N'o~ •N O H .~ O~~ N W ~~~~~~a~ ~~ yp~ N N ~.i N ~ ~ra N ~ it ~w_ ~ N~ o~~py°~ ~' Sqag •v ~p~~~ti.~t~+~Nµ~ F ~ .~y ~~ ~~NO~~~~w o ~w.~'~~a'u~SA~~~ a I ~ H N t+1 P :~, - F A C S I M I L E- City of Local .4g~ v Rancho Cucamonga Supplement No. 9 To Local Agencc-State Agreement \o. OB-5420 Project Xn. M-RO'j8 tll PROGR~1.\t OF LOCAL ACESCY FEDER4L-AID L'RB.\\ SYSTE\f PROJECTS I\ THE CITY OF _$~NSIIQS}]LEMOSIGA Loral Acura Pursuant to the Federal-did for ^rhan Sls[ems Acts, the attached "Program ~ of Federal-Aid Urb:m System Projects marked "Ecbibit B" is hereby incorporated in [hat \laster Agreement for the Federal-Aid Program w$ich seas entered into behveen the abm'e named LOCAL AGEVCI' and the STATE on _ ,and is subject to all of the terms and conditions thereof. The subject program is adopted in accordance sdth Paragraph ? of .article II of the aforemen- tioned agreement under authority of Cih'/C3f}tppXt' Resolution \o. approved by the Cih~ Council/Plafik$a4RlWy343Fg6X-}CssCOn (See copy attached). CITY OF RANCHO CUCA.'90NGA Lxal Aerrry By Approved for State Dmm~ Duxrw o T.aruyo.mnrm Departnent DI TranaportuHlm Date ou.n amn AttCft( City Clerk I~ Dnrr ~.T- -._ _ I hereby Cenily Won my own personal MnovAedge Ihal budgeletl lands are avalable for Ines encumtxalxe. Accounting Dlpcer S Chapter Slatul ^em Fiscal Vear Program NSU Category Fund Source ro b F O O t ~ V b m au H m ?• ~- u X ~ W p~ q J O G ~ s L N J ~ ~ 6 C N C C ~ `t C ~ L ~ w A .~ n 7 h w u oq r b ~ H w 3 c u a ~' i c .c N 0 u 9 C r a O U R W N u •+ N N n ••~ b W U q H N U n d y ~ oo y a N G C [] C N ~ J p 7 01 4 r 1J N L N a r y 0 V m N b b ~ G ti N Y N a N o M L o "~ o N o F V o ~ ~ o O N i 7 O R1 + C [ b ro . ~ w ~ > a+ N '40 ~ Nro 0 •.i O 0 a ~ mroN ° a + + a ~rn H~.+prom o ua U A C LC /A U ri MU ~ .C a~ ••i W ro ~ V F ~0 Uv rl .G NW ~ N h ~ O 7 C O G UU1 ~ ~ C O N G M ro O 'y O HV W' OW p] rl p:4 ~ i e 0 i a+ ,, u a V o ro ~ ~ r < ° a C •d 0 C1 ~ N M Y t .~ ~ L 7 c O• p N W O •M L Z W ro +~ Q t H Z a~ O G E>.Nu ro 2 ~ ,-i F c ~ v > E 0 E ~ v } LH 1+W p ~ J O C 4 C N N ~ E O .~ N N •r U U tL ro -M ri b y 1~ UI p W UFCA p W 'A r'1 S1 ry N G •-i O. ~'N ~n Y ~ G O ~ m V YY W F y ~ v E ~ 4 W i w w O W Q C ~ N O i . y N L ro ro y +i N H mEOa N'O N O oOF~c ' H O U N u a•ti a ' •N ^ .C H 0 d E GW V SUi pi p ~ O )r i W W W p ~ Oro 0 N pl N H R a A s ~ N .., .~ .