Loading...
Riverside Co/Fernando Sewer 83AGRIMENT FOR THE CONSTRUCTION OF SANITARY SEWER SYSTEM IMPROVEMENTS This agreement, made and entered into by and between the County of Riverside, State of California, hereinafter called County, and La Quinta Joint Venture hereinafter called Contractor. l �1iTNESSETH improvement plans Ave FIRST: Contractor, for and in consideration of the approval by the Boar4of Supervisors of thQdj%4MWgJbata�Hain land division known as Fernana%reel, at Contractor's own cost and expense to construct or cause to have constructed, within 12 months from the date this agreement is executed in a good and workmanlike manner a sanitary sewer system, complete with all necessary pipes, connections, and appurtenances necessary to the satisfactory operation of said sanitary sewer system. Contractor further agrees to extend the main or mains from the existing sewer system maintained and operated by Coachella Valley Water District to connect with the sanitary sewer system required to be constructed by this agreement. All the above required work shall be in accordance with those plans and specifications which have been approved by both the County Health Director and Road Commissioner and are on file in the Office of the Riverside County Road Depar tment. Said approved plans and specifications are hereby made a part of this contract as fully as though set forth herein. All of the above required work shall be done un- der the inspection of, and to the satisfaction of, the County Road Commissioner and County Health Officer, and shall not be deemed complete until approved and accepted as complete by the Board of Supervisors of the County and accepted by the above named agency into its sewer system. Contractor further agrees to maintain the above required improvements for a period of one year following acceptance by the Board of Supervisors. and during this one year period to repair and replace to the satisfaction of the Road Commissioner any defective work or labor done or defective materials furnished. The estimated cost of said work and improvements is the sum of rPh i rty Five Thou -sand Qix Finnrired1lars is35, 442.0O_ Forty Two dollars SECOND: Contractor agrees to pay to the County the actual cost of such inspections of the work and improvements as may be required by [he Road Con- missioner. Contractor further agrees that, if suit is brought upon this contract or any bond guaranteeing the completion of the sanitary sewer system improvements; all costs and reasonable expenses and fees incurred by the County in successfully enforcing such obligations shall be paid by Contractor, including reasonable attorney's fees, and that, upon entry of judgment, all such costs, expenses and fees shall be taxed as costs and included in any judgment rendered. THIRD: County shall not, nor shall any officer or employee of County, be liable or responsible for any accident, loss or damage happening or occurring to the works specified in this contract prior to the completion and acceptance thereof, nor shall County or any officer or employee thereof, be liable for any persons or property injured by reason of the nature of the work, or by reason of the acts or omissions of Contractor, his agents or employees, in the performance of the work, and all of said liabilities are assumed by Contractor. Contractor agrees to protect, defend and hold harmless County and the officers and employees thereof from all loss, liability or claim because of, or arising out of the acts or omissions of Contractor, his agents and employees, in the performance of this contract, or arising out of the use of any patent or patented article in the performance of this agreement. FOURTH: The Contractor hereby grants to the County, and to any agent or employee of the County, the irrevocable permission to enter upon the lands of the subject land division for the purpose of completing the imorovements.This permission shall terminate in the event that the Contractor has completed the work within the time specified or any extension thereof granted by the Board of Supervisors. FIFTH: Contractor agrees at all times, up to the completion and acceptance of the work or improvement by the Board of Supervisors, to give good and adequate warning to the traveling public of each and every dangerous condition caused by the construction of the improvements, and to protect the traveling public from such defective or dangerous conditions. SIXTH: The Contractor, his agents and employees, shall give notice to the Road Commissioner at least 48 hours before beginning any work and shall furnish said Road Commissioner all reasonable facilities for obtaining full information respecting the progress and manner of work. SEVENTH: If the Contractor, or