Loading...
HomeMy WebLinkAboutC-2641(A) - Irvine Avenue at Santiago Drive Intersection Improvements & Irvine Avenue Rehabilitation between 16th Street & Santiago DriveUY THE CITY COUNCIL CITY OF NEWPORT EEACH MAY 1 1 1992 • To: City Council • om) May 11, 1992 CITY COUNCIL AGENDA ITEM NO. D -5 FROM: a"N► er and Membe th City it} rminr i1 7. 0. i SUBJECT: CONSTRUCTION OF CURBS, GUTTERS AND DRIVEWAY APPROACH ALONG SANTIAGO DRIVE BETWEEN IRVINE AVENUE AND TUSTIN AVENUE (C -2641) 1. Hold a public hearing on the Notices of Cost. 2. After closing the public hearing, confirm the assessments. 3. Allow the property owners three years to pay their assessments with an interest rate of 8% per annum on the unpaid balance. • DISCUSSION: On March 28 ,1988, the City Council directed staff to use the procedure of Chapter 27 of the Improvement Act of 1911 to construct curbs, gutters and driveway approach along Santiago Drive between Irvine Avenue and Tustin Avenue. The locations of the improvements are shown on the attached sketch. The recommended public hearing is Step No. 4 in the following brief description of the procedure: 1. The City Council orders the owners of property to construct improvements adjacent to their properties and sets a time and place for a public hearing on the "Notice to Construct". 2. After the close of the public hearing on the "Notice to Construct," if the property owners do not complete the improvements within 60 days after the date of the notice, the City acquires jurisdiction to construct the improvements at the • expense of the owners of the property. 3. The improvements are constructed using money advanced from the Street and Alley Maintenance Program. 4. The assessments are spread, and another hearing is held on the cost of the improvements. Subject: Construction of Curbs, Gutters and Driveway Approach along Santiago Drive between Irvine Avenue and Tustin Avenue (C -2641) • May li, 1992 Page 2 S. After the confirmation of the assessments by the City Council and the close of the public hearing, property owners have 5 days to pay their assessments in cash. The City Council may, in its discretion, allow the cost of improvements to be paid for over a period of years at a rate of interest established by the City Council. A lien will then be placed on any property for which the assessments have not been paid, or for which the owners have not entered into an agreement to pay over a period of time. Agreements will be recorded and will constitute liens upon the properties. The payments are collected by the Finance Department. The costs to the property owners are as follows: • covet. Covet. cost Address Improvements cost Plus 208 1. 2001 Irvine Avenue 117 L.F. curb & gutter $1,572.48 $1,886.98 2. 2019 Irvine Avenue` drive approach $1,015.50 $1,218.60 3. 2301 Santiago Drive 132 L.F. curb & gutter $1,774.08 $2,128.90 The 20% surcharges are to provide reimbursement to the City for engineering, management and contract administration costs. The Finance Director recommends that the property owner be given three years to pay at an annual rate of interest of 8% per annum on the unpaid balance, with interest starting 31 days after the confirmation of the assessments by the City Council. Benjamin B. Nolan • Public Works Director LD:so 0 Curbs, Cutters, ;o Drive Approoncb - wolleS;rntingo Drive I . 1 between Irvine Avenue and Tustin Avenue j (C -2641) (D PARCEL 426 - 111 -12 k .TUSTIN Q MARILYN L. WALKER 2001 IRVINE AVENUE 7f7771;0. _ NEWPORT BEACH, CA C /TY BO 2 +C GEORGE SKAUG N i 1224 PHILLIPP STREET SAN FERNANDO, CA a � o n�i a O� I V O3 LORRIE HUFF, TRUSTEE `I y — —I— IQ a e 2301 -22ND STREET � _ p — ` NEWPORT BEACH, CA y N N� p � o n 16 T CEA/TELLQS PL. i> v000• -twos- I '•° W_3 34,i 7� 9 ° Y x' ovrul ,7e' N 12Q.OB59/d11� I 4 O W N I iaa• � /av I I a O I o O I � a -2ooi• 2009• •20/9 WAN, z- X/7/ /9/r n , c N �II I A N 0 W all r. O N (" t rA I II I � IRVINE 3 ; CEA/TELLQS PL. i> v000• -twos- I '•° W_3 34,i 7� 9 ° Y x' ovrul ,7e' N 12Q.OB59/d11� I 4 O W N I iaa• � /av I I a O I o O I � a -2ooi• 2009• •20/9 WAN, z- X/7/ /9/r n , BY THE CITY • TO: City Council FROM: Public Works Department - yL April 13, 1992 CITY COUNCIL AGENDA ITEM NO. F -10(a) a SUBJECT: CONSTRUCTION OF CURBS, GUTTERS AND DRIVEWAY APPROACH ALONG SANTIAGO DRIVE BETWEEN IRVINE AVENUE AND TUSTIN AVENUE (C -2641) RECOMMENDATION: Schedule a public hearing for 7:00 p.m. on May 11, 1992, on the "Notice of Cost" for the construction of curbs, gutters and driveway approach along Santiago Drive under the procedure of Chapter 27 of the Improvement Act of 1911. DISCUSSION: On March 28, 1988, the City Council directed Staff to • use the procedure of Chapter 27 of Improvement Act of 1911 to construct curb, gutters and driveway approach along Santiago Drive between Irvine Avenue and Tustin Avenue. The recommended public hearing is Step No. 4 in the following brief description of the procedure: 1. The City orders the owners of property to construct improvements adjacent to their properties, and sets a date for a public hearing on the "Notice to Construct ". 2. After the close of public hearing on the "Notice to Construct ", if the property owners do not complete the improvements within 60 days after the date of the notice, the City acquires jurisdiction to construct the improvements at the expense of the owners of the property. 3. The improvements are constructed using money advanced from the Street and Alley Maintenance • programs. 4. The assessments are spread, and another public hearing is held on the cost of the improvements. Subject: Construction of Curbs, Gutters and Driveway Approach along Santiago Drive between Irvine Avenue and Tustin Avenue •April 13, 1992 Page 2 5. After the confirmation of the assessments by the City Council and the close of the public hearing, property owners have 5 days to pay their assessments in cash. The City Council may, in its discretion, allow the cost of improvements to be paid for over a period of years at a rate of interest established by the City Council subject to execution of an agreement to repay. A lien will be place on any property for which the assessments have not been paid, or for which the owners have not entered into an agreement to repay. The agreement will be recorded and will constitute a lien on the property. Payments are collected by the Finance Department. The estimated costs at the time of the "Notice to Construct" and the final costs are as follows: a4t�, �9 9 Benjamin B. Nolan Public Works Director LD:so Estimated Final • Property Immprovements Costs Cost 2001 Irvine Avenue 117 lf. curb & gutter $2,880 $1,572 2019 Irvine Avenue driveway approach 1,800 1,015 2301 Santiago Drive 132 lf. curb & gutter 3,160 1,774 2421 Santiago Drive 75 lf, curb & gutter 1,800 1,008 a4t�, �9 9 Benjamin B. Nolan Public Works Director LD:so FOR GOOD AND VALUABLE CONSIDERATION, receipt