+ y a u -. m u o v1 S~ U 01 w 3 ++ U x N b }1 {I / N .1 C . u ~ 1~ N C a C E E "i a E * N J o w ~o ~.+ v H R - w H a ~ w rn m >,4 m a ~ ti V 3 1 H 1a F '~ T W N ?~ p, ..a ~- A m N x mm ~ w O .~ O N N a .+ .c ~o .~ N w .+ v r ° rou uo a i ~ ~ v .a a .H v Tww mai b b .+ S C aFO ~ b ~ m x'~E mw ~ w ro F1 ai O N N ../ H N m mro 3 v v N - v b N 7 O w~ PO qw N M ~ N N N H ?~ CLN ~ N C w' N b w 4 ~ Ra ro O w N b m .a EFN mw U m F G O .~ E .a o wma mu •M N 1~ W W .-t S v6N~, aN 0 ~ i ~ C o U ~ ~ t ~N b E w Q' M b VH'i~ Na U rt•M O.1 tPN U Y~ W H U N oro ~ m a 0 ro c .C V N•.I NON U .C ~ 4' ~.I •H ~+ G ww i .H Fay 0 a ~ ~' itl " omN c ,a V N 0 b.1 ~ E ro o C ro v N N •.+vmw ++ a T rowwN aui v "H ~ KvN ~ .c 3• w .. mHw vo m ~ ro F A (-I NIi Ci KCN HN~1 F H,L~~.1 N HC w PI N 01 T b ? WWh N m a City of Local;\gcncy Rancho Cucamon^_a Date September L3. 1935 Supplement \n. _ _8 ' ~ Tn Local :lgcncp-Saito Agreement \u. O S - i l_ 0 ER-11 SGL1) Ci h• of Rancho Cucamonga LMar.ss~~ Pursuant to the Federal aid for Emergency Relief Ac4 the attached "Program" of Federal Aid !or Emergency Relief Projrets marked "Exhibit B" is hereby incorporated in that Master Agreement for the Federal-Aid Progrvn which was entered into behceen the above named LOCAL ACEXCS' and the ST.{TE on necemher 5. 1919 and is subject to all of the temts and conditions thereof. The subject program is adopted in accordance with Paragraph 2 of Article II of dte afore- mentioned agreement under authority of City/Qpp)(tp~Resolutions No. approved hL. the Cih• Council,'B1iY~rllDoYSY~}ikJlffiy!bn (See copy attached). Cate: y-~q'8y Approved fur State ~~~ Dum~l p~mcm. of Trm.ge~nanmi City of R n ho monca Lurol dgrnry ``r Atte~%/1~~. - cn7" C -~~,~s~ DisMct -~_ Date 5-~-~Y~ Uopattmcnt of Tr:nupnrtafinn 04.361 tl/all PROCIGL\I OF LOCAL :1CE\CY FEDERAL-AID EJIERCENCY RELIEF PROJECT I\' THE I hereby Cem ly span my own personal knovA Mge Inal for this encunbrnnce. Duagele0 IunOS are available c zz • < A ~co~nl~n,olrl«r s/15,~1ad Gnapter slaiWas Item Fiscal Ycar Vrogram NSV Ulegory Fund Source ^~~ lIJ:S ~uCcj~/ /YS:iS-/ .'Ib .:A. PrJ.sY I( ''7LCC ~../R laki' ,,, y-• m W 4 C l^J O CC d LL W J L ~y 1- C W C W A C J ~p~ >. U 3 -' J V V T u Cf Q u J O_ F- `w W 1 N ca °z n o^o a e L J E w c /I Y 0 V M C O N _ v n v N 0. 1 ~ U b C L `~ T U O c - ~t W N G ti N '„ u U ~' 4 • i V s~~ - r ~ n N J C J T ^A N W N ~ y 3 A J_ O U N W O a+ -r N N v m -~ M -y C a ,q H Y m.