Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Art3_Chino_FY13_Transit_Central_8_Comm_Rescind City Response_230915
EUNICE M ULLOA CURTIS BURTON Mayor CHRISTOPHER FLORES MARC LUCIO Council Manbers KAREN C COMSTOCK ' �' DR LINDA REICH Mayor Pro Tern City MMW CITY of CHINO September 15.2023 Carrie Schindler Deputy Executive Director San Bernardino County 1170 West 3rd Street, 2nd Floor San Bernardino,CA 92410-1715 Dear Carrie. I am writing on behalf of the City of Chino to address a regrettable oversight on our part regarding the recent rescission of awarded funds from the Transportation Development Act(TDA)Article 3 Transit Stop Access Improvement Grant Program.On July 11,2013,the City of Chino was awarded funding for the Central Avenue Sidewalk/Access Ramps Improvement Project in the amount of$127,648. Upon reviewing our internal processes, it has come to our attention that the City of Chino should have promptly communicated the necessary updates to the San Bernardino County Transportation Authority(SBCTA). Following the initial award,on April 17,2019,the City was granted a scope of change and extension for a revised December 31,2021 deadline.The change of scope modified the project from the Central Avenue Sidewalk/Access Ramps Improvement Project to the FYI 8/19 Street Rehabilitation Riverside Drive Project. Prior to the December deadline,the project was substantially completing pending punch list items.However,the City was unable to provide SBCTA with reimbursement as the City was still waiting for the final invoice from the contractor. On September 6,2022,the City Council approved a Notice of Completion for the Riverside Drive Rehabilitation Project. Despite the project closing and the filing of the Notice of Completion,the City did not submit a reimbursement request to SBCTA. On June 13,2023, SBCTA notified City of Chino staff members through email that the awarded funding of$127,648 was rescinded after the expiration of funding,over five years of extensions beyond the original three-year deadline,and failure to provide an update regarding the project's progress. The letter provided the City with a thirty-day deadline after the receipt of the notification to appeal the rescission. Due to staffing changes in the City's CIP Program,the notification was not received by the appropriate staff. This transition led to a temporary gap in communication, resulting in an unintentional oversight of the notification,and we deeply regret any inconvenience or confusion this may have caused. In light of the circumstances mentioned,we are committed to taking immediate steps to rectify this situation and kindly request your consideration for the reinstatement of the award funds in the amount of $127,648. We understand the significance of adhering to the stipulated guidelines and timelines,and we genuinely appreciate your understanding and patience as we work together towards resolving this matter as we fill several vacant positions. In addition,supporting documentation is enclosed, including a copy of the approved report by the City Council, a copy of the filed Notice of Completion,a copy of the executed contract for the project construction,and documentation of invoices paid. We are grateful for your continued partnership and understanding,and we look forward to your consideration of our request. Should you have am questions or need further information, please do not hesitate to contact me directly. Best Regards. Michelle Dawson Interim Director of Public Works 909-334-3535 City of Chino 13220 Central Avenue Chino,CA 91710 Enclosure MEMORANDUM CITY OF CHINO PUBLIC WORKS DEPARTMENT COUNCIL MEETING DATE: SEPTEMBER 6, 2022 TO: LINDA REICH, CITY MANAGER FROM: AMER JAKHER, PUBLIC WORKS DIRECTOR SUBJECT: NOTICE OF COMPLETION: RIVERSIDE DRIVE REHABILITATION AND TRAFFIC SIGNAL MODIFCIATION PROJECT (ST183) AND 11TH STREET STORM DRAIN PROJECT (SD211). RECOMMENDATION 1) Accept the Riverside Drive Street Rehabilitation and Traffic Signal Modification Project (ST183) and 11th Street Storm Drain Project (SD211), Sully-Miller Contracting Company, Brea, Ca., Contract No. 2021-026, as complete; 2) release the retention funds following the 35-day lien period: and 3) authorize the Director of Public Works to file the Notice of Completion. FISCAL IMPACT The