his agents or employees, neglects, refuses, or fails to prosecute the work with such diligence as to insure its completion within the specified time, or within such extensions of time as have been granted by the Board of Supervisors, or, it the Contractor violates or neglects, refuses, or fails to perform satisfactorily any of the provisions of the plans and specifications, he shall be in default of this agreement and notice in writing of such default shall be served upon him. The Board of Supervisors shall have the power, on recommendation of the Road Commissioner, to terminate all rights of the Contractor because of such default. The determination by the Road Commisioner of the question as to whether any of the terms of the contract or specifications have been violated, or have not been performed satisfactorily, shall be conclusive upon the Contractor, and any and all parties who may have any interest in the contract or any portion thereof. The foregoing provisions of this section shall be in addition to all other rights and remedies available to the County under law. EIGHTH: The Contractor agrees to file with County prior to the date this contract is executed a good and sufficient improvement security in an amount not less than the estimated cost of the work and improvements for the faithful performance of the terms and conditions of this contract, and a good and sufficient security for payment of labor and materials in the amount prescribed by Article XV of Riverside County Ordinance No. 46B to secure the claims to which reference is made in Title 15 commen- cing with Section 3082) of Part 4 of Division 3 of the Civil Code of the State of California. If the improvement security is a bond and, g the sureties, either on the Faithful Performance bond or on the bond securing payment of labor and Materials, or both, or the amount of said bonds, in the opinion of the Road Commissioner, becomes in- R0 fOAM 76. MIa0 sufficient, Contractor agrees to renew each and every said bond or bonds with good and sufficient snrpriM nr inrrm.. tho mmn­4 STATE OF CALI MFINIA �~ COUNTY OF Los Angeles On this 29th day of November , 1983 before me LvcLa GonzalpR a Notary Public in and for said State personally appeared April Martin known to me to be the Asst. Secretary of Anden Corporation , the corporation that executed the within instrument and known to me to be the person who executed the within instrument on behalf of said corporation, said corporation being known to me to be one of the Joint Venturers of La Quinta Joint Venture the Joint Venture that executed the within instrument, and acknowledged to me that such corporation executed the same as such Joint Venturer and that such Joint Venture executed the same. OFFICIAL SEAL WITNESS Try hand o 1 al seal. LYDIA GONZALES [Q70NOTAIVZY PUBLIC - CALIFORNIASigndture LDS ANGELES COUNTY comet. explrea SETT 988 n eR Riverside, Cafdornia 92501 IN WITNESS WHEREOF Contractor has affixed his name, address and seal. Dated: November 24, 1983 Lis Quinta Joint Vstnturq fly: Anden Corporation Manafth9g Venturer By .SOT/ 1N aerl O'Rourke# Vita Pros. By /v /�— it M&rtiA - Asato secretary STATE OF CALIFOMIA COUNTY OF RIVERSIDE On this 29th day of November , 19 me Barbara J. Pa ter a ublcl Notdry Picin and for said State Personally appeared e Miihael O'R�tlrk known to me to be the Vice President of ANDE:N CORPORATION the corporation that executethin instrument the kno m to me to be executed the within instrumment on behalf of said corporation, said be the Onon who ing known to me to be one'of the Joint Venturers of LA OCJINTA JOINT VENTURE, Joint Venture that executed the within instruniant, and acknowledged to we that s ch corporation executed the same as such Joint Venturer and that such Joint Venture executed the same. WITNESS my hand and official seal. Signaturel�� �yr,L�� r�i Barbara J. aynter OFFICIAL SEAL ---- Barbara J. Paynte► NOTARY PUBLIC-CALWORNIA PRINCIPAL OFFICE IN RIVERSIDE COUNTY Commission Expires May 13, 19E SIGNATURES OF CONTRArTOR nsl ICT RF WITNrgc!rn RY hinTMlY Brun Fxrr•I ITrn IRI TCIDI IrATC AGREEMENT FOR THE CONSTRUCTION OF WATER SYSTEM IMPROVEMENTS This agreement, made and entered into by and between the County of Riverside, State of California, hereinafter called County, and La Quinta Joint Venture hereinafter called Contractor. WITNESSETH iUtDprov ment, plans FIRST: Contractor, for and in consideration of the approval by the Board of Supervisors of the AgaaWNamialia d division known as Ave. Perna ndo agrees, at Contractor's own cost and expense to construct or cause to have constructed, within 10 months from the date this agreement is executed in a good and workmanlike manner a water distribution system, complete with all necessary pipes, valves, fire