Loading...
HomeMy WebLinkAbout08 - C-3645 & 04BA-057 - Storm Drain & Sewer ReplacementCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 8 May 11, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Sean Crumby, P.E. 949 -644 -3311 scrumby@city.newport-beach.ca.us SUBJECT: STORM DRAIN AND SEWER REPLACEMENT - AWARD OF CONTRACT NO. 3645 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3645 to GCI Construction, Inc. for the total bid price of $730,255.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $72,000 to cover the cost of unforeseen work. 4. Approve a reimbursement agreement with the Orange County Sanitation District. 5. Approve a budget amendment increasing revenue estimates by $93,430 in account 250 -5901, Affordable Housing Contributions, and $93,430 in account 250 -4839, Orange County Sanitation District Contributions, transferring $63,313 from City -Wide Slurry Account 7181- C5100462 to Storm Drain Improvement Program 7181- C5100008, and increasing expenditure appropriations by $186,860 in 7251- C5100755. DISCUSSION: At 10:00 A.M. on April 27, 2004 the City Clerk opened and read the following bids for this project: BIDDER Low GCI Construction, Inc. 2 Southern Ca. Underground Contracting 3 Majich Brothers 4 Clarke Contracting 5 W.A. Rasic 6 SRD Engineering $730,255.00 $782,905.00 $826,100.00 $1,056,026.00 $1,074,446.71 $1,075,735.00 * Corrected Bid Amount Subject: Storm Drain Replacement — Award of Contract No. 3440 May 11, 2004 Page: 2 The low total bid amount is eight percent above the engineer's estimate of $675,000. The low bidder, GCI Construction Inc., possesses a California General "A" Contractors License as required by the project specifications. A check of the Contractor's references indicates they have satisfactorily completed similar projects for other municipalities and the City of Newport Beach in the past. The project consists of removing and replacing selected portions of failed sewer main and Storm drains at various locations throughout the City. Various methods are being utilitized to rehabilitate these facilities as some of the facilities have challenging locations and conditions. In addition, the City is relocating the Orange County Sanitation District's (OCSD) Coast Trunk Sewer through the proposed Bayview Landing Senior Housing site. OCSD has an existing 24 -inch trunk sewer main in an easement through the wetlands restoration area proposed as part of the senior housing. Because their easement will become inaccessible once the wetlands are restored, the trunk sewer must be relocated into the adjacent City streets. Attached for Council consideration is the reimbursement agreement with OCSD. City staff has prepared the plans and specifications for the relocation project and OCSD has agreed to pay fifty percent of the construction cost, which amounts to $93,430. Because the Coast Trunk was constructed in the 1950's, and is nearing the end of its useful design life, OCSD agreed to contribute their replacement funds for a portion of the work. The sewer main showed signs of wear and the manholes near and through the Bayview site were deteriorated. The relocation of the trunk sewer will take place in concert with the rough grading of the Bayview Landing site planned for late May and June. Per the Contract Specifications the Contractor will have 100 consecutive working days to complete the work. Environmental Review: The City's portion of the project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. The OCSD trunk sewer relocation was included in the mitigated negative declaration for the Bayview Landings Senior Housing and Park project dated February 25, 2003. Funding Availability: In addition to existing funds in the Sewer Main Master Plan account, the following funding sources will contribute to the project: $177,502 is currently available in the Storm Drain Improvement Program. The proposed budget amendment will transfer $63,313 to use the surplus from the Citywide Slurry Account Gas Tax CIP (7181- C5100462). Subject: Storm Drain Replacement — Award of Contract No. 3440 May 11, 2004 Page: 3 • The proposed reimbursement agreement with the Orange County Sanitation District will provide for $93,430 in funding. This reimbursement will occur at the conclusion of the project, and