project was completed within the Council approved established budget for ST183 and SD211. CITY OF CHINO MISSION / VISION / VALUES / STRATEGIC ISSUES: The recommendation detailed above furthers the City's values and strategic issues that serve as key pillars on which identified priorities. goals. and action plans are built, by fostering: • Positive City Image • Responsible Long-Range Planning Revenue. E xpenditure: 5407360-48009-SD211, 3207100-48009-ST183 3277102-48009-ST183 Transfer In: Transfer Out: COUNCIL MEETING DATE. SEPTEMBER 6, 2022 SUBJECT NOTICE OF COMPLETION: RIVERSIDE DRIVE REHABILITATION AND TRAFFIC SIGNAL MODIFCIATION PROJECT (ST183) AND 11TH STREET STORM DRAIN PROJECT (SD211) PAGE 2 BACKGROUND On June 16. 2020, City Council awarded a construction contract to Sully-Miller Contracting Company, Brea. CA, in the amount of $6.197,250 50 for the Riverside Drive Street Rehabilitation and Traffic Signal Modification Project (ST183) and Storm Drain Project- 11th St- Chino Ave to Riverside Dr (SD211) Additionally. the City Council authorized expenditures of up to $619,725.05 for project contingencies. bringing the total construction contract to a not-to- exceed amount of $6,816,975 55 On July 19. 2022. City Council appropriated $19,080.54 from Road Maintenance and Rehabilitation (RMRA) Funds for additional project contingencies. bringing the total construction contract to a not-to-exceed amount of $6,836.056.09 Several change orders were approved and issued over the duration of the project, encompassing a wide scope. This included completed quantity and balancing changes for the construction. The completed work included reconstruction and overlay of the entire street section on Riverside Drive from Central Avenue to Oaks Avenue. pedestrian accessibility improvements including curb ramps, sidewalk, curb, curb and gutter, traffic signal modifications at the intersections of Riverside Drive at Tenth Street, Benson Avenue and Oaks Avenue, and a storm drain segment on 11"' Street from Riverside Drive to Chino Ave, as well as signage and striping improvements All the improvements within the project scope have been successfully constructed. It was noted that some rutting has occurred within the project limits since its completion This is normal for a road heavily traveled by large and heavy trucks The solution is to develop a standard to provide concrete paving where heavy truck loads are anticipated Staff is currently working with the traffic Division to develop and implement said standard going forward. However. it should be noted that this same standard will also be applied to this current project to mitigate any rutting that has occurred. ISSUES/ANALYSIS All work has been completed per the terms of the original contract and successive approved change orders. The following is a brief summary of the final accounting of construction costs for the project Original Construction Contract Amount $6.197,250.50 Contract Change Orders No. 1 - No. 19 $638.805.59 Final Construction Contract Amount $6.836,056.09 Construction Contingency Balance $0 Sully-Miller Contracting Company. Brea. CA, has complied with the terms of the contract. A Notice of Completion has been prepared for filing with the San Bernardino County Recorder's Office. The retention funds will be released following the 35-day lien period Attachment: Notice of Completion - Projects ST183 & SD211 Recorded In Official Records RECORDING REQUESTED BY San Bernardino County City of Chino Office of the Assessor-Recorder-Clerk Public Works Department P.O. Box 667 DOC# 2022-0309360 Chino, CA 91708 09/09/2022 Titles: 1 Pages 1 AND WHEN RECORDED MAIL TO 01:25 PM City Clerk SAN Fees S26 00 City Of Chino Taxes $0 00B9246 CA SB2 Fee $75.00 P.O. Box 667 Total $101.00 Chino, CA 91708-0667 SPACE ABOVE THIS LINE FOR RECORDER'S USE NOTICE OF COMPLETION CITY OF CHINO, COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is ___ _ City of Chino _ 3. The full address of the undersigned is 13220 Central Avenue, Chino, CA 91710 4. The nature of the title of the undersigned is: In fee _ (If other than fee,strike"In fee"and insert,for example, "purchaser under contract of purchase"or"lessee") 5. The full names and furl addresses of all persons, if any, who hold title with the undersignec are: Names Addresses N/A_ N/A 6. The names of the predecessors in interest of the undersigned, if the property was transferred subsequent to the commencement of the work of improvement herein referred to.