hydrants, connections and appur- tenances necessary for the satisfactory operation of said distribution system, and, further, to extend main or mains from the existing supply system maintained and operated by C'oachPl la Valley Water District to connect with distribution system described above with all pipe laid at such depth as to provide a full thirty six t36'1 inches minimum cover from the top of the pipe to street grade, unless otherwise specified by the Road Commissioner, all in accordance with those plans and specifications which have been approved by both the County Health Director and Road Commissioner and are on file in the Office of the Riverside County Road Department. Said approved plans and specifications are hereby made a part of this contract as fully as though set forth herein. All of the above required work, shall be done under the inspection of, and to the satisfaction of, the County Road Commissioner and County Health Officer, and shall not be deemed complete until approved and accepted as complete by the Board of Supervisors of the County and ac- cepted by the above named agency, into its system. Contractor further agrees to maintain the above required improvements for a period of one year following acceptan ce by Board of Supervisors and during this one year period to repair or replace, to the satisfaction of the Road Commissioner, any defective work or labor done or defer We materials furnished. The estimated cost of said work and improvements is the sum of One Hundred Eighteen Thousand Six Hundred dollarsts1 1," 12.00 1. Thirty Two dollars SECOND: Contractor agrees to pay to the County the actual cost of such inspections of the work and improvements as may be required by the Road Com- missioner. Contractor further agrees that it suit is brought upon this contract or any bond guaranteeing the completion of the water system improvements all costs and reasonable expenses and fees incurred by the County in successfully enforcing such obligations shall be paid by Contractor, including reasonable attorney's fees, and that, upon entry of judgment, all such costs, expenses and fees shall be taxed as costs and included in any judgment rendered. THIRD: County shall not, nor shall any officer or employee of County, be liable or responsible for any accident, loss or damage happening or occurring to the works specified in this contract prior to the completion and acceptance thereof, nor shall County or any officer or employee thereof, be liable for any persons or property injured by reason of the nature of the work, or by reason of the acts or omissions of Contractor, his agents or employees, in the performance of the work, and all of said liabilities are assumed by Contractor. Contractor agrees to protect, defend and hold harmless County and the officers and employees thereof from all loss, liability or claim because of, or arising out of the acts or omissions of Contractor, his agents and employees, in the performance of this contract, or arising out of the use of any patent or patented article in the performance of this agreement. FOURTH: The Contractor hereby grants to the County, and to any agent or employee of the County, the irrevocable permission to enter upon the lands of the subject land division for the purpose of completing the improvement. This permission shall terminate in the event that the Contractor has completed the work within the time specified or any extension thereof granted by the Board of Supervisors. FIFTH: Contractor agrees at all times, up to the completion and acceptance of the work or improvement by the Board of Supervisors, to give good and adequate warning to the traveling public of each and every dangerous condition caused by the cgnstruction of the improvements, and to protect the traveling public from such defective or dangerous conditions. SIXTH: The Contractor, his agents and employees, shall give notice to the Road Commissioner at least 40 hours before beginning any work and shall furnish said Road Commissioner all reasonable facilities for obtaining full information respecting the progress and manner of work. SEVENTH: B the Contractor, or his agents or employees, neglects, refuses, or fails to prosecute the work with such diligence as to insure its completion within the specified time, or within such extensions of time as have been granted by the Board of Supervisors, or, if the Contractor violates or neglects, refuses, or fails to perform satisfactorily any of the provisions of the plans and specifications, he shall be in default of this agreement and notice in writing of such default shall be served upon him. The Board of Supervisors shall have the power, on recommendation of the Road Commissioner, to terminate all rights of