of which is hereby acknowledged, the undersigned, does hereby release from the effect of that certain Stop Notice or Notice to Withhold filed in the Office of the CITY OF NEWPORT BEACH on 04/01/92 against EXCALIBUR PAVING as General Contractor, on job known as IRVINE AVENUE & SANTIAGO DRIVE NEWPORT BEACH, CALIFORNIA. in the amount of $ 17,085.02 DATED: 5/28/92 FIRM PA MENT RECYCLING SYSTEMS INC. BY ia"4' au,-- R v ELDER, VICE PRESIDENT BY CONTRACTORS LICENSE NO. 569352A STATE OF CALIFORNIA )SS. COUNTY OF RIVERSIDE �aycm'l0 cN KE�p A�gfA On 5/28/92 before me, S. MILBURN personally appeared RAY ELDER, VICE PRESIDENT , personally known to me OXXIWMVatk) nxmxxxmKAkixx6t xotxisafttacMptxwid=aX to be the persona whose name"�are subscribed to the within instrument and acknowledged to me that( she/ they executed the same in hi er/their authorized capacity(), and that by Q'1 her /their signature(ed on the instrument the person(20, or the entity upon behalf of which the perso_ ( , acted, executed the instrument. ` WITNESS my hand and official seal. E m = >" OFFICOX SEAL S. MILBURN Cl J1 Notary Pull *C.0ft"40 _ Ci u� '7 57 May 12, SAN BONAWM COLM MY (signature) Form prodded WHEATLEY SCOTT OSAKI & JOVANOVICH 2600 E. Nutwood Ave.. Suite 101. Fullerton. CA 92631 coudwy or: Construction Law 1- 714- 992 -6300 or 1 -600 -422 -2090 yo-V May 8, 1992 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3005 Excalibur Contracting, Inc. 2760 S. Harbor Blvd., #F 1 Santa Ana, CA 92704 Subject: Surety: Indemnity Company of California Bonds No.: 223513P Contract No.: C -2641 Project: Irvine Avenue at Santiago Drive Intersection Improvements, and Irvine Avenue Rehabilitation between 16th Street and Santiago Drive The City Council of Newport Beach on April 13, 1992, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on April 23, 1992, Reference No. 92- 265859. Sincerely, Wanda E. Raggio�� Y% l City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk /�?. '20v. city ofwNNe ort Beach Newport Beach, CA Boulevard 92- 205859 40 RECORDED IN OFFICIAL REOORDS OF ORANGE COUNTY, CALIFORNIA 4:00 P.M. APR 2 31992 va Q•` Recorder "Exempt from to Governmer NOTICE OF COMPLETION Add. $ pq@ Lien IN! $ @`9 Other $ MAY 6 1992 CM CLERK ITY NEWPORT OF NOTICE IS HEREBY GIVEN that the City of Newport Beach, 33b0 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Excalibur Contracting, Inc., 2760 S. Harbor Blvd., #F, Santa Ana, CA 92704 as Contractor, entered into a Contract on July 26, 1991 Said Contract set forth certain improvements, as follows: Irvine Avenue at Santiago Drive Intersection Improvements, and Irvine Avenue Rehabilitation between 16th Street and Santiago Drive (C -2641) Work on said Contract was completed on November 26, 1991 and was found to be acceptable on April 13, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Indemnity Company of CA 91786 BY a�, e �y ul bila oForKs Director VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the bes,tg oaf my knowledge. Executed on G� �� / Cl%Y at IV Newport Beach, California. BY 47"W. i y er c .A �esr • TO: FROM: SUBJECT: L • City Council Public Works Department April 13, 1992 CITY COUNCIL AGENDA ITEM NO. F -11 ACCEPTANCE OF IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVEMENTS AND IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE (C -2641) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $632,402.70 Amount of unit price items constructed 633,083.04 Amount of change orders 37,482.46 Total contract cost $670,565.50 Nine Change Orders were issued. The first, in the amount of $2,027.88, provided for realignment of the new storm drains to avoid conflicts with the existing gas mains. The second, in the amount of $4,588.00, provided for changes to the driveway and wall at the property at the corner of Santiago and Irvine. The third, in the amount of $1,025.30, provided for relocation of the traffic signal electrical service around the new catch basin. The fourth, in the amount of $4,028.39, provided for relocation of a catch basin and reconstruction of two sewer manholes in Santiago Drive. The fifth, in the amount of $5,637.20, provided for revisions to the block wall at the corner of Santiago and Irvine. The sixth, in the amount of $3,850.00, provided for the construction of steps from the sidewalk up to the yard level at the corner of Santiago and Irvine. The seventh, in the amount of $2,000.00, provided for a change in A f Subject: Acceptance of Irvine Avenue at Santiago Drive Intersection Improvements and Irvine Avenue Rehabilitation between 16th Street and Santiago Drive •(C -2641) April 13, 1992 Page 2 the striping on Irvine Avenue. The eighth, in the amount of $8,896.97, provided for the relocation of an existing electrical conduit and the installation of new conduit for the future upgrading of the street lighting system. The ninth, in the amount of $5,428.72, provided for relocating the driveway and removal of a tree at the corner of Santiago and Irvine. Funds for the project were budgeted in the General Fund, Account Nos. 7013- 3130013 and 7013- 3130020. The contractor is Excalibur Contracting, Inc. of Irvine. The contract date of completion was November 8, 1991. Due to the extra work, completion was delayed until November 26, 1991. Benjamin B. Nolan Public Works Director GPD:so 910371 STOP NOTICE LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS (Public or Private Work) (Per California Civil Code Section 3103) RECEIVED APR 3 1992 CRY CLERK Cnr OF NEWPORT BEACH To: CITY OF NEWPORT BEACH Project: # 9113 C -2641 (Name of owner. public body or construction fund border) IRVINE AVE @ SA%i°PIIAGO DRIVE INTER - 3300 NEWPORT BLVD SECTION IMPROVEMENTS. (Address It directed to a bank or savings and loan assn . use address of branch hording fund) (Address( NEWPORT BEACH, CA 92659 -1768 NEWPORT BEACH, CA (City. state and zip) (City, state and zip) TAKE NOTICE THAT PAVEMENT RECYCLING SYSTEMS, INC. (Name of the person or firm claiming the stop notice Licensed contractors must use the name under which contractors license is issued) whose address is P.O. BOX 1266 RIVERSIDE, CA 92502 (Address of person or firm claiming stop notice) has performed labor and furnished materials for a work of improvement described as follows: IRVINE AVENUE & SANTIAGO DRIVE NEWPORT BEACH, CA (Name and location of the project where work or materials were furnished) The labor and materials furnished by claimant are of the following general kind: COLD PLANE AC PAVEMENT (Nand of larva, services. equipment. 01 Materials Wrmshed or agreed to he tumashed by daimanq The labor and materials were furnished to or for the following party: EXCALI BUR PAVING P.O. BOX 17746 IRVINE, CA 92713 (Name of the party who ordered the work or materials) Total value of the whole amount of labor and materials agreed to be furnished is: ... ... _ ....... __ ......... $ 16,117.94 WITH INTEREST The value of the labor and materials furnished to date isi 5- % ... PER MONT-h1 - - -- - $ 17 , 0 8 5 .0 2 Claimant has been paid the sum of: ................................ ............................ . .... ................. $ NONE and there is due, owing and unpaid the sum of: 17,085.02 You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable costs of litigation, as provided by law. You are also notified that claimant claims an equitable lien against any construction funds for this project which are in your hands. co��� O o 0 p ° --� tiff ��'rorrr FIRM �i IMA VEME VERIFICATION I, the undersigned, say: lam the VICE PRESIDENT (-President of", °A partner of'. 'Owner at "Agent of', etc.) the claimant named in the foregoing Stop Notice, I have read said Stop Notice and know the contents thereof, the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the_jAregoing is true and correct. Executed on APRIL 1 19 92 , at (Date this document was signed) Via- who's swe. California. REQUEST FOR NOTICE OF ELECTION (Private Works Only) (Per California Civil Code Section 3159, 3161, or 3162) If an election is d not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 r, 162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed s ped envel a nformation must be provided by you under Civil Code Sections 3159, 3161, or 3162. arrrron� �t� � ilr(1 P.�aOi�� RAY'EU)DER, VICE PRES See reverse side for additional information. stamped envelope) WOLCOTTS FORM 894 —STOP NOTICE —Rev. 4 -91 (price class 3) Before you use this form, read it, fill in all blanks, and make whatever changes are appropriate and necessary to your particular 1.1991 WOLCOTTS, INC transaction. Consult a homes, d you doubt the tam's fitness for your purpose and use. Wolcatta makes tic representation Or warranty, express or implied with respect to the merchantability or fr ness of this form for an intended use or purpose. ADDITIONAL INFORMATION (1) On a public job, file a stop notice with the controller, auditor, or other public disbursing officer whose duty it is to make payments under the prime contract, or with commissioners, managers, trustees, officers, board of supervisors, board of trustees. Civil Code §33179 -3214. (2) On a private job, file a stop notice with responsible officer or person at office or branch of construction lender administrating funds or with owner. Civil Code § §3156 -3175. (3) A stop notice is good only following the filing of a preliminary notice 20 days after the claimant first furnishes work or materials to the job site. Rules on preliminary notice for public and private work vary, so consult an attorney if you are uncertain that you have complied with the notice requirements. (4) A bond for one and one quarter times the amount of the stop notice claim must accompany a stop notice served on a construction lender on private jabs —a bond is not required on public jobs or on a stop notice served on an owner for private jobs. N j 1 L fr: J QM li l Cr- Q L w: W Ci STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS of Newport Beach - Public Works Department (Name of owner, construction lender or public officer) 3300 Newport Blvd. Newport Beach, California HOLDER OF FUNDS. (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, Inc. 18231 Irvine Blvd. Suite 204 Tustin, California 92680 (Name and address) has furnished or has agreed to furnish Land Surveying Services (labor, services, equipment, materials) of the following kind Construction Staking (general description of labor, services, equipment or materials) to or for Excalibur Contracting, Inc. for the work improvement, located at, or known as: (name of person to or for whom furnished) Irvine Ave. @ Santiago Dr. Intersection Improvements, Irvine Ave. Rehabilitation (address, legal description, description of site or project identification) between 16th St and Santiago Dr. C -2611 The amount in value of the whole agreed to be done or furnished by claimant is $_8325. The amount in value of that already done or furnished by claimant is $ 2325 nn Claimant has been paid the sum of $ —0— and there remains due and unpaid the sum of $ 8325.00 • plus interest thereon at the rate of per cent per annum from , 19_. YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. k&:eorris— Repke, Inc. January 9, 1992 Jack P. Norris Name of Claimant Corp. Secretary 18231 Irvine Blvd. Suite 204 Tustin, Calif STATE OF CALIFORNIA ss. COUNTY OF �1lli'�`S r) � Address of Claimant i%i: P5 � Q w C,: i•;:: ci' 'x, :;i :,:. ,,: -v0 to � ='sCa 5awobOC1OO"toL9 being duly, sworn, deposes and says: That the person(c) who signed the foregoing Stop Notice; that I he',has read the same and knows the contents thereof to be true of hT own knowledge,,except as to any matters or things that may therein be stated on h information and belief and as to those matters and things The believes them to be tr:•e. Subscribed and sworn to before me this �) 4h day of .Sc<<l o t I 19 Q. Notary Public and in and for said State OFFICIAL SEAL KAREN GREMANIS f1 Notary Pubbc- C011101n:o ,.,' RIVERSIDE COV::;V \� `^`° :•.... My Commission Exp::es January 13. 1995 716 ,baderd form raven mwt wad wabrtma ra the Feld Wk-sted. Rafam lou ,({o< teed 4 811 m da hleab, taTOP NOTICE and =� �O� Aoim >ow �e�O°• Cem,Wt • 6vvyer U you doubt the norm a 8roeu fw lour v uyue. WOLCOTTti FORM M94 —qe2 2.73 (er[e[bsi Jl CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK (714) 644 -3005 DATE: July 29, 1991 SUBJECT: Contract No. C -2641 Description of Contract IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVEMENTS, AND 'IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE Effective date of Contract July 26, 1991 Authorized by Minute Action, approved on June 24, 1991 Contract with Excalibur Contracting, Inc. Address 2760 S. Harbor Blvd., #F Santa Ana, CA 92704 Amount of Contract $632,402.70 "94e2�4' s 4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach City Clerk NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 926WI768 unt i I.. -.-- 11: 00 AM an the 13 day of JUNE 1991, --U-- at which time such bids shall be opens and read for IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVEMENTS, AND IRVINE AVENUE REHABILITATION Me C-2641 Contract No. $660,000 Engineer's Estimate F 4!