- Names Addresses _ N/A _ NIA (If no transfer made,Insert"none") 7. A work of improvement on the property hereinafter described was completed on June 24, 2022 8. The name of the contractor, if any, for such work of improvement was: Sully-Miller Contracting Company_ _ (If no contractor for work of Improvement as a whole,Insert"none") 9. The property on which said work of improvement was completed is in the City of Chino. County of San Bernardino, State of California, and is described as follows: Riverside Drive Street Rehabilitation and Traffic Signal Modification Project(ST183) and 11th Street Storm Drain Project (SD211) 10. The street address of said property is Riverside Drive from Central Avenue to Oaks Avenue and 11th Street from Riverside Drive to Chino Avenue, at CittLr of Chino (If no root address has been officially assigned,Insert"none") SIGNATURE OF OWNER NAMED IN PARAGRAPH 2: DATE: 03,UC'2U22 Amer Jakher,Director of Public Works CERTIFICATION FOR NOTICE OF COMPLETION STATE OF CALIFORNIA ) COUNTY OF SAN BERNARDINO )ss CITY OF CHINO ) I HEREBY CERTIFY that I am the Assistant City Manager for the City of Chino. I have read the foregoing Notice of Completion and know the contents thereof,and I certify that the same is true of my own knowledge. I declare malty of pequry,t at a foregoing is true and correct Executed or,September 6.2022,at City cf Chino,California II Amer Jakher ',Director of Public Works T� Contract No.:_ZoZ / - 9_Zfp_ Approved: AGREEMENT FY 2018-19 Street Rehabilitation and TSM - Riverside Drive, 11" Street Storm Drain- Chino Avenue to Riverside Drive (Project No. ST-183, SD-211) THIS AGREEMENT is made and entered into this W1 day of June, 2020 by and between THE CITY OF CHINO, a municipal corporation, hereinafter called "City", and Sully-Miller Contracting Company, hereinafter called "Contractor". WITNESSETH, that the parties hereto mutually agree as follows ARTICLE I: For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by City, Contractor agrees to perform and complete all of the work for the project entitled FY 2018-19 Street Rehabilitation and TSM - Riverside Drive, 111" Street Storm Drain- Chino Avenue to Riverside Drive (Project No. ST - 183, SD-211) in a good and workmanlike manner in accordance with all plans and specifications therefor, to furnish at Contractor's sole cost and expense all tools, equipment, labor, and materials necessary therefor, except such materials and equipment as are expressly stipulated to be furnished by City, and to do everything required by the Contract Documents. ARTICLE II: Contractor shall be responsible for furnishing all labor, materials, equipment, tools, and services, furnishing and removing all plants, temporary structures, tools, and equipment, and doing everything required by this Agreement and by the Contract Documents. Contractor shall also be responsible for all losses and damages arising out of the performance of the Work, from the action of the elements, or from any unforeseen difficutties that may arise during the prosecution of the Work until its acceptance by City, for all risks of every description associated with the Work; and for all expenses resulting from the suspension or discontinuance of the Work. City shall pay Contractor, and Contractor shall receive, for completing the Work in accordance with the requirements of the Contract Documents and in full compensation therefor, the price named in the Bid Proposal. Subject to any additions or deductions that may be made by change order or amendment, and any penalties or damages that may be assessed against Contractor, Contractor shall receive a total contract amount of Six Million One Hundred Ninety- Seven Thousand Two Hundred Fifty and 50/100 Dollars and ($6,197.250.50) for completion of the contract work. ARTICLE III: The City hereby employs said Contractor to perform the work according to the terms of this Agreement for the above-mentioned price(s), and agrees to pay the same at the time, in the manner, and upon the conditions stipulated in the Contract Documents; and the said parties for themselves, their heirs, executors, administrators, successors and assignees, do hereby agree to the full performance of the covenants herein contained. ARTICLE IV: Contractor shall begin work within fifty-five (55) calendar days after receiving a Notice to Proceed from the City and the work shall be completed within one hundred and twenty (120) working days. If the work is not completed within said time period, liquidated damages shall apply. 