funds will be received in fiscal year 2004 -05. • The budget amendment from Affordable Housing Contributions, 250 -4901 for $93,430.00 to Bayview Landing OCSD Trunk Sewer Relocation Account 7251 - 05100755 will make up the remainder of the funds required for the project. Upon approval of the recommended budget amendments, sufficient funds will be available in the following accounts for the project: Account Description Sewer Main Master Plan Storm Drain Improvement Program (General Fund) Storm Drain Improvement Program (Gas Tax) Bayview Landing OCSD Trunk Sewer Relocation Prepared by: Sean Crumby Associate Civil Engineer Submitted by: Steve B efum PublicAorks Director Account Number 7531- C5600292 7012- C5100008 7181- C5100008 7251- C5100755 Total: Amount $374,580.00 $177,502.00 $63,313.00 $186,860.00 $802,255.00 and /", Stephen Kiy Associate Civil Engineer Project Location Map Bid Summary Reimbursement Agreement Budget Amendment U Q llJ m r w O a 3 W Z LL O } r U Z O LLI � m Q F- 0. w 0 N Y O U J m_ a O Y U U T a °o E o � m U c n i N N ui � W H W Q y � w r W U Z W 0 O Z m w 0 a N E 0 0 8 ro s h 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O p) Z O O p O p N p N N N N p O ................ N O O O O O O O O N n O N N O N N n O O p p N E E n y O OJ N ,_ O V N N m W (+I (+I tO (+OI N f (+I f0 V (+I V N N N V m (+I y O N Q M w E0 r ° 5 2p O O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � 0 z O O O O N N N N N I Np N f0 !p N N O O O O O N N O N O N O O a O O M {h (+I � � 0 0 0 0 Ill 1� O N N � ? O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O 0 O o vi� N vi vi n vi N vi N o 00000000000000 O p O 00 Yl D �j Z z O O O V O m (+I 1� O V. V (+I M V OJ f0 1� O m N O (7 N t0 N N � fp m � O tD fD O N V W N N (+I � O O OJ O O (O V V (+I O N O N O N O N N O O 2 'N v � 0 Q h U U O °0 C C 0 O °vi O °w O °vi 0°° 0 O O ° O ° O ° O ° O 0 0 ° O ° O ° O O ° O ° O 0 06 °°°° O O O O ° O d O tp ... C2 ',2 N o m 0 I 0 O 0 N 0 O 0 O 0 O o N v° i o 5 6 6 O 6 O o N o O O Z O O N V N N_ O J D O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O r Z vi f0 o O o O vi 1� vi n o N vi N o O 0 O 00 O O 0000000000000 O O O O O fO O O N O O O O 0 O 0 O O ro pi O z O V l0 N fO N N N V M pi O O ID M V O Ip O 10 N O N O E < m O (D O I N OS N N- M N m � N� w ¢ w C' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o g o 0 0 0 0 0 0 0 0 0 W r vi f0 ovi O N vi E vio N Ol vi000 W 0 of 0 0 00000000 (p 1� 0 O 0 O 0 O 0 O on lO ovi rb 000vi M O O N o O „° n N N J N J LL J LL J LL J LL J LL J LL J LL J LL J LL J Q IL Q W Q W Q IL Q W Z O LL N LL N LL N LL N LL J Q tL N J LL J N J H F- Q A W fN0 N N N W N (+I N N f0 N O m N O N 7 N N V N O� rc rc rc `m c n C y v CE O N O M N N a a LL D j U U iJ N j 2 C W N X4 Si X� X' a 2 4 .- U E N .� U LL N J f0 t0 d LL U to m m 0,0 _= m m 2 2 _ 2 2° m m m W U c` a a€ W W W W W w Ra ID m m ro m D m d d ro d d p Np � N d 0 W (/1 D j v d m m D U U E E E E E E E E E E m w m E Z N p N N N N N N L N Q MCNOn�m12 M2 AOJ OIO�NMC N(O Q Q 4 Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q 4 Q Q 0 a N E 0 0 8 ro s h 2 U Q w� W O CL w Z LL O } F- U r Z w 2 r Q a w 0 Y 2O U W CL W - H = m U _U r Q U > n U N U Z W O Q U U m 0 0 m m T a o° E 0 � U 0 A N w N W Q ? W o< � Q W Q y K F- W W Z Z w wd N d A R U K N 4 �ry t O m O O O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 o O o 0 0 0 0 O O O a O O O a O O O O a O O O O O O O O O O O O O O O O O O 0 A O1 O O O N O O p O O O 8 O O O O O O O 8 O O O N N O O O O O O C C 0 0 0 m N o o Vi o 0 o N O O N O O O O 9 Wn O O W C 0 0 a 0 N 1N O '- O N M O M fD O N V O N n N V N (+1 OJ N V O ("1 M N M N N M V N V V fp n N N N V V (p < N O U c V Q N W OND h E M L_ a C 0 2 p O O O Si O O O O 0 O 0 Si O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0. O m O O 0 O 0 O 0 O 0 O 0 m O O O N M N W 0 0 o 0 o 0 0 o 0 0 0 0 0 0 O 0 O 0 O 0 O 0 O N n O O o N O O O O 0 O 0 O 0� O O O N � O N g N O O N O O O O M N g O 0 0 0 0 O N N N N V N � 0 0 0 0 0 0 o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ° p o 0 0 0 0 g 0 0 0 0 0 0° o 0 0 0 0 0 0 0 0° o a a a 0 a C c F. 0 o 0 0 0 o 0 M 0 �n 0 o �i 0 o 0 0 0 0 0 0 0 S. 0 0 0 o O 0 0 0 0 0 0 0 S. 0 �n 0 o 0 0 0 o 0 M 0 m 0 o 0 0 0 0 0 0 0 0 0 o O C p Z O O N N M fD O O O O M Gi O N V O O) O M O M N (p M N M lO N N N g�ypp