�V -7 Approved by the City Council this 13 day of May 1991 Wanda E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92659-1768. For further information, call Lloyd Dalton at 644-3311. Project Manager V J4� _�. .J �' • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVEMENTS, AND IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE CONTRACT NO. 2641 ADDENDUM NO. 1 JUNE 12, 1991 NOTICE TO BIDDERS: BIDDERS shall propose to complete Contract No. 2641 in accordance with plans, proposal, contract documents and special provisions as modified by this Addendum No. 1. The following changes are hereby made to the Special.Provisions: SP 7 of it C. ASPHALTIC CONCRETE PAVEMENT. ADD Crack Sealing - All existing pavement cracks 1/4" or greater in width shall be cleaned, filled and sealed to existing pavement level with Polyflex 3 manufactured by Crafco Inc. or equal approved by the Engineer. Existing cracks to be sealed shall be cleaned of all loose material, vegetation, dirt, moisture, etc., using sandblasting, brushing, air blowing or any other method of cleaning as approved by the Engineer. No separate payment will be made for crack sealing. Compensation shall be included in the price paid for related items of work. Execute and date this Addendum No. 1 and attach it to your bid proposal. No bid proposal will be accepted without Addendum No. 1 being executed and attached thereto. Benjamin B. Nolan Public Works Director I have carefully examined Addendum No. 1 and hereby consent to it being made a part of our proposal. • • PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMBN PROPOSAL 1. IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND . SANTIAGO DRIVE 2. IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVENM CONTRACT NO. 2641 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 2641 in accordance with the Plans and Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization Fifty Thousand Dollars and No Cents Per Lump Sum $ 50,000.00 2. 3,300 Unclassified excavation Cubic Yards @ Fifteen Dollars and Sixty Cents $ i 5 fin $ 51 .4Rn .00 Per Cubic Yard 3. Lump Sum Clear and grub @ Fifty -Fi vP Thnyiiand Dollars and No Cents $ 55 -nnn _ 00 Per Lump Sum 5. 5,000 Construct aggregate base Tons @ Ten Dollars and Twenty Cents $ 10.20 $ 51 ,000.00 Per Ton 6. 16,500 Cold plane variable depth Sq. Yards @ One Dollars and No Cents Per Square Yard 7. 700 Cold mill 0.12' Sq. Yards @ One Dollars and Fifty-Seven Cents Per Square Yard 8. 4,185 Construct reinforcement fabric Sq. Yards $ 1.00 $ 16,500.00 $ 1.57 $ 1-099.00 @ No Dollars and Eighty -Seven Cents $ .87 $ MO. 95 Per Square Yard 9. 2,279 Construct P.C.C. curb & gutter Linear Feet @ Ten Dollars and Seventy -Five Cents $ 10.75 $ 24,499.25 Per Linear Foot • • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 8,000 Construct asphalt concrete Tons pavement @ Twenty -;Six Dollars and Twenty Cents $ 26.20 $ 209,600.00 Per Ton 5. 5,000 Construct aggregate base Tons @ Ten Dollars and Twenty Cents $ 10.20 $ 51 ,000.00 Per Ton 6. 16,500 Cold plane variable depth Sq. Yards @ One Dollars and No Cents Per Square Yard 7. 700 Cold mill 0.12' Sq. Yards @ One Dollars and Fifty-Seven Cents Per Square Yard 8. 4,185 Construct reinforcement fabric Sq. Yards $ 1.00 $ 16,500.00 $ 1.57 $ 1-099.00 @ No Dollars and Eighty -Seven Cents $ .87 $ MO. 95 Per Square Yard 9. 2,279 Construct P.C.C. curb & gutter Linear Feet @ Ten Dollars and Seventy -Five Cents $ 10.75 $ 24,499.25 Per Linear Foot 4 ,t r • • PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 1,717 Construct P.C.C. driveway approach Sq. Feet @ Two Dollars and CPVanty-Fiva Cents $ 9.75 $ 4.771 J5 Per Square Foot 11. 505 Construct cross - gutter, Sq. Feet spandrel, & integral curb @ Six Dollars and Thirty Cents $ 6-10 $_-I 1 R1 _50 Per Square Foot 12. 2,220 Construct sidewalk Sq. Feet @ Two Dollars and SPVPnty Cents $ 2.70 $___5 L9 94. 00 Per Square Foot 13. 850 Replace existing A.C. driveway Sq. Feet or walk @ Four Dollars and No Cents $ 4.00 $ 3,400.00 Per Square Foot 14. 95 Construct depressed curb & Linear Ft. gutter @ Ten Dollars and Seventy -Five Cents $ 10.75 $ 1,021.25 Per Linear Foot 15. 100 Construct curb access ramp Sq. Feet @ Two Dollars and Seventy Cents $ 2.70 $ 270.00 Per Square Foot • • PR 1.4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN FORDS PRICE PRICE 16. 62 Adjust manhole frame & cover Each to grade @ One Hundred Seventy- Five Dollars and No Cents $ 175.0n $ 1 n _ R5n nn Per Square Foot 17. 69 Adjust water valve or monitoring Each well frame & cover to grade @ One Hundred Fifty Dollars and No Cents $ 1rn_nn $ n,'isn nn Per Each 18. 2 Adjust survey monument Each frame & cover to grade @ Five Hundred Dollars and No Cents $ 500.00 $ 1,000.00 Per Each 19. 2 Relocate pull boxes in stamped Each concrete at 17th Street /Westcliff Drive traffic island @ Six Hundred Sixty Dollars and No Cents $ 660.00 $ 1,320.00 Per Each 20. Lump Sum Modify traffic signal Irvine Ave. and Santi, @ Nineteen Thousand Eight Hundred Nn Per Lump Sum at igo Dr. Dollars and Cents $ 19.800.00 •PR 1.5 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN URDS PRICE PRICE 21. Lump Sum Place traffic striping and pavement markings within City of Costa Mesa @ Fifty -Nine Hundred Dollars and No Cents $ 5,900.00 Per Lump Sum 22. Lump Sum Place traffic striping and pavement markings within City of Newport Beach @ Fourteen Thousand Four Dollars Hundred and No Cents $14,400.00 23. Lump Sum Replace traffic signal detector loops at 17th Street /Westcliff Drive, 19th Street /Dover Drive, and 20th Street /Highland Drive intersections @ Sixteen Thousand Five Dollars Hundred and No Cents $16,500.00 Per Lump Sum 24. Lump Sum Replace traffic signal detector loops at Irvine Avenue and Santiago Drive intersection @ Two Thousand Two Hundred Dollars and No Cents $ 2,200.00 Per Lump Sum 25. Lump Sum Construct concrete block retaining walls @ Ten Thousand Dollars and No Cents $10,000.00 $ 10,000.00 Per Square ' d • • PR 1.6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT ; UNIT PRICE WRITTEN IN WORDS PRICE PRICE 26. 4 Construct catch basin inlet Each L=3.5' w/ local depression @ Fourteen Hundred Dollars Seventy and No Cents $ 1,470.00 $ 5.880.00 Per Each T 27. 2 Construct catch basin inlet Each L=28' w/ local depression @ Forty -Two Hundred Dollars Seventy and No Cents $q_97n.nn $ R,un.nn Per Each 28. 10 Construct 12" diameter RCP Linear Ft. storm drain @ One Hundred Twenty -Five Dollars and No Cents $ 125.00 $ 1,250.00 Per Linear Foot 29. 84 Construct 15 ", diameter RCP Linear Ft. storm drain @ One Hundred Twenty- Dollars Five and No Cents $ 125.00 $ 1,500.00 Per Linear Foot 30. 189 Construct 18" diameter RCP Linear Ft. storm drain @ One Hundred Fifteen Dollars and No Cents $ 115.00 $ 21,735.00 Per Linear Foot 31. 1 Construct 18" diameter concrete Each collar @_ Seven Hundred Fifty Dollars and No Cents $ 750.00 $ 750.00 Per Each • • PR 1.7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 32. 1 Construct 15" diameter concrete Each collar @ Seven Hundred Fifty Dollars and No Cents $ 750.00 $ 750.00 Per Each 33. 1 Construct junction structure Each (12" to 18" diameter) @ Five Hundred Twenty Dollars and No Cents $ 520.00 $ 590.00 Per Each 34. 1 Construct junction structure Each (15" to 18" diameter) @ Five Hundred Twenty Dollars and No Cents $ 520.00 $ 52n.nn Per Each 35. 1 Construct junction structure Each (15" to 30" diameter) @ Five Hundred Twenty Dollars and No Cents $ 520. no $ 520 _nn Per Each 36. 