the Contractor because of such defauh.fi�j determination by the Road Commissioner of the question as to whether any of the terms of the contract or specifications have been violated, or have not been perform eN satisfactorily, shall be conclusive upon the Contractor, and any and all parties who may have any interest in the contract or any portion thereof. The foregoing provisions \ of this section shall be in addition to all other rights and remedies available to the County under law. 1 EIGHTH: The Contractor agrees to file with County prior to the date this contract is executed a good and sufficient improvement security in an amount not less than the estimated cost of the work and improvements for the faithful performance of the terms and conditions of this contract, and a good and sufficient security for payment of labor and materials in the amount prescribed by Article XV of Riverside County Ordinance No. 460 to secure the claims to which'reference is made in Title 151cfa men cing with Section 30821 of Part 4 of Division 3 of the Civil Code of the State of California, contractor further agrees that it the improvement security is a bond and, it the sureties, either on the Faithful Performance Bond or on the bond securing payment of labor and Materials, or both, or the amount of said bonds, in the opinion of the ro FORM 42 ur. wa MEMY OF Los Angeles Cn this 29tp day of er , 1983 1 before me Lydiavi'[1R��-1 a Notary Public in and for said State personally appeared Ly 7.alPR known to me to be the Asat. Secretary of _Andes Corporation the corporation that executed the within ;nstrurrent and ]mown to me to be the person ho executed the within instr'urnent on behalf of said knam to me to be one of the Joint Venturers of corporation, said Ventucorpore Joint Venture that executed the within instrument Joint Venttn e , and aclmowledgad to me that such corporation executed the same as such Joint Venturer and that such Joint Venture executed the same. WITNESS my hand and official seal, SEAL NZALES Signature r / WN70TARYPUBLIC CALIFORNIA'� COUNTYes SEP 1, 198B lea NNersldeCounty Road uept. 16133 Ventura Blvd. County Administrative Center Star 12i0 c:riC i. np, Ca 91436 4080 Lemon Street -8th Floor Riverside, California 92501 IN WITNESS WHEREOF Contractor has affixed his name, address and seal. Deed: Notr"ber 298 1983 ATTEST: STATE OF CALIFORNIA COUNTY OF RIVERSIDE LA puinta Joint Venture llyt Quin Corporation gg 40 ,Dn' AAA9-ia9 Venturer By ID Preside By ril Martin - Aset. Secretary ' J COUNTY OF RIVERSIDE On this 29th day of November , 19 83 , before rre Barbara J. Paynter , a Notary Public in and for said State personally appeared Michael O'Rourke known to iTe to be the Vice President of ANDEN CORPORATION , the corporation that executed ithe within instrument and known to me to be the person who executed the within instrument on behalf of said corporation, said corporation being known to me to be one of the Joint Venturers of LA WINTA JOINT VENTURE, the Joint Venture that executed the within instrument, and acknowledged to me that such corporation executed the same as such Joint Venturer and that such Joint Venture executed the same. WITNESS my hand and official seal. i Signature Barbara J. PayncerJ. Payncer OFFICIAL SEAL Barbara J. Paynter .y = NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN RIVERSIDE COUNTY My Commission Expires May 13. 1986 T AGREEMENT FOR THE CONSTRUCTION OF ROADIORAINAGE IMPROVEMENTS This agreement, made and entered into by and between the County of Riverside, State of California, hereinafter called County, and hereinafter called Contractor. WITNESSETH improvement plans "Ave'. FIRST: Contractor, for and in consideration of the approval by the Board of Supervisors of the f�5telcdta WVi1t)R3ki4and division known as Ave. �Fernandcagrees, at Contractor's own cost and expense, to furnish all labor, equipment and materials necessary to perform and complete, and within ' onths from the date this agreement is executed, to perform and complete in a good and workmanlike manner, all road and drainage improvements in accordance with those Road Plans for said land division which have been approved by the County Road Commissioner, and are on file in the office of the Riverside County Road Department and to do all work incidental thereto in accordance with the standards set forth in Riverside County Ordinance No. 461, as amended, which are hereby expressly made a part of this contract. All of the above required work shall be done under the inspection of, and to the satisfaction of, the County Road Commissioner, and shall not be deemed complete until approved and accepted as complete by the Board of Supervisors of the County. Contractor further agrees to maintain the above