N O) tD O) N N M M V N O N V V w 6 M N V N N f0 M J O N M ip O) N o Q w w U N U O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O M O O O O O O O O O O O O O O. O O O tD 0 0 0 0 0 0 F- o O o O O O o n" 6 0 0 0 0 0 0 0 0- 0 0 0 O 0 O a vi N n fp O 0 m O V o O 0 0 o > Z O O N N 0 O 0 N 0 M 0 O 0 O 0 O1 M O O N N O O M 0 N N O fp O M O N -ma > O J N f N N Q) V M m V O N N V W M N (p r E1 O J O O O O O O O O O O O O O O O O O O O O O O O O O O O O O a O a O 0 0 0 0 0 0 0 o 0$ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C O O O O O m O o O O O m O 0 O 0 O 0 O 0 O 0 O 0 O 0 O O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 N 0 N 0 O 0 O 0 O 0 O m O m O O C O Z O o O in in O o N 0 0 0 N o 0 o O 0 0 0 0 N o 0 o m n in o 0 0 0 o v Qp N O N N W O In n V M" V M O N N V V fD N fD V N M N O M b V IL Q W w 1A0 L^ A d c O O O O O O O O O O O O O O O O .Is O O O O O O O O O OS O O O O O O O O O O O O O O O O O O O V O O O O O O O O O O O O A O p O 0 O 0 O 0 cc, O O Q a O o O 0 O 0 O o O In O O O N O O O O O O O O N O N O O 7 O O O O N N O O 0 0 0 0 0 7 N O N N m m m LL LL LL LL Q m Q Q Q m m m m m Q Q LL LL Q Q LL LL Z m m m m m J J J J J m m W W W J J J J m m O J J J J J y r F- F' Z N M m M t0 n M f - N m f N N 7 O O N N N C m N " E m y E O v A w Q m m 2 E q c y o of Ui� O 3 > 3 ;OU p �` U 2L U p m y m c Vl m O U ; o` d '° > c W N 2 J C A m c 3 c o m c o c S M m O A D y S S U E O c m A O Vl OVI W d Q N N c Z V S m Q .d o? Cl. U> m m U C O d cM G c Q c U V W O m' c e y mM N VW V p m' O c U L' y 2 Fi U W Fi < o c m T2 i i tc u U V W - u m o A L° u m 2 2 y a .5 $ 2 2 2 22 fr 2 9 E E c c c 20 c a i H U 0000 U 0 0 007m o U d m N m M m V m N QI {O 51 n m M m W m O R N fD n m U N U M U Q V O U U U U U _M V N fD F m m m m m m U U U U U U U N d A R U K N 4 �ry t O m m E N 9 C n N b N Ali O T °m 2 o 2 y m U � n C U N N W Sc W w y< �F wU W W Z waa 0 a n rc f h m 0 v y c r O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O F- O O IA O O y O N n O rn rn O O O O O O O O O O IA f0 O n O O NA O m V O O m O O IA O O m O O n O O N O O p m O O y O O O O V N O IA O O O O O O O O O O O Z V N NA rn N N n N N NA NA N N f0 m rn V N N n NA y CJ V V V Om C'1 CJ V N a W a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v o m n o 0 0 0 0 ' Z H o0 o 6rdooNOONdo m v m v n m m e000000Nn n o m o o m v Nnm v �NOOOV m n 0 0 o 0 O V N NO - - � CJ V O O O O O NA NA N O O O O O O O O N ......... O O O n O N N O]ID O O O O O O O O O m O O O O N O H O n f N rn V 0 0 h n CJ 0 f0 m n m v m n f6 W N .6 m O n V o N M m N O h N() Z n N NA v N N N m m O rn m N N N m n ID v O N O O v N N n N N V N V y m V 0 ND f0 N C'J C'1 U O �n R m R Q m >Q I 0 o o o m m m m n m o M m m m m n. M m 0 o 0 0 0 0 O 0 O o n m n � m m m m N O C'1 CJ O n N T W m rn rn N O N rn n o n ND NO m m N R 2 N ;t � d pmo N 0 CI � CJ V 1rn0 1mD m m � m O O O O S O O O O O O O O S O O O O O O O. O O O O O O O O O O O O O O O O O O O O O O O O O O O O Z O O O O O V ND ND N ND N O O m W O N O ...... O O O O O O O O O O O O O O V O ND O O O O O O O O O O rn Z 0 0 0 a 0 0 0 m m ND m n m m N V N 1p N V n ND h ND Np m N C m m N n n N N p N CJ r rn N() CJ N N CI CJ m N CJ V U O CJ CJ N N O Q � � U d m U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O m m m n C'J f O m N N N n m m O O] O O O O O O C'J t0 N(f m O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O F- OO O O O O O O N O O O O O N O O O O O O O O O O O O N O O O O O O O y� Z O O S ND n ND O O ND N N O O O O ND OO 0 O 0 O 0 OO 0 O 0 O 0 O 0 CC]] O OO O O m O 0 O 0 OO 0 O NO O N m n O ND m Cl N N O O O O C') O O rn O N n O V O A L O CJ n N 142 N y O p� m a M L U N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �i 0 0 0 0 0 0 0 0 0 0 0 0 O ~ O O O p N O O ND N O O O O O O O O O O V fV N O O O O (L' Z O ND [V N N N N N N N N N O N O ND n O O CJ CJ N f/� LL LL LL LL LL LL LL LL LL Q Q Q Q Q Z LL LL LL LL LL Q N LL N J J J J J J J J J J J W W W W W O N fA fn fA J W J J J r � H H N S m N N N m m N e- M N �- N m o N N a p m O N �- o V- D N al y c g m cm rc � ¢ m mj Eck O` p E °o rm. 3 .