~ ~+ C G N U O 4 p O D CI Y C L C ~-~ %• E O ,L N ,{ v O '~ O N ~ U :/l H L •O E u U o~> n p ~ ¢ ~ t . p. 6t N ~+ u O '-+ J O Z J O U C J O D U O 'J G u w 5 H~ 5 x ~ O C 4 U n O y C ~ r.LUG U >CO > O Oo'-+J) tiU?7G 1' V E i C C -~ C G C '-+ C Z u U 5 +^~+E.-~G~O E :J y b.~ ? O U O ., y.r ..~.^ ^ ~ u X54 u=:.tl_. =:JV a ~ c 0 o C N ~ v ~ ~ l e E ~. ui T -oC n U =_ O O .. U O C /~ n U ti O ~ : 7 u --I .-~ . 5. C o y ya~u~- -< ~ :. n,+ V U L 11 11 J U-O ~+C4-+ • Y U n r p N~•i a ..~ V C L J u C ~ O U • U O c U N U O U'~ u G U C U U C U J. C L J U = J 37= i- U L c .o • 'n _ .. m .., - . ~- ~ y J ~ M v% -. O JI u U a~ 7 0 o n L U-+M J JN Gi NJ U 7 ~ U O~\ 4 U^-~L'J u 7 'J '~" = Y .~ =M ] Q L ~ u J n O O Oi 0= C E ti .. c :n «+o :. a T G N L God O>,uw U E O . U ti 'n " U U J 3 'JI 'J "0 ~~U '~. o U L U .N y. p 7 L L G E U G:~ w UJ CE 0 o a c ++_ v n 'J •J .-~ y V .•i E L J C ). U n aaow^c.uoo O O O C y L U E U -0 O. +J .~ .-. ?, m r, cn 6 «-~.. .N p ~ w v fn U 3 U N C .r U ~.+ u ~C4MUH ^:JU C1 C`~'u viC n 0 C-•r O co U :~ 4 N 'C" IJ N -1 L V N C VI ~.^. M a U J U ~•7 O oCV E.+ow O L. a .-1 Cl ~ C •+ U t0 •.~ U ~ O C ~J i0 F E •N O •~ U u c0 U u •N ;~nM U6OCw -~o0q N U S >... , ~ u oo E i. u-iu~ U'JQ UO N ~ N 4 L '.? 3 f. ~ u .•~.r O ~. U '+ O rJ •-+ U u~ 0 4 u O O LUC nuGC •+ - u p N v v "J7 EL L 0.1u U•N b•u~ .LLCUG•a 'p O U •~ C 0 3 E E •-+ ~~n ^O v v •.• ~ a v • Y. U ~I M Ur'O M O u U ~• U U h wJ C ~»U76'C^ i ~N Op~A[: If1N9 ' ^1J 4 NN COY tC C U n ti U O C ~OE.C ~NG~OU a U L u 3 V ~ u G Local Agency Rancho Cucamonga Date October 26, 1983 Supplement No. ~ ~~ ~::~'; ~ / To Local Agency-State J' Agreement No. 8 - 54 20 PROGRA.~f OF LOC.4.L AGENCY FEDERAL•AID SAFETY LYfPROVE'1fE1T PROJECTS IN THE CITY OF RANCHO CUCAhIONGA Loral Agnry Pursuant to the Federal Highway Safep~ Act the attached "Program" of Federal-Aid Projects marked "Exhibit B" is hereby incorporated in that Master Agreement for the Federal-Aid Program which waz entered into beM'een the above named LOCAL AGENCY and the STATE on 12 - 3- 79 ,and is subject to all of the terms and conditions thereof. The subject program is adopted in accordance with Paragraph 2 of Article 11 of the afore- mentioned agreement under authorih' of Cih•/~dGYtlfjF Resolution No. ~~ s'- 3t F approved by the Cih~ Council/Kk]hi(pj•)R~SYbdfQp7(9Cdyy.