1 Construct junction to existing Each catch basin @ One..HUndred Seve;ity- FiveDollars 'and No Cents $ 175. n0 $ 175 . no Per Each 37. 1 Construct junction structure Each No. 1 @ Twenty -Seven Hundred Dollars Sixty and No Cents $2,71;n no $ 2,76n_nn Per Each •PR 1.8 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 38. Lump Sum Construct modified driveway approach @ Six Hundred Dollars and No Cents $ 600.00 Per Lump Sum 39. 2 Construct curb access ramp Each @ Two Hundred Fifty Dollars and No Cents $ 250.00 $ 500.00 Per Each 40. 525 Construct stamped concrete Sq. Feet over 4" CAB or sand @ Seven Dollars and No Cents $ 7.00 $3,675.00 Per Square Foot Six Hundred Thirty -Two Thousand Four Hundred T1,vo Dollars and - Seypnt Cents $ 632.402.70 TOTAL ID PRICE (WORDS) TOTAL BID PRICE (FIGURES) ','.- xcalibur Contracting, Inc. 513967 A 5/92 Bidder State Contractor's License No. & Expiration Date Athorilzed S g ature Title Da e J.M. Yackley Preside �760 C. Harhnr Rlvd ,j Santa Ana 0704 714) 556 -7630 Bidder's Address Bi(dder's Telephone INSTRUCTIONS TO BIDDERS • Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) DISAVANTAGED BUSINESS ENTERPRISE REQUIREMENTS (Page 7) except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 5/91 r , A4 • • Page 2A In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear authorized to sign on behalf of signatures shall be of a col authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and titles of persons the bidder. For corporations, the .porate officer or an individual For partnerships, the signatures For sole ownership, the signature 513967 A Contractor's License No. & Classification Excalibur Contracting, Inc. Bidder 5/91 Da e 5/91 r. �, bJz - o� %15, C)n3 - o� iI r. �, bJz - o� %15, C)n3 - o� • • DESIGNATION OF SUBCONTRACTOR(S) Page 3 State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1 Electrical Steiny & Company Fullerton 2. Cement Work John Jezowski Orange 3. Crack Fill R C S I Orange 4. Striping J & S Striping Orange 5. Block Wall 6. Cold Planing The Patterson Co. Orange Pacific Asphalt Lancaster 7. Trucking Asphalt John Payne Azusa g. Export Trucking 9. 10. 11. 12. Excali Ti a 5/91 Rays Trucking Azusa • I I Page 4 I30NUM13 i R 50103 -91 lHES PREiRNTS, Kt7OW ALL 14F,14 BY E EXCALIBUR CUN'I1t11G1uv�p- That we, DUTA liMEMN1'1'Y COMPANY OF CALLI_FO Of Ile t bidder, and _- -- -Y- "- bound unto trie CIty �;urety, are held and flYraly BI, (1a1 i.tornia, in the sum of 'cEN_� f the Un ted States for th *,),lawful money we bind ourselves of wh /chm ^well and truly to be made, and several y' firmly by these presents. '1'ilE CONDITION OF THE FOREGOING OBLIGATION IS Si1Ci1„ I That if the proposal of. the aboveRbounden� ll ddR construction of IRVINE AVENUE. IN E n the ty of Newpo ect and Contract No.) and if ) (9'itle of Yroj - Council of said CitY# is accepted by the City bounden bidder shall duly enter into and execute o sa°ia S des such construction and siTa1.1 execute and deliver G „pa ent,t and ,Faithful Performance" contra t incldO in t11e Specifications within ten (10) days Sunday, and E'ederal holidays) after the date and from sad1C'' ri1: Award to the above bounden bidder by otherwise it this obligation shall become null and void; t'orteited t the sa id th said City• named ex such bid In the event that reebidder ht the death ed any thl an individual, it i5 ag is obligation under this r,r.1t exonerate the Surety from 1 hands and s I14 WITNESS WHEREOF, we hereunto set our 1QTfl day of JUNE 1991. �! STATE OF CALIFORNIA COUNTY OF ORANGE On this 121 h day of before me, the un rs ned, a. .� -.- pFFiCIAt. SEA. ae as Beach, Dollars payment jointly for the C neap -♦ ae above Tact for City the ribed in ;aturday, 1g Notice .ty, then shall be bond as r shall nd. this In the year 195L. !i fors 'd Late, p eeally appeared ,I{ SHIRLEV S. h1C LAUGHLIN - personally known to me Notary Public- Caliternia (or proved to me on the basi� rsfac ry evidence) to b the er ns who executed the ;- LDS ANGELES COUNTY within instrument as i President and Secretary, i Au 21,1992 My cumm. ExP v respectively, of the Corporation [herein named, and acknowledged to me that the Corporation , executed it pursuant to its by -laws or a resolution of its board of directors. WITNESS my hand and official seal. L i !i i ACKNOWLEDGMENT— C". —Pro. 8 Sac WtlWls Fm 228CA —rw. 11.87 01987 WOLCOTTS.INC. fl,i dw 8 -t) Notary Public for said State. ... --' 5/91 rxi ,)t r s BONi2 KNOW ALL MEN DY THESE PRESFNTS, Page 4 BOUHB(,R 50103 -91 That We, EXCALIBUR CONTRACTING_ IN(L. bidder, and I LMNIF1il TY COMPjkNY OF CALIFORNIA surety, are -held and f ri mly' bound unto the`C ty of Newpo. Cal i.fornia, in the sum of TEN PERCENT Or L n BII3L�,.,:.•: ($ _107 of Rrn*'•_).3awful money of the�Uni ed States for th of which sum well and truly to be made, we bind ourselves and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder construction of IRVINE AVENUE INTE "• T R V •t$;_ANU REHAB (Title of Project and Contract No.) n the FCCtty of Newpo; is accepted by the City Council of said City, and if 1 bounden bidder shall duly enter into and execute a cons such construction and shall execute and deliver to said "Payment" and "Faithful Performance" contract bonds des( the Specifications within ten (10) days (not including ; Sunday, and Federal holidays) after the date of the maili, of. Award to the above bounden bidder by and from said C. this obligation shall become null and void; otherwise it forfeited to the said City. In the event that any bidder above named executed thi an individual, it is agreed that the death of any such bid not exonerate the Surety from its obligation under this I It] WITNESS WHEREOF, we hereunto set our hands and 10TH day of . JUNE ._ _, 1991. gCALIBUR .CO NL_.._�___- H3dder (A'ttac ak owledgment Of At.torney -In -Fact) NOCary -,vua is -- j Commission Expires: JPNNIFER "RJUNG ^��;•C•� y�i -7 NCinfiY P�: CAI F',. RIJIA 5/• ' DIEGO COUNTY it Commisi Expiry pncCP 22, 1993 5191 r�Ca''. t2 ..YJ.'..