-6 ¢dU LL cg QaQ cg go mQU QaQ U C 0 U Si Y N U a J a m V O s L1 1=- F u F U U v C ` •V 0 U� rcmrcm u_ tin ir, 2 2 2 2 2 ii m N A y" = 9 C N O O O O O O O c m 5 Np pC G m N N N m > m O d ° ° E E U 0 E E E E E g m 2 o m m E m a a E C� M, (T Mw mo rc s a s N aaaQa< << < <D7 <<<< aaiaaa�aa�� 0 a n rc f h m 0 v y c r E Lij N O a O � T °o E o ? n n n Uhvl Li �w w Z N W U Z Z K wa d a N K E 0 4G U 0 °a 3 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O p F- O O O O O O O fp O W O O O O O W O O O O O W O O O O O O O p 0 0 m 0 V� 0 0 0 O p 0p 0 0 n fD N 0 8 0 0 0 0 0 b p O Z OO�nOONWOOnON W, IA' M N O In m N C � 1� tC C IA n IA t'J W C n C tD M � tD n IA C M Oi IA IA IA tD � M C N M n 1"! C W N O K O O O O O O O O O O o Q O O O o o O Q o 0 0 o O n O o 0 0 0 0 N o 0 0 0 0 0 W 0 0 0 0 0 0 0 0 O O O O O O O O O. O o 0 0 0 0 O O O N W 41 0 0 0 0 0 0 0 0 O O O O O 4t O O C O n O O O O O O O N CD O O O O V N n C O N O W, O IA O C'I O W O n O fD N IA 41 0 W 0 W, W O O O n IA W r O fD S F Z N C C fD 1� M tC C C N N O m M m n N C W IA M N N C') O O O O O O O O W N 0 0 0 O O O O N O O O O O O O O O O O O O O N O O O O O O O O O O O O O O O O O O n O 41 O O O O O fD O M O W O O M O n C� CJ n N W W O O O W fD O O N � N W N n N n N 4J N O Oi O N O W fD O IA N W tD f IA n O W n N N O N O Lo O m 41 O M "'t W N tD W n O n v M O �j lap p) tp C 1� Oi Oi n � N N IA M n IA � (p N C v- C M C O IA tC O Qi (V 46 fC C'i f n O O N O N W N N N N M n N O a a a ymy Q p O O O n tD tD W n O M tp n O O O O p O) O O ^ O A O O O O O = O O O W A W tp O M m W S O O O O H S ^ O N O W W O O O O O N 0 p F M tp N n 1V N V n N O W O O Y O O O M CJ N N N p� M N A W W O S /D � N N i 1� n NV N - N of 6� N M C .- CJ• M .- O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O p O O O OO O O OO 0 OO 0 O O O O OO O O O O O OO pp . 0 0 0 0 0 0 0 0 0 0 ON 0 p O N O O, W W N O, O 0 W 0 O 0 O 0 W MR N ul p N O O IA N O O O n g N 0 0 0 A N (0 Z Z M 1716 fV O O O M A n O S M N C O Q am IR lVM C N � O O O O O O O O O O U O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O W O W W O OO 0 0 0 0 0 0 $� O O O W O O O W �O O O O O O I- 0 N 0 o O N u7 M - o N o O o O, o O p N, o W IZ) 0 O 0 �fI o N N M M o W v0 - A �- o O 0 O o O p N M A S F O O O N O CO1 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O p F O C O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Op O 0 0 0 0 0 0 0 12 Z O N O W O N p N O O O O O O O N O O O 00 0 0 o �O � 8 V m, O O O O N� O Vi M N O N O N CM M N N O fM O OO M O m Q 19 Vl m V .O � 00 0 0 0 0 0 0 0 0 0 0 0 0 0 00 O O O O O O O O O O O O 00 O O O O O O O O O O O O O O O O O O O O O O O O N O O O O O O 0~ O O O D1 M O N 0 0 0 0 0 0 0 O O O O A M O O O O N O O O O O O In O O O O O O O N O N O O O O O O O N M O vi n M N M J J J a Q J J J J Q J J J J J J J N N W J II] llI W J W J J W W N N Q F z Z M m o 0 0 0^ o D O O^ N Y M Y W O N N N C N N E C N i O C d C W N N y� J j J Y Z O E C a u c m m a v m 30U c i m n� n6¢ a Ui 27 m d 3 �` V 2 j d N y °L F C W C N C 2 ci 0 C N O N C S S O 0 E `>� C p= G S > N U m QG O U 0 >c� Ca 9 y m W N 9 O U i W y i i U i U � ~ N N O O O C O C NO o E " o O t a o 0 0 0 0 o O o a am c� a m N M m m m m m MIMI m N D n W U M n 0 W F m m m m m m 00000 0 0 0 0 0 0 0 0 0 d a N K E 0 4G U 0 °a 3 REIMBURSEMENT AGREEMENT THIS REIMBURSEMENT AGREEMENT ( "Agreement "), is made and entered into on this day of , 2004, by and between: AND ORANGE COUNTY SANITATION DISTRICT, a County Sanitation District, hereinafter referred to as "District "; CITY OF NEWPORT BEACH, California, a Municipal Corporation, hereinafter referred to as "City ". District and City are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referTed to as "Parties ". RECITALS WHEREAS, District is a duly organized County Sanitation District existing pursuant to the County Sanitation District Act, California Health and Safety Code section 4700, et seq., providing for the ownership, operation, and maintenance of wastewater collection, treatment, and disposal facilities within Orange County, California; and WHEREAS, City is a duly organized Municipal Corporation existing pursuant to the laws of the State of California; and WHEREAS, City is planning to develop a low - income senior housing project in the City, near the intersection of Jamboree Road and Backbay Drive ( "City Project "); and WHEREAS, City Project will require realignment of District's Coast Highway Trunk Sewer Line ( "Coast Highway Trunk "), including abandoning a portion of the Coast Highway Trunk ( "Trunk Realignment "), located near the intersection of Jamboree Road and Backbay Drive in the City; and WHEREAS, City has agreed to provide design services for the construction of the Trunk Realignment at its sole cost and expense; and WHEREAS, City is willing to let, administer, and manage a construction contract for the construction of the Trunk Realignment; and WHEREAS, City has agreed to construct the new portion of the Coast Highway Trunk and abandon in place an unneeded portion of the Coast Highway Trunk to accommodate the City Project; and 179805.3 Page 1 of 7 WHEREAS, City has agreed to obtain, at its own cost and expense, any easements necessary for the Trunk Realignment, and District has agreed to quitclaim to The Irvine Company ( "TIC ") the existing easement for that portion of the Coast Highway Trunk to be abandoned, and the easement for an unconstructed alignment for Project 5 -46 Backbay Sewer; and WHEREAS, District has agreed to reimburse City for one -half (1/2) of the actual construction costs of the Trunk Realignment upon completion; and WHEREAS, District has agreed to generate, at its own cost and expense, all legal descriptions associated with the Trunk Realignment. AGREEMENT NOW THEREFORE, in consideration of the mutual promises set forth herein, the Parties hereto agree as follows: Section 1: Recitals. The Recitals above are deemed true and correct, are hereby incorporated in this Section as though fully set forth herein, and each Party to this Agreement acknowledges and agrees that such Party is bound by the same. Section 2: Elements of Agreement. City and District shall work cooperatively together so that Trunk Realignment can be constructed in a manner which minimizes costs and impacts to the public. The specific terms and conditions governing the elements of this Agreement are set forth hereinafter. Section 3: City's Specific Obligations. City shall: A. Provide design services necessary for the Trunk Realignment at its sole cost and expense. B. Prepare and issue a public works bid package and let, administer, and manage a construction contract for the construction of the Trunk Realignment. C. Obtain all necessary permits for construction of the Trunk Realignment. D. Submit prepared plans and specifications for the design and construction of the Trunk Realignment to the District for review and approval by District's Director of Engineering. The plans and specifications shall meet District's standards and technical requirements for the Trunk Realignment. Such approval shall not be unreasonably withheld. E. In accordance with District standards and technical requirements, construct the realigned portion of the Coast Highway Trunk necessary to accommodate the City Project and abandon in place that portion of the District Coast Highway Trunk which will not be needed following completion of the Trunk Realignment. 179805.3 Page 2 of 7 F. Obtain the written approval of the Districts' Director of Engineering of the Trunk Realignment prior to accepting the improvements. Such approval shall not be unreasonably withheld. G. Furnish and deliver to District "as built" drawings of the Trunk Realignment and any additional project - related documents requested by District, all at no cost to District. H. Require a one -year warranty on the project from its contractor which warranty shall be assigned by City to District upon transfer of the Trunk Realignment to District, and which shall read as follows: "Contractor guarantees for a period of one (1) year from the date of final acceptance of the work by City that the Contractor shall repair or remove and replace any work, together with any other work which may be displaced in so doing, that is found to be defective in workmanship and/or materials without any expense to City or its assigns, ordinary wear and tear excepted. If Contractor fails to comply with this warranty within one (1) week after being notified in writing, City or its assigns are authorized to proceed to have the defects remedied at Contractor's expense who shall pay the cost and charges thereof immediately on demand. If, in the opinion of City or its assigns, defective work detected during the guarantee period creates a dangerous condition or requires immediate correction or modification to prevent further