~(on J o - 7 - F ~- (See rnpy attached). CITY OF RANCHO CUCAMONGA Approved for State urrrr ourna of Tmnrpwranon DisMct 8 Date /Z 2c' R 3 Department of Transportation ou.ar m.n L«aingrnry - - gy L- /,ru~lr Attesir~Z.~.. ////_~~cyL~ v co-.l '~'~~_ r c, _;, ~. f= . I9 F ~ mi I hereby Certily iPOn rtry own personal knowteoge mal Ixregelee lanes ae avanaWe tp In15 MCItllerarlCe. ~ i ~G Q~, / '~/ Aceounlinq OlLCer S o ~q.. Chaplet Slatmes INm ~ Fiscal yur PrggrYn NSU Category Funo SOU¢e _ 'Z 'l~ -i7i . ~~n - ~N.d. 1I t°7~.rT n gl.~ Cti :(x+ n:.. G4-~ F.-~T, r ~I~ 10 h ' a Y ~ • 1 n f > L N Q M Y L N ~ n Q ~ O D 6q q ~ ~ lLr EJ 0 LL `. ~ V N a qt,.l L i LN W ~ a>s LwV LL ~ U L N O fD L~gQI ~ U N b M aYV Y• _ d U m a O a O ~ C q •O ~ J L ^>N ~ Q O m w °° N•r OV OI O L q C q a U U r d O C n a Q 4• EE q L 6' J C L V J O N q 9 n0. • a L O N nvy E q O~ • qY.. U q q C y J OaJ CM OEi n O Y J ' ~ ~ a a J M W 6 ~ aL Y pp q i ML 1 N o ~ Q 4 ~gYQa 0. ~ >.•n W a+ V j ~ L n ~ LL ~ qr L}1 gq 3 6 q O V A O C ~ E E w p A v m o« r N v Q L d 7 W C. ~ d ~ Q M Y L N JJ C a ~ N f` V a r•~ O W _ C M C a N 4~ 6 I 2 ~ LL w as ~ L O L C U r W Y N L .. ^ Q UM W a ~ O v N i L G O 2 ~ V a. C V O a O: OIM n' NNr~OCLOq n F O Tq•- y....L _ ~ ~ n W 6 n 3a+O.Y i ' Q• ~ O V C N Y aaa+a ~ O yE f~• (- J 0 1s~ N+ W dMY LL O W LL n n Y +'f a M a Pw+ O a •r L Ota 4 O U o o C c L L E Olc a O N U ~ •o o anrnr Q•~C O 1' Vl N Y E qr V+ G J ~ y l0 O• 6 10 O L ~•N• C a U U Y N _ >OLr-•C aaC O_ w C ~ W ('! ~ U H w q ~OaU ~_ L m L ~ H Y Y N = ~ l O d W } qM• •N9Q C V C O N a C 1 N q Z C~ MW C•~M ~ O O q q C tl a V L Q C O •~ L Y d N W N 9 q¢ g V O Q EID 0 um >LLa•. J ~ + c qo1.. Woaau_aIc V L g a N O N E g LL< Y Y J d 6' Gl J C 4 Y O C N Z O M. V C • a •I. c •~ a •~ o c e •~ ~^ ' O N g r-~ 7•~I~M Y r q > L E a q C C L M Y • > Et y E E y 6GEOfIU N~ 0I 0 UOI gIQ ^ E ~ a. HY L L. BCAgaV A a O~ a E a r O ~ qqE Y u n i 01 c i ~ ¢ ~O u VgCNN F6E &Q a+ +a n 2 N O N > V Q Y N ~' O C ~ C = C q L ` L d U U O U1 p~ Y a ' O W a N O L O Q J O O O• N M C W Y Y C q L C N U O ~ G9 00 OI >I•I• E '^ > ~ O .c a . >a LUU U O1N Y. 1 °1 ~ ua$ p axma O V LOC O) L L B L I ~ ' Y C O q A Y ~ ~ yp pL y p 1 i4~J4~NL6 Local Agency Rancho f`nramnn na ,;j Supplemen[No. 06 To Local Agency-State Agreement No. 08-5420 Proiecr No. MG-3041 (159) PROGRAM OF LOCAL AGENCY FEDERAL AID URBAN SYSTEM PROTECTS IN THE City of Rancho Cucamonga Local A gency Pursuant to the Federal Aid for Urban Systems Acts, the attached "Program" of Federal Aid Urban System Projects marked "Exhibit B" is hereby incorporated in that Master Agreement for the Federal-Aid Program which was entered into between the above named LOCAL AGENCY and the STATE on December 5. 