1 ARTICLE V: The Notice Inviting Bids, the Summary of Work, the Instructions to Bidders, the Bid Documents, the Required Post-Bid Documents, the General Provisions, the Special Provisions, the Technical Specifications, and all other drawing, plans, or specifications for the Work (collectively, "Contract Documents") are hereby incorporated into and made part of this Agreement ARTICLE VI: Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss. damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with Contractor's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. Should conflict of interest principles preclude a single legal counsel from representing both City and Contractor, or should City otherwise find Contractor's legal counsel unacceptable, then Contractor shall reimburse the City its costs of defense. including without limitation reasonable attorneys' fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor's negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. ARTICLE VII: No officer or employee of the City shall have any financial interest in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects his financial interest or the financial interest of any corporation, partnership or association in which he is interested, in violation of any State statute or regulation. Similarly, Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. ARTICLE VIII: This Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of San Bernardino, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in the County of San Bernardino, State of California. ARTICLE IX: Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Contractor shall not constitute a waiver of any of the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. ARTICLE X: No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 2 ARTICLE XI: The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. ARTICLE XII: In the course of its work under this Agreement, the Contractor, its agents and employees shall be bound by and comply with all applicable federal, state and local laws and requirements. ARTICLE XIII: The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. (SIGNATURES ON FOLLOWING PAGE] IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on the day and year first above written. Approved as to Form. Approved as to Conte City Attorney Amer Jakher, P. E. Director of Public Works Department SULL CONTRACTING COMPANY: Dated: JUNE 3, 2020 By. (Signature) Name: CURTIS WELTZ (Please Type or Print Name) (Signature must be notarized) Title ASSISTANT SECRETARY _ (Please Type or Print Title) CITY OF CHINO Dated: 1J,Mo- leat'., - Matthew C. Ballantyn6 City Manager ATTEST: Angela bles, City Clerk 4 DocuSign Envelope ID.CC86E414-BB7A-404C-AA38-9A1BB43F6313 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executea on the day and year first above written Approved as to Form: Approved as to Conte DoeuBgned by City Attorney Amer Jakher, P. E. Director of Public Works Department SULL t CONTRACTING COMPANY: I Dated: JUNE 3, 2020 _ EY `� _ (Signature) Name. CURTIS WELTZ (Please Type or Print Name) (Signature must be notarized) Title. —ASSISTANT SECRETARY_ - (Please 7ype orPnnt T#19) CITY OF CHINO Dated: Matthew C. Ballantyne, City Manager ATTEST: Angela Robles, City Clerk 1 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 .srs�rescc�,���r�c:cc��rcrcr„cr,�„cc,�:ecr�rcrrr. FA notary public or other officer completing this certificate verifies only the identity of the individual who signed the 1�ocument to which this certificate is attached,and not the truthfulness, accuracy,or validity of that document te of California ) County of Orange - ) On _ June 5, 2020 before me, __ M. Sykes, Notary PPjc Date Here Insert Name and Title of the Officer personally appeared _ _ Curtis Weitz Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Y M. SYKES COMM #2164981 > Signature W _ NOTARY