loss to City or its assigns or to prevent interruption of City or its assigns operations, City or its assigns shall be authorized to repair the condition without prior notice to the Contractor and Contractor shall pay the cost and charges thereof immediately upon demand. Contractor's obligations under this section are in addition to Contractor's other express or implied assurances under this Contract and State law and in no way diminish any other rights that City or its assigns may have against Contractor for faulty materials, equipment, or work. The Faithful Performance Bond and Labor and Materials Bond shall continue in full force and effect for the guarantee period." I. Upon completion of the Trunk Realignment, transfer ownership of the Trunk Realignment to District free of any cost to the District (except as otherwise set forth in Sections 4.A. and 6), along with any easements necessary for the project. J. This Agreement is contingent upon the City obtaining any easements necessary for the Trunk Realignment from TIC and /or other persons /entities. City shall obtain, at its own cost and expense, all easements necessary for the Trunk Realignment, in a form approved by the District. District shall have no responsibility for obtaining or paying the cost of obtaining the easements necessary for the project. If City fails to obtain all necessary easements for the project, District may, in its sole discretion, terminate this Agreement at no cost to District. 179905.3 Page 3 of 7 Section 4: District's Specific Obligations. District shall: A. Generate, at its own cost and expense, all legal descriptions associated with the Trunk Sewer Realignment B. Upon completion of the Trunk Realignment, and upon receipt of an invoice and supporting documentation from City detailing the actual project construction costs, reimburse City for one -half (1/2) of the actual cost of the construction of the Trunk Realignment. As used in this Agreement, Construction Costs shall not include costs for preparation of legal descriptions, costs of acquiring easements, project design costs and City administrative costs for the Project. C. At all times during the progress of construction of any work, District shall have access to the work thereof for the purpose of inspection of Project progress. D. Retain final authority to accept or reject the contractor's work on the Trunk Realignment. District shall act reasonably in the exercise of such authority. E. Upon transfer of the Trunk Realignment to District, District shall quitclaim to TIC the following two (2) easements: (1) the existing easement for that portion of the Coast Highway Trunk to be abandoned, and (2) the easement for the unconstructed alignment for Project 5 -46 Backbay Sewer. Section 5: Change Orders and Design Addenda. District shall be provided the opportunity to review and approve all design addenda and construction change orders that pertain to the Trunk Realignment. Such approval shall not be unreasonably withheld. Section 6: Timing of Reimbursement. When the Trunk Realignment is completed, City shall submit an invoice and supporting documentation to District showing the actual cost of the construction of the Trunk Realignment. District shall pay City one -half (1/2) of the actual cost of the construction of the Trunk Realignment within sixty (60) days of District's receipt of the invoice and supporting documentation. Construction costs are currently estimated at $160,000.00. Section 7: Environmental Documentation. City shall be responsible for compliance with the California Environmental Quality Act ( "CEQA ") (Pub. Resources Code, Section 21000 et seq.) for all activities associated with the Trunk Realignment. Section 8: Hold Harmless. A. City shall defend and hold District, its officers, employees, agents, and consultants free and harmless from any and all claims, damages, or demands arising out of City's performance of its obligations under this Agreement. B. District shall defend and hold City, its elected and appointed officials, employees, agents, and consultants free and harmless from any and all claims, damages, or demands arising out of District's performance of its obligations under this Agreement. Section 9: Insurance. City shall require the construction contractor