1979 ,and is subject to all oP the terms and conditions thereof. The subject program is adopted in accordance with Paragraph P o[ Article II of the aforemem tinned agreement under authority of City/SmrtLLycResolution No. ~3--4A approved by the City Council/BiPAYdtBPOFtpL4MfkUth on .S-y -R 4 (See copy attached). Approved fur Stare l~Z%7 GG(/X Disurtr Dueaor of Tnnspananon District _O.g__ S-/p~~3 Citv of Rancho Cucamonga Local Agenry gy rlDe Attest: aerx I herehy Certr(y upon my owm personal Wowledge that badgered funds are available for this encumbrance. C S / (([ , K AccoumingO/liter ~ Ghamer awlas Item Focal Year Program Code Category Fund Source ';i I^c.~. ~~~/~rrt ~~~~~~ ~`~;3 ~'1~C' 1!;'a5 FIF~071~ oun, nvaoi m m_ X w C L U 0 c: G m W G } N q C p~ W L' b W Q~ O k 0 >~ E i~ N ~i U U 7 U u 0 F U S R W N J e 0 0 f u, W J a s C 6 m .m-1 .1 •~i S1 Q v m v N ro ~ N w H 3 c T 4 ~ U U C O C O G ~ mw _ b ry Gt 'H V ~ q N U w U ^+ O H s~~ w Z H z w N C O ~ E ~ O ~ tx o °1 F o w W Z N O ~ O O H H va V Y '^ ° a o u F o Ul 0 Z ti W O N V m ° r ~ N 0 . 1 b W • q ~' O V N C N N W E E N V N ~ MW Ok 'O ° H W UIC W11 b N ,C 7 C > ~/1 C b+ p ~ 1t V O O Q b X ~ . ~ N C O H 'O W W> ~~ U N ~ c ° N N U (h G ?~ k k N A 0 •H N bW AO 1a •NW W H i G N a U u 7 'V L 'O N G 0 ~ U ' y 0 N N FC b H£ m • N ° ~ w H ~ d o m ~ ~ ~ ~ k ~p O W ~~+ U N u G ..~ ~JW ~ H U'. yw v d O N O W ul C 2 4% N W qF H ,O Ww ON k H ?~vi at ,^. A . 1 G . H b W G a~ U > E o~~Nv ~ E v > U H H w O H J O C N ro w •H a k N N E O.i W N.N u u a m ~ ~-+ ro ~ N v ~ v b Wd ~W U Q O N H .H N .i NCti d ~ ~ 3 m o ao u VW O k U G ~0 W k W v E at w v b` H U W .kiw bim0 > v a rn k H H C O O N r C N V N N .tyNU N N ~ ~ U O U W'O O C. > W C U N O k U k ~ d 0 ~Croy ~ N E a~a U C .,i k H .~ W W W m v E O w E .c v v / N>t -~ O N N ~ W W ~./ O 20NUW r n r `v 'v v v v .1 a CI v A C N O N M N N .,{ F O v .{ U 1~ W v 3ro C N h N .+ In a~ E C N G ~ i1 ~ W 7 G W N W .N W O +~ E b N N N ro 2 Q Q 'O H N -I N ?. i T N v v W 3 W N a ' [G W F '-' H N 0+ N m ro W •H G .C £ O w O v -•~ T'O ' ' U W H N O O E v-ti ~•.~ N >,v w Q +~ d ro v -.+ a °i W ro o m ~ N ~ E H C O W / r1 b W W H VI ~-.V ~ N ro O A Y b N d '0O ~ N b > ~ W d 0~ N C N 7y N N H •rl H U W I LT ro a ~ w v ~ v rn r+ q v ,~aG a++ .