PUBLIC•CALIFORNIA s a ORANGE COUNTY Signature o otary Public MyCommns+onEsp rsOct 15 2020 J M. Sykes, otary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Agreement Document Date: _ June 3, 2020 Number of Pages: - 1 - Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Curtis Weitz _ Signer's Name:- X Corporate Officer — Title(s): Assistant Secretary Corporate Officer — Title(s): Partner — : : Limited General : Partner — . i Limited -_1 General Individual I. I Attorney in Fact i Individual E Attorney in Fact I Trustee I I Guardian or Conservator I Trustee ❑Guardian or Conservator 1 1 Other: F I Other: Signer Is Representing: Sully-Miller Contracting Signer Is Representing: --- Company -- -- -- - - - mosses ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 8 8 N � o , o Ecd ,n a P. r: W a N N � V► 8 O C � � J1 V_ G C Q C O O E L+ 5 a N LL N N n E K N DD N a E O N 7 Z Q Q V T Q O LL C _« c E N d C 10 N M O 7 M N 0 O d c N o o ' E N N Go d � K _ _u Y O \ ^ d 3 O C a LL O 7 O O o0 O O N d c E cn a E o n i a+ a 14 r H rr N U N N c u E v a Z n _ o O N T N m v c c E E A en m 61 Z C V C t Q C W 37 _ Q > f j O 7 41 N N V 1N 0 c C C ,LL C T A A Q O O V & d c Z. 2 O a N O C H L N o a d o U � K Y 1 O c 0 A O Y ; a _ M Q N E a `� d c � — a � v Q v ar d ¢ d c u o ., u \ — � � d o E d > O. LL City of Chino.Chino,CA 91710 PAGE:1 OF 1 CHECK NUMBER 00754442 INVOICE DATE INVOICE NUMBER DESCRIPTION DISCOUNT INVOICE AMOUNT 01/31/2021 4 ST183/SD211 -STREET REHAB AND STORM DRAIN CONST $845.991 01 GLM 3217180-48005 S127.648.00 GL#:3227190-48005 S38.950 00 GLS:3277102-48005 $183.781.85 130:5407360-48005 S495.611.16 VENDOR ••• NAME CHECK NUMBER CHECK DATE CHECK AMOUNT SULLY-MILLER CONTRACTING 154"2 0125,202 S845,991 01 o If C CITY OF CHINO Vendor Number Check Number Check Date G O 13220 CENTRAL AVE 21783 754442 02/2512021 CHINO,CA 91710 t (909)334-3348/(909)334-3311 �• ap(@dtyofchino.org '••Eight Hundred Forty-five Thousand Nine Hundred Ninety-one Dodars and 01 Cents— ***$845,991.01**� Pay To the Order O/ SULLY-MILLER CONTRACTING FILE COPY 135 S STATE COLLEGE BLVD #400 BREA, CA 92821-5823 NON -NEGOTIABLE O o vi w� �° w tC ri o ui o ro 1° N h m N r N r �( m co O N eh 0Q Q1 N Q m (O(yy to �d1 v� dA N ` N tA v a N Co ,gyp N I c v c d9 � 37 M A ECL r co cc C.) ap' 'n �� Off" 0 n (�D spy V7 to o� � t 34 6'3.M),�► o Co N m 3 3 X } • V J J J LL i i U 3 » .°. 3 » 2 w`� 4` °coo` • / � ' > > > ° oo H �... .� � � c F c c E a� o Val z in o z in tv o V- IA I J a � Fm a O u D C a u O c O _ 33 p c d 1~GA m w 4 d 6 Ev ° as Q CD LL N s- r a w Q n ° c 00 a $ a E o U L L3 O m Cm o m v7 O E m N : b' ci Z w a m z to in C o o O 0 c c U r C � T 2 V Q y O Z Z ' U p C �c _ So aa� m c C a g a W > a m o 2 Co Z V e O • 3 • a m 5 ° N qq a a Z 7 � � m C o C o V Q o c t ee N (n c oo O og $ „ > > EE C O N pv N Q w ° O m ° O PF' y 8 n �cO+ E c Cy° � m > uQ� Q ° y D 9 �p � Y d D Q c0 Q G u m u� C N� U W U Y x 8 cp r, C O Q L V m m 6 7 > > c 0 n ap n � o o O m a u • pcp O o c c & _m c + 2 n z } v m V `c m K O C p £ d O Q o c r E i W t o � L o E �» ! = c o c m m U 4- m U f- a E U J 2 0 �? 2 U a 1- ► ro m Z m 0 4 as 8 8o s 8 r o 8 S u s a H si a $ e12 s „ e = s k VR'Ve s a n881 S 8SS � 8 SE m e 3 nix �s o = e rf N $ J � 8 ^o S S 8 8 8 888888 8 $ S8S 88 8 8 u 9a' a ` ` ` i eN �e re ar re ye a x 8 8 a� x � d o � . ors ooBS � S 8 n8r= � 8 `� o a o e e d R a � eoe 8 8 O ^ N 8 8 8 $ 8 USSS 8 *$ s s a u Pt an $ aa si a w5tasa a a O t 8 Q N N J n n -. N N N W J J J 1� Yl Yf Jl N N N N Oo a iL. a a^ v $ v 8 8 8 8 8 S 8 8 -� x ^ » « » Y Eggs S N 8 51 2 X ., o _ N e $ 88 8 H 8 8 8 $ 8 $ r{ 8 $ 8 $ 8 $ $ 8888 8 S s o 8 88 8 8 v 8 XqYlas ;2888 8 9 IS1 8 » A 8 8 8 RRBFITx � St3 SRg J $ R o is i s 6 � E � u figs s ° 3 'Re" a m �L i fi v :• 8 2 � E a 6 F g # dvt 8 CC g� a asp a o � y lot P a isoz 666dddod � g 14 P K 7 � o r R 8 } iz x x � o a $ a 8 8 8 8 8 8 $ 8 s W Jr-x z 0 a I o s R � • 8 r S 8 a o _ c o a R s a a a s o cIA 8 R 8 "' ey ff a 8 o S ."