�:....:> «�:•..11...._ - - - - A. as ,as - .Beach, Dollars payment jointly for the ••r he above ract for City the ribed in 4turday, Ig Notice ty, then shall be bond as r shall Is this FORNIA IN -FACT rVtIV Cf1 Vr All IlUtill Vr I NITY COMPANY OF CALIFO 4 ,' A *VELOPERS INSURANCE CO Y P.O. BOX 19725, IRVINE, CA 92713 • (714) 263 -3300 N-0 071347 KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited. INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each severally, but not jointly, hereby make, constitute and appoint ** *MICHAEL D. STONG, MICHAEL A. QUIGLEY, CARRIE L- PRICE, JOINTLY OR SEVERALLY * ** the true and lawful Attorney(s) -in -Fact, to make, execute. deliver and - acknowledge. for and on behalf of each of said corporations as sureties, bonds, undertakings arm contracts of suretyship in an amount not exceeding One Million Five Hundred Thousand Dollars (,$1.500,000) in any single undertaking: giving and granting unto said Attornev(sl -in -Fact it'll power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do. but reserving to each of said corporations full power of substitution and revocation; and all of the acts of said Attorney(s) -in -Fact. pursuant to these presents. are hereby ratified and confvmrd. The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship: Bank depository bonds, mortgage deficiency bonds. mortgage guarantee bonds, guarantees of installment paper, note guarantee bonds. bonds on financial mslrutior.s, tease bontls, insurance company qualifying bonds, self - insurer's bonds. fidelity bonds or bail bonds. This Power of Attorney is granted and a signed by facsimile under and by authority of the following resolutions adopted by tPe respective Boards of Directors of INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24, 1986: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attorney(s) named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship: and that the Secretary or any Assis- tant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any cenificate relating thereto by facsimile, and any such Power of Attor- ney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond. undenak.ng or contract of suretyship to which it is attached. IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be sinn,=d Cy tilelr respect live Presidents and attested by their respective Secretaries this 2nd day of January, 1991. INDEMNITY COMPANY OF CALIFORNIA By Harry C. Crowell. President P has not been revoked: and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said Corporations set forth in the Power of Attorney, are in force as of the date of this Cenificate. ATTEST This Certificate is executed in the City of Irvine. California, this IQT)?. day of __...— JUNE ., ------- By Walter A. Crowell. Secretary DEVELOPERS o ?r �'" STATE OF CALIFORNIA ) SS. COUNTY OF ORANGE ) DEVELOPERS INSURANCE COMPANY Harry C. Crowell, President ATTEST By Walter A. Crowell, Secretary pt s'JOq P' �P.FC PANT n - axR r 19.2 S b On January 2, 1991, before me, the undersigned, a Notary Public in and for said State. personally appeared Harry C. Crowell and Walter A. Crowell, personally known to me for proved t0 me on the basis of satisfactory evidencel to be the persons who executed ;be within instrument as President and Secretary on behalf of Indemnity Company of Californ is end as President and Secretary on behalf Of Developers Insurance Company. the Corporations therein named. and acknowledged to me that the corporations executed it. WITNESS my hand and official soar. �r Signature V -- %`'�' r-'~ „_, �— Notary Public CERTIFICATE OFFICIAL SEAL VIRGINIA M. LOUMAN �r NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN '� ORANGE COUNTY My Commission i Apr, 9, 1993 The undersigned. as Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Vice President of DEVELOPERS INSURANCE COMPANY, does hereby certify that the foregoing and attached Power of Attorney remains in full force and has not been revoked: and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said Corporations set forth in the Power of Attorney, are in force as of the date of this Cenificate. This Certificate is executed in the City of Irvine. California, this IQT)?. day of __...— JUNE ., ------- n , _ ------ 199..9.1 INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS o ?r �'" INSURANCE COMPANY ��P'CaRPOFrt1� ^4`ePPOR,, d 'r� "/ By L.C. Fiebiger J CI316� n BY oa a� .... _.._......_.... L.C, Fiebiger �\ i97 a e �d' n Senior Vice President i r,roap Senior Vice Prosidem Aj ID -110 REV. 12190 Page 5 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of QRANGE ) J•M.YACK4.EY , being first duly sworn, deposes and says that he or she is ' NT Of E=A) LBUR CONTRACTINGI, INC. the party making the foregoing b d; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. / / EXCALIBUR CONTRACTING, INC. Bidder J.M. YA¢KLEY, PRESIDENT Subscribed and sworn to before me this.IAV day of & , 19AJ. [SEAL] Notary Public My Commission Expires: 5/91 EO Y Z Q O a Z Q LL J V � O LL O F W Z r � N U N m .L. O m m c E $ T o m o 3 u d n Y m y T L c O N L O N m V n N E m _ 0 9 m a o r o+ a C m m a a c m d a o E m U m N C N N C O N N L N N �a is q N O m n E � N E m E o � y O C 2 J > = Cr 11 vW J'<V J�YN w LLY Z`6 S Z J �r N a' ci ri U O C a N L T E H w Z r ti N N 0 c A SI K S� q$ iE S 3� B s x1 6t iN I Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year For Whom Person Telephone Completed Performed (Detail) To Contact Number "See Attached" Excalibur Contracting, Inc. Bidder 5/91 J.M. Yackley, Presi EXCALIBUR CWRACTING, INC. A General Engineering Contractor State License No. 513967 A P.O. BOX 17746 IRVINE, CALIFORNIA 92713.7746 CON1 IMC: I WHIM 1`31F.1-F-RIENCF-S City of Irvine. Project: Campus.'Drivev #1 Civic Center Plaze Contract Amount; $5241 I rvine (71 4) 724-6337 Project Manager: Mji•cp L-ovIriq Mission Viejo Company 26137 La Paz Road Mission Viejo, Ca. I (714) 337-6050 ext. Project manager: Bob Sc iot to City of Villa Park 1785.`, Santiago B Villa Park, Ca. (714) 998-1500 Project. Manager: Jeannette P L. C City of Safi Clemenr:;- 101 Weer E1 Por-ca; San Cl ernes to'' �-i i, ( 71 4 1 498 -- <5- 3 Project manager: n parker L.A. C,:)un ty Public - i , . L) 909 So�tn Frernonv, Alhambra, Ca, 91 Ea (818) 458-,'116 Project Manager: r'.er, Project: Los.A I isc Contract Amounts::$ C. Project: Villa�park :Rc Contract Amount: $658, w Project: Esplanade,.. tal Contract Amount; $121,E Project: Los Obreros 5 Contract Amount; $23Q0 Project: 186th Reconst Contract Amount; $156, Project: El Segundo Blvd Contract Amount; $253,64 Project: Kanan'.Road Over! Contract Amount: $186,59E Project: Truinfo Creek Ac Contract Amount; $.78,587 Project; Ma'bilu Canyon F Contract Amount: s105109 Project: Sullivan Canyor Contract Amount; $158i9t • C Page 7 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS A goal of 10% of Total Bid Price has been established for Disadvantaged Business Enterprise (DBE) participation for this project. The Contractor s)iall make a sufficient portion of the work available to subcontractors and suppliers and select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to assure meeting the DBE goal as mandated by the Department of Transportation ( Caltrans). In particular: 1. A DBE must be a small business concern. 2. A DBE may participate as a prime contractor, subcontractor, joint venture partner with a prime subcontractor, or vendor of material or supplies. 3. A DBE joint venture partner must be responsible for a clearly defined portion of the work to be performed, in addition to satisfying requirements for ownership and control. 4. A DBE must perform a commercially useful function; i.e., must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. 