to maintain the insurance policies in the amounts stated herein during all times of the construction project. City 179805.3 Page 4 of 7 shall not allow contractor or subcontractor(s) to commence work on the project until insurance is obtained in accordance with the requirements of this section. City shall require that insurers be admitted carriers and authorized to transact business in the State of California and that insurers have an "A - ", or better, Policyholder's Rating, and a Financial Rating of at least Class VII, or better, in accordance with the most current A.M. Best Rating Guide. City shall include a provision in its contract with contractor that District may require contractor to substitute any insurer whose rating drops below the levels herein specified and that the substitution shall occur within twenty (20) days of written notice to contractor by District or its agent. City shall require contractor to furnish District with original certificates and amendatory endorsements effecting coverage. Said policies and endorsements shall conform to the requirements herein stated. All certificates and endorsements are to be received and approved by District before work commences. District reserves the right to require complete, certified copies of all required insurance policies, including endorsements, affecting the coverage required by these specifications, at any time. City shall require that such policies shall name District, its officers, employees, agents, and consultants as additional insureds thereon by endorsement to such policies. City shall require that each insurance policy required by this section shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days' written notice. City shall require coverage in at least the following amounts: A. General Liability. $1,000,000.00 per occurrence for bodily injury, personal injury, and property damage and $2,000,000.00 aggregate for bodily injury, personal injury, and property damage. B. Automobile Liability. $1,000,000.00 combined single limit per accident for bodily injury and property damage, including non -owned and hired vehicles. C. Workers' Compensation. Workers' Compensation, in accordance with the Workers' Compensation Act of the State of California for a minimum of $1,000,000.00. Such Workers' Compensation Insurance shall be endorsed to provide for a waiver of subrogation against District. Section 10: Term. The term of this Agreement shall be in full force and effect until the specified obligations of both Parties have been fulfilled or rescinded by both Parties. Section 11: Agents. Any contractor, subcontractor, or consultant performing work in connection with the Trunk Realignment shall be conclusively deemed to be an agent of City. Section 12: Notices. All notices or other communications required or permitted hereunder shall be in writing and shall be personally delivered or sent by registered or certified mail, postage prepaid, return receipt requested, delivered or sent by electronic transmission, and shall be deemed received upon the earlier of: (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) three (3) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by electronic transmission. Any notice, request, demand, direction, or other 179805.3 Page 5 of 7 communication sent by electronic transmission must be confirmed within forty -eight (48) hours by letter mailed or delivered. Notices or other communications shall be addressed as follows: To District: Orange County Sanitation District Post Office Box 8127 Fountain Valley, CA 92728 -8127 Attention: Penny Kyle, Board Secretary Facsimile: (714) 962 -0356 To City: City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Public Works Director Facsimile: (949) 644 -3020 Section 13: Jurisdiction. In the event of a dispute regarding performance or interpretation of this Agreement, the venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of California for Orange County. In the event that suit is brought by either Party to enforce the terms and provisions of this Agreement or to secure the performance hereof, the prevailing Party shall be entitled to reasonable attorneys' fees, costs, and necessary disbursements in addition to any other relief to which it may be entitled. Section 14: Force