- "' ii u _' m sS R R K $ g K 4 (►E a Ng �� �N �g IA S g Si I1 �� 6 a d yak ejbf. � 1C XY XA �33 i�'d � g ku 7C7d sB So a S E �7 g � •� ° � e fi d � � x - C3 • d g t � ui �i h w n •n uLLi �vS �Jf y1 �J W � v5 uS � � � � � uS � uS N � � � E = osS o e e e o o e „ s 9 S S 8 _ o � f e 8 8 8 8 8 8 8 8 8 t3 8 8 8 8 B 8 888 88888 8 88e 8 S 8 8 8 g a a s a a R a ass $ 3aaaa s as si $ a s a S x s: s = & 9 8 8 8 8 8 8 $ S S v I. S 4 S o a 8 8Al! R q8 8 8 C $ M e o .o d o 0 8 e o • g o a d o 0 2 L a o o e e e 8 S 8 19 8 8 8 gifts 8 8 8 8 8 8 8 8 • ` � a g s s sagas a ssoa g 0 0 0 0 0 0 0 0 0 o e 3 p p 8 S R O o ass %Ss,%s S a S a a .2 - C So 8 8 8 aBe R Bass - S S o spa s a s h g ass sssa s s g o � •� � � $ R e R R g g g g g R t- :.yt:E q - d R n 8 a R g8a 8 88888 8 Sees 8 8 —8 N J W J W W W W W W W W t 6 J I - i �• O_ O r3 O O R n a p o O IT I I G u ■ o S T t � laid p S QE - 8 F n Y �, T, 77 11*111 K 0 M S b ,ri a a s yq s s s sss o a s a 8 u S e $ 8 0 8 $ e3b e e S N W pW p� J J W W p W pJ p� J JI m Y O O 10 C 9, 919 s E e � 3 8 8 p o 0 o c 8 8 s x a co s o o a ` � 8 a » N :g N Ns » F ~ N cl c � 3 p pp pN pp cyJ p u of 0 3 S u s 3 c 9 6 '2 oilg v R 9 o ��s ryryry jqf 9 0 � y 8S 3 e'c i I i CC F. 8 aS � f p ens: e m ip p p p p p p pp p p 44 Z O O O O O O 8 V O S O • - O O O � _ O O iY j � m a » o a a si si L x - 2 c Y 8 o S 8 8 8 8 8 8 $ $ 3 e � v e a 8 8 - $ r E 8 s $ e a $ ^ a $ S s a $ s $ S s s s s $ -79 d o e e S S g .c ^ � o f r r g e yy G a x z R » » » do 8 e 19 9 8 8 8 8 8 8 a 8 if 31 u c ti x Y o W . < S W yo2Fg RgS �^i ar F 32 E31 A g i; 4 01 5 Fu�i R Pie p r gd � i �� e .! z $s _ $ _ a s a r _ 2 ! � § a § ( § ! § \ § | � w = 2 = e S • � � ! m ( § I ■ ■ � # IS # t f ; ; � . a a ■ � l � � � � k ! ! \ } t - 4 ! 6 6 | � � � � ! ■ ( § % � & # % - % | Li - a | _ | Zkk � |f ,!! ! 7 � �* �t� ! � ■ ■! B �k 2) '2; � -mk ` � | F •ƒ22 (� ! ■ I |} �I] | §�A �i2 `��k § | ■ B ��� -, , ; # � - �` ! � »£!� ! � 2 � .#�k , k | !$` � �`■ ;3� ) «,a! - ■ | ¥ ! � - � , �* , §@ ! ■ «§ , � ■!a � - ■ - �!� ;_ &� §! ■ 72~ � | � | I!! � | ` �| - !! \ kt$ ■f��k; � |� ■ ,,, f$fl� Kt ��,!&� !{ � B |7 )!; �)2; a ��.!! ■ !lt ` -k®!|� � ��= ■$ tk ! ! 2! ■ �ka9 | � !� ,!6 ! � �) � :2 -M& A 0 !.; lsl! �R � � ■�� )�§��z} s I & / R f ) / § } § _ ° w § � � ` k � � ! 7 ! g a \ \ | - § |d ; ! a � 2 ; ■ _ ! a � ? � § x, k � . | / 2 � ! k � � ~ ■ , © ! ■ 2 / s k it ; : a ! Ik$ k�k !$` � ! A k � �!I PROGRESS BILLING Sully-Miller Contracting Company 10066191 City Of Chino Invoice- 2110941 135 S.State College Blvd,Sre 400 13220 Central Avc. Mile t/29R 1 f�� _. Brea,CA 92821 China.C A 91710 Pagc. I of 4 SUII.IY'1v111.1.ER 714-578-9600 Our lob: 10232420 CONTRAcnNG CO. Project Stanger. Downey,Gary D contract: Chino.FY 2018-19 Sheet Rehab Fstimatc 4: 4 Pcnod• To 1/26/2021 Fstimatc Darc: 1/26/2021 Contract This Eslimale To Dale Rem Description City UM Unit Price Amount Qty Amount oN Amount 1 Mobilization(Not to Exceed 5% 1.00 LS 310.000.00 310.000.00 0.95 294,500.00 2 Construction Survey and resett 1.00 LS 63,000.00 63,000.00 0.50 31.500.00 3 Water Pollution Control Plan a 1.00 LS 40.000.00 40,000.00 0.15 6,000.00 0.60 24,000.00 4 Traffic Control Plans(SCH A&B 1.00 LS 22,000.00 22,000.00 1.00 22,000.00 5 Implement City ApprvTC Plans(S 1.00 LS 126.000.00 126.000.00 0.15 18.900.00 0.60 75,600.00 6 RemUspose AC max 6 depth 14.600.0 SF 1.15 16.790.00 2,809.00 3,230.35 0 7 Rem/Dispose CAB Variable Dept 14.600.0 SF 1.70 24.820.00 0 8 Rem/Dispose of Ex Cori ft 4 11.900.0 SF 3.00 35,700.00 3,615.00 10,845.00 6.869.00 20.607.00 0 9 ReMDispose of Ex PCC Curb and 1.190.00 LF 16.25 19.337.50 297.00 4,826.25 625.00 10.156.25 10 RemiDispose of Exist PCC Curb 1.130.00 LF 7.40 8,362.00 192.00 1.420.80 440.00 3.256.00 11 RenvUspose of Exist PCC Cross 4.400.00 SF 6.10 26.840.00 869.00 5.300.90 3,457.00 21,087.70 12 RerrMspose of Exist Landscape 4.190.00 SF 2.05 8,589.50 3,774.00 7.736.70 4.375.00 8.968.75 13 Rem/Dispose Exist PCC Retalnln 300.00 LF 18.75 5.625.00 95.00 1,781.25 201.00 3.768.75 14 RemlDispow Exist Wheel Stop 3.00 EA 200.00 600.00 15 Rerri/Dispose Exist PCC/AB Ribbo 74.00 LF 33.00 2,442.00 16 Reml[Xspose of Existing Block 119.00 LF 60.00 7.140.00 10.00 600.00 61.00 3.660.00 17 Rem/Dispose o1 Extolling Catch 1.00 LS 3.100.00 3,100.00 1.00 3.100.00 1.00 3.100.00 18 Cold Mill AC Pavement 3 Below 174,800. SF 0.65 113,620.00 00 19 Grind Sidewalk to 2%Max Slope 50.00 SF 86.50 3,275.00 20 RenUDispose of 6 AC 105.520. SF 1.00 105.520.00 2.856.00 2A56.00 2.855.00 2,856.00 00 21 RemlDispose of 8 AB 105,520. SF 2.25 237,420.00 00 22 Rem/Dispose of Exist AC or PCC 1,520.00 SF 5.35 8.132.00 1.774.00 9,490.90 1.774.00 1 9.490.90 23 Rem/Dispose of Exist