required improvements for a period of one year following acceptance by the Board of Supervisors and during this one year period to repair or replace, to the satisfaction of the Road Commissioner, any defective work or labor done or defective materials furnished. Contractor further agrees that all underground improvements shall be completed prior to the paving of any roadway. The estimated cost of said work and improvements is the sum of One Hundred Ninty Eight Thousand Six Hundred dollarsi$ 198 641.00 ), See attached Addendum 1. Forty jollars SECOND: Contractor agrees to pay to the County the actual cost of such inspections of the work and improvements as may be required by the Road Com missioner. Contractor further agrees that, if suit is brought upon this coptract or any bond guaranteeing the completion of the road and drainage improvements, all costs and reasonable expenses and fees incurred by the County in successfully enforcing such obligations shall be paid by Contractor, including reasonable attorney's fees, and that, upon entry of judgment, all such costs, expenses and fees shall be taxed as costs and included in any judgment rendered. THIRD: County shall not, nor shall any officer or employee of County, be liable or responsible for any accident, loss or damage happening or occurring to the works specified in this contract prior to the completion and acceptance thereof, nor shall County or any officer or employee thereof, be liable for any persons or property injured by reason of the nature of the work, or by reason of the acts or omissions of Contractor, his agents or employees, in the performance of the work, and all of said liabilities are assumed by Contractor. Contractor agrees to protect, defend and hold harmless County and the officers and employees thereof from all loss, liability or claim because of, or arising out of the acts or omissions of Contractor, his agents and employees, in the performance of this contract, or arising nut of the use of any patent or patented article in the performance of this agreement. FOURTH: The Contractor hereby grants to the County, and to any agent or employee of the County, the irrevocable permission to enter upon the lands of the sub- itct land division for the purpose of completing the improvements. This permission shall terminate in the event that the Contractor has completed with work within the time specified orany extension thereof granted by the Board of Supervisors. -.._FIFTH>Contracor agrees at all times, up to the completion and acceptance of the work or improvements by the Board of Supervisors, to give good and adequate warning to the traveling public of each and every dangerous condition caused by the construction of the improvements, and to protect the traveling public from such defective or dangerous conditions. i SIXTH: The Contractor, his agents and employees, shall give notice to the Road Commissioner at least 48 hours before beginning any work and shall furnish said Road Commissioner all reasonable facilities for obtaining full information respecting the progress and manner of work. SEVENTH: If the Contractor, or his agents or employees, neglects, refuses, or fails to prosecute the work with such diligence as to insure its completion within the specified time, or within such extensions of time as have been granted by the Board of Supervisors, or, if the Contractor violates, neglects, refuses, or fails to perform satisfactorily any of the provisions of the plans and specifications, he shall be in default of this agreement and notice in writing of such default shall be served upon him. The Board of Supervisors shall have the power, on recommendation of the Road Commissioner, to terminate all rights of the Contractor because of such default. The determination by the Road Commissioner of the question as to whether any of the terms of the contract or specifications have been violated, or have not been performed satisfactorily, shall be conclusive upon the Contractor, and any and all parties who may have any interest in the contract or any portion thereof. The foregoing provisions of this section shall be in addition to all other rights and remedies available to the County under law. EIGHTH: The Contractor agrees to file with County prior to -the date this contract is executed a good and sufficient improvement security in an amount not less than the estimated cost of the work and improvements for the faithful performance of the terms and conditions of this contract, and good and sufficient security for payment of labor and materials in the amount prescribed by Article XV of Riverside County Ordinance No. 460 to secure the claims to which reference is made in Title 15 (commen- cing with Section 3082) of Part 4 of Division 3 of