Maieure. Except for the payment of money, neither Party shall be liable for any delays or other non - performance resulting from circumstances or causes beyond its reasonable control, including without limitation, fire or other casualty, Act of God, strike or labor dispute, war or other violence, acts of third parties, or any law, order, or requirement of any governmental agency or authority. Section 15: Governing Law. This Agreement shall be governed by the laws of the State of California. Section 16: Entire Agreement. This Agreement constitutes the entire understanding and agreement between the Parties and supersedes all previous negotiations between them pertaining to the subject matter thereof. Section 17: Waiver. A waiver of a breach of the covenants, conditions, or obligations under this Agreement by either Party shall not be construed as a waiver of any succeeding breach of the same or other covenants, conditions, or obligations of this Agreement. Section 18: Modification. Alteration, change, or modification of this Agreement shall be in the form of a written amendment, which shall be signed by each Party. Section 19. Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be invalid under the applicable law, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement. 179805.3 Page 6of7 Section 20. Agreement Execution Authorization. Each of the undersigned represents and warrants that he or she is duly authorized to execute and deliver this Agreement and that such execution is binding upon the entity for which he or she is executing this document. IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed as of the day and year first above written. APPROVED AS TO FORM: GENERAL COUNSEL By APPROVED AS TO FORM am City Attorney ORANGE COUNTY SANITATION DISTRICT im Blake P. Anderson, General Manager Secretary, Board of Directors CITY OF NEWPORT BEACH By Mayor ATTEST: City Clerk F:\USERS \PBW\Shared\AGREEMENTS - Outside \OCSD Reimbursement Agreement 4- 26- 04.DOC 179805.3 Page 7 of 7 City of Newport Beach NO. BA- 04BA -057 BUDGET AMENDMENT 2003 -04 AMOUNT: $zso,173.00 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance X Transfer Budget Appropriations NX No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase revenue estimates and expenditure appropriations and to transfer expenditure appropriations related to Storm Drain and Sewer Replacement. C -3645. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description REVENUE ESTIMATES (3601) Fund /Division Account Description 250 5901 Affordable Housing Contribution FY 04 -05 250 4839 OC Sanitation District Contribution EXPENDITURE APPROPRIATIONS (3603) Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed Signed: Signed: Description 7181 Gas Tax C5100462 Citywide Slurry Program 7181 Gas Tax C5100008 Storm Drain Improvement Program Amount Debit Credit $93,430.00 $93,430.00 $63,616.00 $63,616.00 7251 Contributions. C5100755 Bayview Landing OCSD Trunk Sewer Relocation $186,860.00 ncial Approval: Administrative Services Director istrative Approval: City Manager City Council Approval: City Clerk "fir Date -51411,9 ° Date City of Newport Beach NO. BA- 04BA -057 BUDGET AMENDMENT 2003 -04 AMOUNT: $250,173.00 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance X Transfer Budget Appropriations X No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase revenue estimates and expenditure appropriations and to transfer expenditure appropriations related to Storm Drain and Sewer Replacement, C -3645. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit REVENUE ESTIMATES (3601) Fund /Division Account Description 250 5901 Affordable Housing Contribution $93,430.00 FY 04 -05 250 4839 OC Sanitation District Contribution $93,430.00 EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7181 Gas Tax Account Number C5100462 Citywide Slurry Program $63,616.00 Division Number 7181 Gas Tax Account Number C5100008 Storm Drain Improvement Program $63,616.00 Division Number 7251 Contributions Account Number C5100755 Bayview Landing OCSD Trunk Sewer Relocation $186,860.00 Division Number Account Number Signed: Financial Approval: Administrative Services Director Date Signed nistrative Approval: City Manager Signed: LI/V / ) ,. City Council Approval: City Clerk S e (/ s111 Date