Buried Cc 7.270.00 SF 4.40 31.968.00 24 Rem Chain Link Fence.Salvage 1.00 LS 14.000.00 14.000.00 0.50 7.000.00 0.50 1,000.00 25 F/I Cast in Place Truncated Do 1,100.00 SF 1 51.00 56.100.00 158.00 1 8,058.00 168.00 8.058.00 26 4 PCC Sidewalk per Plan and C 13.500.0 SF 11.90 160.650.00 4.455.00 53.014.50 4.465.00 53.014.50 0 27 8 PCC Pavement(over compacts 2.690.00 SF 18.25 49,092.50 544.00 9,928.00 2.522.00 46,026.50 28 8 PCC Pavement-Class 560 C 730.00 SF 19.00 13.870.00 29 8 PCC Alley Crossing-Class 200.00 SF 18.50 3,700.00 30 Construct 8 PCC 1.320.00 SF 16.50 21,780.00 1.131.00 18.661.50 1.131.00 18,661.50 31 a Thick PCC Cross Cutter-Cl 4,650.00 SF 21.25 98.812.50 Z443.00 51.913.75 3,233.00 65.701.25 32 8 Thick PCC Ribbon Gutter-C 36.00 LF 110.00 3.960.00 33 PCC Curb and Gutter-C1sss 56 1.420.00 LF 36.25 5I A75.00 305.00 11.056.25 591.00 21.423.75 34 PCC Club-Class 560 C 3250 co 1.000.00 LF 35.25 35.250.00 196.t30 6.909.00 196.00 6.909.00 35 Type C Curb-Class 560 C 3250 30.00 LF 110.00 3,300.00 36 Curb Transition-Class 560 C 20.00 LF 73.00 1,460.00 20.00 1,460.00 20.00 1,460.00 37 6 PCC Curb and Gutter per SPP 260.00 LF 61.00 13,260.00 95.00 4,845.00 95.00 4,845.00 38 Variable Height PCC Retaining 1,830.00 LF 31.00 66.730.00 434.00 1 13.454.00 434.00 13.454.00 39 Unclassifired Excavation 1,000.00 CY 18.00 18,000.00 313.00 5.634.00 566.00 10.188.00 40 Import/Export(and disposal o 1.000.00 CY 43.75 43.750.00 392.00 17,150.00 645.00 28,218.75 41 Subgrade prep Pavement(includ 125,600. SF 0.45 56,520.00 8.705.00 3.917.25 16,984.00 7,842 80 00 PROGRESS BILLING Suny-Miner ConLrcang Company 10066191 City Of Chino Invoice: 2110941 135 S.Star College Blvd,Ste 400 13220 Central Ave. Date: 129121 Brea.CA 92821 Chino,CA 91710 Page. 2 of 4 CONTRACITNG Co. SULLY-MILLER 714-578-9600 Ou Job. 10232420 Project Manager. Downey,Clary 1) Contraef: Chino,FY 2018-19 Street Rehab Estimate#: 4 Period To 1126l2021 Estimate Datc 1126.12021 Contract This Estimate To Date Item Descriptor City UM Unit Price Amount City Amount City Amount 42 Subgrade Prep Driveway 2.080.00 SF 2.60 5.408.00 1293.00 3.361.80 1,293.00 3.361.80 Pavemen 43 Subgrade Prep Sidewalk(Indud 14.600.0 SF 250 36.500.00 2.170.00 5.425.00 3.785.00 9.462.50 0 44 8 CAB Untreated Base-Pvmnt 108,320. SF 1.65 167,8%.00 2.311.00 3.582.05 2,311.00 3.582.05 00 45 8 CAB Untreated Base-Ac Slot 3.070.00 SF 520 15.964.00 937.00 4.872.40 2.009.00 13,566.80 48 6 CAB Untreated Base 9,850.00 SF 1.95 19,207.50 5.052.00 9.951.40 11,260.00 21.957.00 47 4 CAB Untreated Base 1.710.00 SF 4.25 7,267.50 48 5 CAB Untreated Base(void Er 7.270.00 SF 2.55 18.538.50 49 4 Minimum AC Overlay with 3/4 174,800. SF 1.90 332.120.00 00 50 4 AC Driveway to Match Exist 560.00 SF 7.60 4.200.00 51 6 AC Pavement(over CAB)with 108,320. SF 3.05 330,376.00 5,815.00 20.788.80 6.816.00 20,788.80 00 52 Full Depth AC (6 Max) 3.070.00 SF 5.40 15,578.00 008.00 4.903.20 908.00 4.903.20 53 3 Mfn AC Pavement(over CAB) 1.710.00 SF 3.20 5.472.00 54 Cobble Rock Surfacing per Deta 1.120.00 SF 18.50 20.720.00 55 2 x 6 Redwood Header per City 23.00 LF 38.50 885.50 56 Rem/Relocate Bollard per Detai 9.00 EA 1.400.00 12.600.00 57 Const Catch Basin Top Slab Fa 1.00 LS 1 7,600.00 7.600.00 1.00 7.600.00 1.00 7,600.00 58 Double Adj SSMH to Final Grade 20.00 EA 1.500.00 30.000 00 59 Double Adj SDMH to Final Grade 8.00 EA 1,500.00 12.000.00 60 Coor0nale Adjust TEL MH with 4.00 EA 300.00 1.200.00 61 Adjust V1N to Final Grade 73.00 EA 900.00 65.700.00 62 Adjust WM to Final Grade 4.00 EA 900.00 3.600.00 53 RemfSalvage Fire Hydrant to Ci 5.00 EA 12.000.00 60.000.00 64 Coordinate Adjust Gas Faalit 6.00 EA 190.00 1.140,00 65 Coordinate Adjust Gas Meter w 3.00 EA 400.00 1.200.00 66 Curb Drain per SPPWC Std Dwg 1 15.00 LF 300.00 4,500.00 15.00 4,500.00 15.00 4.500.00 67 Rem/replace Electrical Box to 1.00 EA 1.000.00 1.000.00 68 RemfReplace Gate Trade Motor 1.00 LS 55,000.00 55.000.00 0.50 27.500.00 0.50 27,50D.00 69 RemlRelocate Gate Track Moro 1.00 LS 28,000.00 26.000.00 70 F/I New Chain Link Fence and P 1.00 LS 13,000.00 13,000.D0 71 Rem Section of Existing Barrie 1.00 LS 4.000.00 4,000.00 72 Replace LandscapingArrigaton 2,520.00 SF 29.25 73.710.00 1.581.00 46,244.25 1.581.00 40.244.25 73 RentMelocate Ex Gas Handhole a 2.00 EA 1,600.00 3,200.00 74 RenVRelocale Ex Gas Meter and 1.00 EA 5,500.00 5,500.00 75 RemlRelocale Ex Wafer Meter an 3.00 EA 6,300.00 16,900.00 76 Rem/Relocale Decorative Busin 1.00 LS 12,000.00 12.000.00 77 Provide concrete Wheel Stops 3.00 EA 110.00 330.00 18 Stucco side of Bldg after adj 1.00 LS 8,500.00 8,500.00 79 Design shonng(by a Clvif Engr 1.00 LS 29.000.00 29.000.00 1.00 29.000.W 80 Remove ex striping install ne 1.00 1 LS J 36.00 36.00 81 Signs and posts per Traffic St 85.00 1 EA 1 170.00 14.450.00 PROGRFSS HILLING Sully-'Hiller Contracting Company I U066191 City Of Chino Invacc. 