~ U ~E Eo ti N N N N U I 3 v N d= N Y b+ dN 4 b~ {~ E to U N Ny b E !~ N N n UW-n Hq 0 a 4 NH Si ON U d W rIW HFC G N W F Nro ti U NOH u ,C P FC •.~ •~ rn k W t H V F N G W N N N b~•.1 O ~ ri H ~ W NMFC U W m ~ ~ bb UNrI .-1 •N E N OI W N .N A ~ U N N n y W C W ~ F ~ .IN I .G O q•. i q q7. N [Q ~-1 E W H .~1 •.i H. W H O .1 ~ O~ H X b d W W t( N M V' •.t '. • • City of Local Agency Rancho Cucamonga Supplement \o. - _05.. - _ To Local Agrncy-State Agreenu•nt Kn. ._ OB-5420 Project Sn. _M-MG-R194 {2) PROGRA.Yi OF LOCAL ACEVCl' FEDERAL•AID URB.4\ SYSTE~1 PROJECTS I\ THE CITY OF RANCRq CUCAMONGA LiMaI iu+vn Pursu;urt to the Federal-Aid fnr Orban Systems Acts, lhr attached "Progr;mi • of FederahAid Crbau Scsn•m Projects nuvkt•d "Ezhihit R" is hembc incoprxaled in that \laster :\greement fnr the Federal-:\id Program which seas entered into beM~een the above named LO(:AL :\CE\Cl' and the .S'.dTE nn December 5, 1979- _ -_. • and is sulrjcct to ail of the temu and conditions thereof. The subject pnrarun iz ndnpted in accordance with Pan.~raph 3 of Article II of thr aforemen- tiuned agreenx•nt under nuthnritc of Cih~'OllI0G1Q~ Resobdion Ko. ._82-161 uppmted by tho Cih' CouncilrRrXr1fA16AfC~Yj34iYdfDFff3Lon _SepeeYlblr lSs 1Q82 1 Sec cnpY att.u•hedl. _ CTT_Y OF RANCRO CUCAMONGA Lrcal.{~.u~u By ~. ~t~~<c~.-e n,;ly ndr ~• Approved for Statc• At<5y~%~~1~~,., (tfrt ~ ~- t P D si7lnrt Dnrrhrc'oJ imnrynnaM1mi D Ir DixMct OB Department of Tranaport:rtlnn Date 1 hereby Geruly upon my oWn personal krpWleage Ihal budgeted tunas are ayadable for this encurnMarlce. ~~ 'J ~. ~-L Accounl~.ng Ollicer $n(/+4~[~r' Ghapler St alul ne~~i Pscal Year Program NSU allegory Fuad Source t~l.rt. N m x W ~yy C T LL ~ ~ O O L C7 L L L b ~ c 00 F ~ U N N ? LG U H u ~ c 'i a ~^ P C m 6 u G ~ ~ M M N yr O N N J N L N O. d K e ~ w V ~ o a ro o o C m m ~ z G W ri W Y ~ n ~ 7 a H ~ ~ + yl N N N p rd O N ¢ U cv m H ~ o d' 6 ~ N ro o G ~~ m ~ o c mG c. boC>d N N u . a i v. ~ ES io T H E 3~ N M y N ~ N U N .• V V ~ N ~ 0. 1 TFO O U ~ GI uW' qU N V F 7. O G W .C W v1 m O N O O .-1 7 G N C N t0 Nuaow '" i ~ a a+ + n N C ,~ o y, h m a d N ~ I B E b y N tia Z G o, o v kN W U V ~ 4 y ro s v i W N ~ F ..{ 7 W ~ U W ~ y LOJ~H M ~ V U b ~QLN ] W W O N iZA.N.IC I £ N H N I ~ N ~ ~ H H Y O I, OCH I W •.I d W H ~ I . ~ N N •.i u a m •A i-I ro I V W S W M d O~W a v v ., u .. c .