5. Credit for a DBE vendor of materials or supplies is limited to 20 percent of the amount to be paid to the vendor for the material unless the vendor manufactures or substantially alters the goods. 6. A DBE must be a Caltrans- certified DBE on the date bids for the project are opened before credit may be allowed toward the DBE goal. The Caltrans DBE directory identifies DBEs which have been certified. Noncompliance by the Contractor with these DBE requirements constitutes a breach of this contract and may result in termination of the contract or other appropriate remedy for such breach. The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed and who has met the goals for DBE participation or has demonstrated, to the satisfaction of the City, good faith effort to do so. Each proposal shall include the bidder's DBE information. The bidders DBE information shall establish that the DBE goal will be met or that a good faith effort to meet the goal has been made. 5191 .. • • Page 7A The information to establish that the bidder will meet the DBE goal shall include: 1. The names of DBEs to be used, with a complete description of work or supplies to be provided by each, and 2. The dollar vAlue of each such DBE transaction. The information to establish that the bidder has made a good faith effort to meet the DBE goal should include: 1. The names and dates of advertisement of each newspaper, trade paper, and minority -focus paper in which a request for DBE participation for this project was placed by the bidder. 2. The names and dates of notices of all certified DBEs solicited by direct mail for this project, and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested. 3. The items of work for which the bidder requested subbids or materials to be supplied by DBEs, the information furnished interested DBEs in the way of plans, specifications and requirements for the work, and any break -down of items of work into economically feasible units to facilitate DBE participation. (Where there are DBEs available for doing portions of the work normally performed by the bidder with his own forces, the bidder will be expected to make portions of such work available for DBEs to bid upon.) Excalibur Contracting. Inc. Bidder 5/91 • Page 8 The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 9) FAITHFUL PERFORMANCE BOND (Page 10) CERTIFICATE OF INSURANCE (Page 11) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 12) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 13) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 14) CONTRACT (Page 15) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to, transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be . provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. The Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of. Insurance for workers' compensation prior to City's execution of the Contract. 5/91 . ,, I :i • �.A: • ,u KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the of California, by motion adopted awarded to Excalibur Contracting. Inc. designated as the "Principal ", a contr Drive Intersection Imnrovements_ and Trvina fUlIM223513P INCLUDED ON PERFORMANCE BOND i Page 9 City of Newport Beach, State June 24 1991 has here nafter ict for Irvine Ave. at Santiago Rehab. (Contract Noi - ) in conformity with the Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. 2641 and the terms thereof require the furnishing of a bond, proms that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We, EXCALIBUR CONTRACTING. INC. as Principal, and INDEMNITY COMPANY OF CALIFORNIA as Surety, uI>�W City of Newport Beach, in the sum of / - -- Dollars ($ 632,402.70 - - - -) , said sum being equal to 100$ of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his /her subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 5/91 • Page 9A The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right to them or their assigns in any suit brought upon this bond, as required, by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the.death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 17TH day of JULY , 19 91 . Excalibur Contracting, Inc. Name of Contractor (Principal) INDEMNITY COMPANY OF CALIFORNIA Name of Surety 1425 W. FOOTHILL BLVD., #120 UPLAND, CA 91786 Address of Surety 714- 982 -2388 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACBBD 5/91 :N- -FACT rn m G lC �i U m N o C d C O q v O C y m U N am o o a O m m q a o+ a o a g� o 9 3 a c ro o Y U C A O c m m a a CO a V N ' m d T N a Q d O N m Z C ro C C m N m q G ro « N q T C > A m ro q O C1 ro U C C C m q � ro t q ^ m C m 7 Z J T J CI N ` gg� _IUUNy qJ�y E OJ .e Q Q z U O T N � 3 1 � � J 2 � - w Y tq U a t /\� 2 |»± % J *47E : \q} co» §\) \\ :» \§ {(M/ z \ \ \S\ '> <, :2.4 $ 71 cd # POWER OF ATTORNEY OF N2 071422 1 NITY COMPANY OF CALIFO AND�EVELOPERS INSURANCE COMP Y P.O. BOX 19725, IRVINE, CA 92713 * (714) 263 -3300 NOTICE: 1. All power and authority herein granted shall in any event terminate on the 31st day of March, 1992. 2. This Power of Attorney is void If altered or if any portion is erased. 3. This Power of Attorney is void unless the seal is readable, the text is in brown ink, the signatures are in blue ink and this notice is in red ink. 4. This Power of Attorney should not be returned to the Attorney(s) -In -Fact, but should remain a permanent part of the obligee's records. KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each severally, but not jointly, hereby make, constitute and appoint ** *MICHAEL D. STONG, MICHAEL A. QUIGLEY, CARRIE L PRICE, JOINTLY OR SEVERALLY * ** the true and lawful Atorney(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of each of said corporations as sureties, bonds, undertakings and contracts of suretyship in an amount not exceeding One Million Five Hundred Thousand Dollars ($1,500,000) in any single undertaking; giving and granting unto saitl Attorney(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of saitl corporations full power of substitution and revocation; and all of the acts of said Attorney(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship: Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of Installment paper, note guarantee bonds, bonds on financial institutions, lease bonds, Insurance company qualifying bonds, self - insurer's bonds, fidelity bonds or bail bonds. This Power of Attorney is granted and Is signed by facsimile under and by authority of the following resolutions adopted bythe respective Boards of Directors of INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,1986: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attorney(s) named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assis- tant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attor- ney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which It Is attached. IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by their respec- tive Presidents and attested by their respective