2110941 nim 135 S State College Bled,Ste 400 13220 Ccatral Ave. Date I/2921 &ra,CA 92921 Chino,CA 91710 Page: 3 of 4 SULLY-MII 1 ER 114-578-9600 Our Job: 10232420 CONT Acnm; CO. Project Mamger. Downey,Gary D Contract:: Chino,FY 2018-19 Sucei Rehab Estimate p 4 Pcnod: To IR6111--021 Estimate Date. 1/26R021 Contract This Estimate To Date Item Descrpbon Oty UM Unit Pnce Amount Qty Amount City Amount 82 Relocate sign on new post per 15.00 EA 94.50 1.417.50 83 Rem/dispose of ex signs and po 20.00 EA 11.15 223.00 8.00 89.20 8.00 8920 84 Traffic Signal Mod-Riverside/1 1.00 LS 350,00.00 350,000.00 85 Traffic Signal Mod-RiversidelB 100 LS 340,000.00 340.000.00 86 Traffic Signal Mod-Riverside/O 1.00 LS 341,000.00 341.000.00 87 TempTraffic Signal Poles Over 1.00 LS 17,000.00 11,000.00 86 Adjust to grade Fiber Optic va 1.00 LS 22.000.00 22.000.00 89 Ttraffic signal loops&stub o 6.00 EA 900.00 5.400.00 90 REM Pt UG TO CONNECT NEW 2.00 EA 2,80000 5.600.00 1.00 2,800.00 RCP 91 REM INTERFERRING 24 RCP 1.00 LS 4,500.00 4,500.00 1.00 4,500.00 1.00 4.500.00 CONNE 92 SEAL RCP OUTLET/PLUG 45 1.00 LS 3.700.00 3.700.00 100 3.700.00 1.00 3.700.00 RCP 93 REM CONFLICT ABANDON 1.00 LS 2,900.00 2,900.00 1.00 2,900.00 1.00 2.900.00 WATERLINE 94 60 RCP TRENC&RDWY 2,904.00 LF 500.00 1.452,000.0 460.00 230,000.00 2.904.00 1.452,000.00 REPAIR 0 95 57 RCP TRENCH S RDWY 40.00 LF 800.00 32.000.00 40.00 32,000.00 40.00 32.000.00 REPAIR 96 24 RCP CONNCTOR-TRENCH 8 52.00 LF 700.00 36.400.00 28.00 19.600.00 52.00 36.400.00 ROWY 97 JUNCTION STRUCTURE 24 TO 1.00 EA 3,700.00 3,700.00 1.00 3.700.00 60 98 MANHOLE PER SPPWC STD 6.00 EA 13.000.00 78.000.00 2.00 26,000 CO 6.00 78,000 00 320-2 99 JUNCTION STRUCTURE 24 TO 1.00 EA 3,700.00 3.700.00 1.00 3.700.00 1.00 3,700.00 57 R 100 24 CONNECTOR TO EX CATCH 1.00 EA 1,3C0.00 1.300.00 1.00 1.300.00 1.00 1,300.00 BASI 101 PCC COLAR 24 CONNCECTOR 1.00 EA 800.00 800.00 1.00 800.00 1.00 800.00 PIPES 102 POTHOLE UTILITIES B8.00 EA 300.00 26.400.00 3.00 900.00 45.00 13.500.00 103 REMfRELOCATE GATEIMOTOR 1.00 LS 17.000 00 17.000.00 OPENNE 104 DEMO HARDSCAPE AT NEW 1.00 LS 3.100,00 3,100.00 1.00 3.100.00 1.00 3.100.00 CATCH BA 105 CATCH BASIN STD 300.3 W=21 3.00 EA 20,000.00 60.000.00 3.00 60,000.00 V=6 106 LOCAL DEPRESSION STD 313-3 3.00 EA 1,20000 3,600.00 100 1.200.00 3.00 3,600.00 107 24 RCP TRENC14 8 RDWY 30.00 LF 17000 5,100.00 30.00 5.10000 30.00 5.100.00 REPAIR 108 JUNCTION STRUCTURE 24 3.00 EA 3.700.00 11.100.00 1.00 3,700.00 3.00 11.100.00 RCP TO CCO1 Rev.Storm Drain Imp.: Dela 1 1.00 LS 26,460.00 1 26.460.00 1.00 26.460.00 1.00 26.460.00 CCO2 Addil R&R Within Trench Sect 5.814.00 SF 9.59 55,756.26 5.814.00 55.75626 CC03 Provide Glue-Down Delineators 1.00 LS 19,952.35 19.952.35 1.00 19,952.35 1.00 19,952.35 CCO4 Additional Chain Link Fence 1_00 LS 6.594.29 6.594.29 CCO5 18*RCP Lateral at 11th 6 B St 1.00 LS 16,150.00 16.150.00 0.75 12.112.50 0.75 12.112.50 CC06 Defay Due to City's Repair 1.00 LS 29,260.61 29.260.61 1.00 29.260.61 1.00 29,260.61 CC07 I Fiber COnduit Installation 1.00 LS 39.654.24 39,654.24 1.00 39,654.24 1.00 39,654.24 PROGRESS BILLING Salty-Miller Contracting Company 10066191 City Of Chino Invoice. 2110941 135 S.State Collegc Blvd,Ste 400 13220 C Wal Ave. Dale: 1129/2l Brit CA 92821 Chino,CA 91710 Page: 4 of 4 SULLY-MILIER 714-578-9600 Our Job 10232420 CONTRACTING CO. Project Manager. Downey.Gary D Contract: Chino,FY 2019-19 Street Rehab Estimate M: 4 Period To 1/26/2021 Estimate Date: 1/26/2021 Contract This Estimate To Date Item OMct"M Qty UM Unit Price Amount pty Amount Oty Amount CCOB Rebc,.bTraffic Signal Pole 1.00 LS 14,995.63 14.M.83 Total: 6,406,073.98 890,516.85 2.927.336.31 Less Previous Bilings: 2.036.819.46 Less Retenticn: 44.525.94 146,366.82 Amount Due. 845,991-01