+ a ~ 3 m o .0 U N N 'O W N M W V H N W F~ O M ~ O H H • 41 V Nib NN V N M v£ °oEm WHO N O ~ 4! U 1~ 0 c 7 c N ODUI d•A M ti c,r.H N U N E C .C N b Ol +~Na o u W W W O oroo N .i .~ •C N .~ N T R1 ~ F M H N N W H Ol d b 7 wwn p M N N w tirosa vu N Nw yU 3 N U .I ro N al V N c E C V b.~b 3aN v c 6 a r E a•o ro w v o wa wv u - rou °' mm u~ a N 43N .N N C I !~ H ~ ~ W + ~' V~ W 1~ W x " N N H v ro v w .-1 C .C ~ ~ oroo N N ~.i ~•O .1 N N 1~ U d U N O •.~ W N E. E W •N V•~.1 m a a m v F ay m ro o ~ o ~ w ro c a, o .SAN ao ro w w H N'V .~ N ro v v y m o v o w c v. b• SI E it ro a v d a-- v c N >. ro N N -A N U I O• H a N v G W N 0.7 `- H (. b ~ N N E+~ ro roa w m iro q ti O +~ V a V U .+ arovw .~ s ~w a= v •.+ m a, a N b V N~~ a U ~ V 1 F ma+v C a NJ' Hro O N U •V 01 W V N N ro ° a ro 0 roa o c .C V 41 ~.1 N O H U Y. FC G 'N .M b c Ol +I I •fi A +~ 0 ~ (x V ONN cW U M N ~ •I ~E o ~vvm ro •.i W N V .N N RC ~ W U l i1 ~.1 U N . i ~•i b E W c v ~.1 b U b H N~ N C W ro C CN . C C Ol f.' q E HA~~I b H= W N r+1 d~ J City of Rancho ~':' ~ ~ ~ Local Agency Cucamon~ Supplement No. 4 To Local Agency-0 Ba 5420 Agreement No. ~~ O8-SOd-O-RCUc G ,` Il M RRP-R194 (001) Vineyard Ave. @ ATSF ~ Xing No. 2-98.7 LDCAL :'1GErrcv (-FDF1'AL P.rD $A~FLTY IfPP.OVFN~LT(T PRO.IECTS tr. Tt~ CITY OF RANCHO CUCFVAONGA Local Agency Pursuant to the Federal Nighway Safety Act,~the attached "Program" of Federal Aid Projects narked "Exhibit B" is hereby incorporated in that F+aster Agreement for the Federal-Aid Program _ which YIaS entered iota between the abo.eandmis subjectGto alinof ~" the STATE on December 5 19 _ the terms and con Lions thereo - The subject pro9rar.+ is adopted in accordance with Paragraph 2 of Article II of the aforementioned agreement under authority of ~_, a roved by the City i~: City/Pd(3dX)i P.esnlution No. Ai-61 PP I~ Council/xB8#ty5~0axdxaffx8xptatwxsaav4ton Mav 6 1981 (See coDY attached). I' CZTY OF RANCHO COCAMONGA ~ Local Agency / ,7. l _-r _. ____-. ~~~ Mayor ~ .- - Approved for State Attes ..~ ~ Lauren M. Wasserman, Form DN-OlA-431 (Rev. 3/78) 0 +}' I = o t`+3 0 Vii" ~ n,? ~° +-- is ~',, ~ `'S tt ~? J I :: a '~ ~ Y V 0 a ~~C' - P _.~I `t o U 10 District Departn>ent o Transportation l a ~ v o • b w C >. U N 0 .~ O t E ' N O b ~ j b J + V TUN ~ • ~ O .-~ w'O A ~ y N N O . i a h i . '• d U N V E ~ U m ^J S7 ~ ~ N C pSp~~ uv . O ~.1 'n O -1 d,+0 00 l w O. O d . ~1 A U L N K j c m K "~ N w ro 7 w T W m c rn ¢ N .