the Civil Code of the State of California, contractor further agrees that if the improvement security is a bond and, if the sureties, either on the Faithful Performance Bond or on the bond securing payment of tabor and Materials, or both, or the amount of said bonds, in the opinion of the Road Commissioner, becomes insufficient, Contractor agrees to renew each and every said bond or bonds with good and sufficient sureties or increase the amount of said bonds, or both, within ten days after being notified by the commissioner that the sureties or amounts are insufficient. Notwithstanding any other provision herein, if con- tractor fails to take such action as is necessary to comply with said notice, he shall be in default of this agreement unless all required improvements are completed within 90 days of the date on which the Road Commissioner notified the Contractor of the insufficiency of the sureties or the amount of the bonds or both. aae)aNU M70 STATE OF CALIFOMIA OOUM of Los Angeles On this 29th day of November , 1983 , before me Lydia rrn7A1 n a Notary Public in and for said State personally appeared A=3,1 known to me to be the Asst. star, of Anden Corporation the corporation that executed the within instrument and known to me to be the person who executed the within instrtlmi on behalf of said corporation, said corporation . r being known to rre to be one of the Joint Venturers of La Quinta Joint Venture (/ the Joint Venture that executed the within instrument, and acknowledged to me that such corporation executed the same as such Joint Venturer and that surd Joint Venture executed the same. WITNESS my hand off seal. Eq O F SEAL DIA GONZALES PUBLIC - CALIFORNIA Signature S AN LLE COunIYmm. When SEP 1, 1986 T. # r• � ee IN WITNESS WHEREOF Contractor has affixed his name, address and seal. Dated: Noyewber 290 1983 La Quint& Joint Venture By: Anden Corporation e_ MOanagiinng� Venturer BY(JGr By E �JAsaa.a uva+"ttdrp ATTEST: COUNTY OF RIVERSIDE Donald D. Sullivan, Clerk STATE OF CALg'01;VIA LINTY OF RIVERSIDE day of November , 19 83 ,before me R ter}� Pa`lnter a On this 29th r Y rsonalry appeared M _ha , 0' ,, -M — Notary p�lic In and for sas d State pe Ulu known j me to be the V, President of ANDEN CORPORATION son who. corporation that executed the witYLin instrtuttaai co known to ms id be the l� ration, said corporation executed the within instrtnTent on behalf of said corporation, JOINTINTA being . ownme to be one'of the Joint Venturers o an acknowledg to e Eft the Joint Venture that executed theme such t venturer and that such Joint such corporation executed the sane Venture executed the same. WITNESS my hand and/official seal. Signature Barbara J. Paynter OFFICUL SEAL Barbara J. Paynter NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN RIVERSIDE COUNTY My Commission Expires May 13, 1981i T ADDENDUM 1 TO AGREEMENT FOR THE CONSTRUCTION OF ROAD/DRAINAGE IMPROVEMENTS FOR AVENIDA FERNANDO, DATED NOVEMBER 29, 1983 . 1) Avenida Fernando from Mazatlan Avenue to Obregon Avenue to be constructed as per approved plans. 2) (Future) Avenida Fernando from Obregon Avenue to Eisenhower Drive to be constructed in either of locations as described as Exhibit A or Exhibit B, as attached. a j y r EXHIBIT A August 9, 1983 Revised August 23, 1983 Revised September 13, 1983 ` ACCESS FASHIENT AVENIDA FERNANDO LANDMARK TO ANDEN PARCEL 2 in I A ASSOCIATES That portion of the south one-half Of Section 36, Township 5 South, Range 6 East, S.B.M., lying within a strip of land 41.00 feet wide, the centerline being described as follows: Beginning at the Northeast corner of Parcel "A" of Certificate of. Compliance recorded March 6, 1979 as Instrument No. 45177, official Records of Riverside County, California, as shown on Record of `purvey on File in Book 66 of Record of Surveys at pages 24 through 27 thereof, Records of Riverside County, California; Thence N.69052'52"W., a distance of 103.05 feet; Thence Southwesterly on a curve concave southeaqterly, 'navinq a radius of 300.00 feet, through an angle. of 23°0140", an arc length of 120.52 feet; Thence S.67°06'08"W., a distance of 101.76 feet; Thence Westerly on a curve concave 11or"'erly, having a r.ndiur. of 161.99 feet, throuah an angle of 61°1740", an arc length of 171.30 feet to a point of reverse curvature; Thence Northwesterly on a curve concave Southwesterly having a radius Of. 178.37 feet, through an angle of 18°1600", an arc. Length of. 119.15 feet (the initial radial line hours N,1H-25'4R"E.); Thence N.89°52'32"W., a distance of 619.72 feet to the SonLherly terminus of a course in the Easterly line, of thatcertain parcel of land Conveyed to Hensley and Cunningham DevelnTment Cnmpany by Doed rr:cord,d December 28, 1979 as Instrument No. 27%54. Official Records of �J.m D �vIDSON 1, S `E9 „cvin,ra [Nvinourncrirni- nrrnw ;is k ar ark to Anders t\ Riverside County, California, which bears s.00007'02"W•, a distance of 620.10 feet, said course being on the North -South center section line of said section 36, and being the termination of said line description; The preceding six (6) courses being along the Northerly line of said Parcel "A". The sidelines of said 41.00 foot strip of land shall he prolonned or shortened as to terminate in the Westerly line of Eisenhower Drive, 100.00 feet wide, as shown on said Record of Survey, and the North -South center section line of said Section 36. TOGETHER WITH that portion described as follows: Beginning at the intersection of the Westerly line of said Eisenhower Drive and the Northerly line of said 37.00 foot strip of land; feet; Thence N.89052'52"W. along said Northerly line, a distance of 23.02 Thence N.37°00'34"E., a distance of Q. 13 feet to the Westerly line of said Eisenhower Drive; Thence Southerly along said Westerly line nn a non -tangent eurve concave Easterly, having a radius of 2047.12 fnq t through an anyle of 00005103", an arc length of 3.01 feet (the initi.nl rulial 10- Kqr' N.89°49'54"W.); Thence s.00°05'03"W., continuing alon,i said Westerly line, a distance of 31.47 feet to the point of. beginning - ALSO TOGETHER WIT❑ that portion descrihed as fnVOws: Beginning at the intersection of. the Westerly line of said Eisenhower Drive and the Southerly line of said 11.00 foot strip of land; Thence N.89052'52"W. along said Northerly line, a distanan of 22.18 feet; 0 Thence s.3304'55"E., a distance of 41.45 feet to the Westerly line of said Eisenhower Drive; aid Westerly line, a distance of 34. 49 Thence N.00005103"E. along s feet to the point of beginning. MC/I1AF / nb Alternate Access hasemenr Avenida Fernando �Siq�yjA L,�i t ufiil�lsi�'lH t� r Thence South 33°34'55" East,.a distance of 41.45 feet to the Easterly line of said Parcel "A", also being the Westerly line of said Eisenhower` Drive; Thence North 00°05'03" East along said Easterly line of Parcel "A", a distance of 71.49 feet to the point of beginning. T Alternative Access Easement Avenida Fernando Parcel 1: EXHIBIT B That portion of the South one-half of Section 36, Township 5 South, Range 6 East, S.B.M., described as follows: Beginning at the Northeast corner of Parcel "A" of Certificate of Compliance recorded March 6, 1979 as Instrument No. 45177, Official Records of Riverside County, California, as shown on Record of Survey on file in Book 66 of Record of Surveys at pages 24 through 27 thereof, Records of Riverside County, California; Thence North 00°05'03" East along the Westerly line of Eisenhower Drive as shown on said Record of Survey, a distance of 34.51 feet; Thence South 33°47'54" West, a distance of 41.48 feet to the Northerly line of said Parcel "A"; Thence North 89052152" West, a distance of 80.03 feet; Thence Southwesterly on a curve concave Southeasterly, having a radius of 300.00 feet, through an angle of 23'01'00"_, an arc length of 120.52 feet; Thence South 67'06'08" West, a distance of 181.76 feet; Thence Westerly on a curve concave Northerly, having a radius of 161.99 feet, through an angle of 61'17'40", an arc length of 173.30 feet to a point of reverse curvature; Thence Northwesterly on a curve concave Southwesterly, having a radius of 264.45 feet, through an angle of 38°16'20", an arc length of 176.65 feet (the initial radial line bears North 38'23'48" East); Thence North 89'52'32" West a distance of 566.40 feet to a point on the Easterly line of that certain parcel of land conveyed to Hensley and Cunningham Development Company by Deed recorded December 28, 1979, as Instrument No. 275856, Official. Records of Riverside County, California, which bears South 00°07'02" West a distance of 620.10 feet, said course being on the North -South center section line of said Section 36; Thence South 00'07'02" West a distance of 18.50 feet; Thence North 89052'32" West a distance of 250.00 feet; Thence South 00'07'33" West a distance of 18.50 feet; Thence South 89052'32" East a distance of 81.6.40 feet; Thence Southeasterly on a curve concave Southwesterly having a radius of 227.45 feet through an angle of 38°16'20", an arc length of 151.93 feet to a point of reverse curvature; Thence Easterly on a curve concave Northerly, having a radius of 198.99 feet through an angle of 6i'17'40", an arc length of 212.88 feet (the initial radial line bears South 38'23'48" West); Thence North 67'06108" East, a distance of 181.76 feet; Thence Easterly on a curve concave Southerly having a radius of 263.00 feet through an angle of 23'01'00", an arc length of 105.65 feet; Thence South 89°52'52" East, a distance of 80.09 feet; 1, T