-I N b U N .-1 L d b C ° n O U (I ~1 N '•i N a~ ~'1 d . 3 .', A (.~~n' ~am v o •~ C .i ro rl .i ..~ N N N ' •-I Y. A d d U ' N V A U O ~ Nw' O'Iw ~ 'I ~ + v ~. i c+u • ~^ Crob3G C Vl '~1 C W N v' o ~ o•.~ v G•~ ro N NxNa v W ~ L ~ U N bIW C N ~ d In dE ro.-1~ C d N'~ H V' O y'S7 N • N •O . d N ro O iz o rnnw~~ k 7 a o E w e c WW room rov C. ` • Q ~ r • ~W N o mm C m U O' as o '^ .'1 d roN C O b ~ O ~ R i .C G q N 0 1 ¢ N N m v m ~..~U aNN N. N ~ ~ H E W tP a ~/ 2 ~ O d £ r ~m N a~ .a q e ¢a a ~• • N N .i O N N ~1 .L w V d O a III C JbG H m N U 1I N d `~ i •• d G O.w ° 0 .•1 N ~ W I N E V FNE d0 ~ 4 uo N i~ c dTA•.1 u NTGQU WGNroiG M C V CC°W d • ~ N N C7dTU ~• d ' TY AlI A UO'OIA ~M O OOC M~ U rnNNC •M d N W ' U• ti d [~ m N N ..1 N Q N N 0 • N N ~ N H W W W N d N~ O • K C u1 d O G q .C U 0~ ~ m G O •.I ro N C rv UG~Kb Z •U C^~~ G U C.ti XNN yti ~ C N N W o .i N N d ro 0 LO Wm V L W W ~ vodrom Z m ~ ~w L W NC ro N A N N o N Q M N V U U 'O . 3 Y 'I' U G C P N/ ~ N'0 N N^ C O rv C 7 N •-I ~+ G G ro .~ N C O c HUN , N '-~ M O~•+ 4. N N N U +~ O U C "i G U E -. N d •A ro d N N ro ,~ > N ro •.~ I O' N O d q ~ O m O Nal p. o U U O.N~- d °` N NN C W ~ uA Q x 7 C A N d c a•.~uvE a d 4 a a ~. RESOLUTION N0. 81-61 p RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, AUTHORIZING THE EXECUTION OF LOCAL AGENCY - STATE AGREE?fENT NO. OB-5420, PROGRAM SLTPLF.yENT N0. 4. ~. WNEREAS, the Ci[y of Rancho Cucamonga wishes to take advantage of Federal funding for [he cons [ruction of the railroad crossing gates on Vineyard Avenue, north of B[h Screet. WHEREAS, said funding requires lementeNoti4nbyfanoauthori zed Slate Agreement No. 08-5420, Program Supp agent. NOW, THEREFORE, BE IT RESOLVED, that [he City Council of the City of Rancho Cucamonga approves the execution of Local Agency -State Agreement No. 08-5420, Program Supplement No. 4~and authorizes and d it ec [s [he Mayor and City Clerk [o execute said agreement on its behalf and transmit co the Slate for processing. PASSED, APPROVED, and ADOPTED this 6th day of~May, 1981. AYES; Frost, Mikels, Palombo, Bridge, Schlosser NOES: None ABSENT: None Philli D. Schlosser, Mayor ATTEST: Lauren M. Wasserman, Cicy Clerk The foregoing instrument is a cor- rect copy o! the original on file in thi; oltica. ATTEST:~iii.~ _ ./'L_, 19~~ LAURi~! td. WAS::~RA.jAN City ,Ctlerk, Ratrcho t:ucamonga, CA T"' I` ~r "~ v 1