Secretaries this 2nd day of January, 1991. INDEMNITY COMPANY OF CALIFORNIA By Harry C. Crowell, President ATTEST By DEVELOPERS INSURANCE COMPANY By YVI� Harry C. Crowell, President ATTEST By GcJa�i Q. Cu«�G Walter A. Crowell, Secretary Walter A. Crowell, Secretary STATE OF CALIFORNIA) ) SS. COUNTY OF ORANGE ) On January 2,1991, before me, the undersigned, a Notary Public in and for said State, personally appeared Harry C. Crowell and Walter A. Crowell, personally known to me (or proved to mean the basis of satisfactory evidence) to be the persons who executed thewithin instrument as President and Secretary on behalf of Indemnity Company of California and as President and Secretary on behalf of Developers Insurance Company, the Corporations therein named, and acknowledged to me that the corporations executed it. WITNESS my hand and official seal. Signature -0/'u /n Notary Public CERTIFICATE OFROAL SEAL VIRGINIA M. LOUMAN �. NOTARY PUBLIC - CALIFORNIA PRINOWAL OFFICE IN ORANGE COUNTY My Commission Exp. Apr. 9, 1993 The undersigned, as Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Vice President of DEVELOPERS INSURANCE COMPANY, does hereby certify that the foregoing and attached Power of Attorney remains In full force and has not been revoked; and furthermore, that the provisions of the resolutions of the respective Boards of Directors of saitl corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this 171H day of INDEMNITY COMPANY OF CALIFORNIA I.NYo / X oMP ��,40PPOR4j�O l By L.C. Fiebiger Senior Vice President FORPA��ta ID-310 REV. 12/90 199. DEVELOPERS INSURANCE JCOMPANY L.C. Fiebiger Senior Vice President • BOND 223513P P $12,648.00 Page 10 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 24 1991 has awarded to hereinafter designated as the "Princ pal ", a contract for Irvine Ave. at Santiago Drive Intersection Improvements in the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. 2641 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, EXCALIBUR CONPBACTING, INC. as Principal, and INDEMNITY COMPANY OF CALIFORNIA as he sumtef are h�u� City of Newport Beach, n t lb@R - -- Dollars ($ 632,402.70 ) , said sum being equal to 100% of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its 5/91 a 4%, a ! 0 0 Page 10A obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Prinpipal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. In the event that the principal executed this bond as an individual, it is agreed that the death of -any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 17TH day of JULY , 1991. ' Excalibur Contracting, Inc. Name of Contractor (Principal) INDEMNITY COMPANY OF CALIFORNIA Name of Surety 1425 W. FOOTHILL BLVD., #120 UPLAND. CA 91786 Address of Surety NOTARY ACXNOw7,BDGMZNT8 OF 5/91 .� MICHAEL A. QD1G1J ;1&M 714- 982 -2388 AND BURETY $UST 43: 0TACUSD wo, v E « o mI o a°i cn o Y m C m T O Y m L H C 3 N N Qj m U y m m _ D m Y U C A p 1 V c m m D D c a D y C _O d � m - m •N N A � ^ t T C m " o ae• o = r n m N c C O m A D 1 m C^ m m m m C L [- _ O L N O= n T PON-IN 0- U i cp Q _ ?w - 2 {!\ :[; { \ »t ^ c,5 / a() � \){ `2 / \\ / ! ))�)~ ® . » E -2 \ § } \} ^� / , � /\ � (} ; eu M �| gkzl� < e..! {, { } §\ ) ° = a - yc \ � - \ 6 ��$ POWER OF ATTORNEY OF Na 071424 1 NITY COMPANY OF CALIFO AN VELOPERS INSURANCE COMMY P.O. BOX 19725, IRVINE, CA 92713 • (714) 263 -3300 NOTICE: 1. All power and authority herein granted shall in any event terminate on the 31st day of March, 1992. 2. This Power of Attorney is void if altered or if any portion is erased. 3. This Power of Attorney is void unless the seal is readable, the text is in brown ink, the signatures are in blue ink and this notice is in red ink. 4. This Power of Attorney should not be returned to the Adorney(s) -In -Fact, but should remain a permanent part of the obligee's records. KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each severally, but not jointly, hereby make, constitute and appoint ** *MICHAEL D. STONG, MICHAEL A. QUIGLEY, CARRIE L. PRICE, JOINTLY OR SEVERALLY * ** the true and lawful Attorneys) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of each of said corporations as sureties, bonds, undertakings and contracts of suretyship in an amount not exceeding One Million Five Hundred Thousand Dollars ($1,500,000) In any single undertaking; giving and granting unto said Attorneys) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation; and all of the acts of said Attorney(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship: Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guarantee bonds, bonds on financial institutions, lease bonds. Insurance company qualifying bonds, self- Insurer's bonds, fidelity bonds or bail bonds. This Power of Attorney Is granted and is signed by facsimile under and byauthority of the following resolutions adopted by the respective Boards of Directors of INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,1986: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attomey(s) named In the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assis- tant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Affor- hey or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN W ITNESS W HEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by their respec- tive Presidents and attested by their respective Secretaries this 2nd day of January, 1991. INDEMNITY COMPANY OF CALIFORNIA By Harry C. Crowell, President ATTEST By ujv-a-a' 44d DEVELOPERS INSURANCE COMPANY By d� Harry C. Crowell, Presitlent 9 ATTEST GcJ�p. CklcG Walter A. Crowell, Secretary Walter A. Crowell, Secretary STATE OF CALIFORNIA) SS. COUNTY OF ORANGE ) OnJanuary 2,1991, before me, theundersigned, a Notary Public in and torsaid State, personally appeared HarryC.Crowell and Walter A. Crowell, personally known to me(or proved to meon the basis of satisfactory evidence) to be the personswho executed thewithin Instrument as President and Secretary on behalf of Indemnity Company of California and as President and Secretary on behalf of Developers Insurance Company, the Corporations therein named, and acknowledged to me that the corporations executed it. WITNESS my hand and official seal. �jr Signature (/'u'�%"Gru'P" c "' Notary Public CERTIFICATE OFFICIAL VIRGINIA M. LOUMAN NOTARY PUBLIC - CALIFORNIA P/tINCIPAI OFFICE IN ORANGE COUNTY My Commission Exp. Apr. 9, 1993 The undersigned. as Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Vice President of DEVELOPERS INSURANCE COMPANY, does hereby certify that the foregoing and attached Power of Attorney remains in full force and has not been revoked. and furthermore, that the provisions of the resolutions of the respective Boards of Directors Of said corporation set forth in the Power of Attorney, are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine. California, this 17TH day of JULY INDEMNITY COMPANY OF CALIFORNIA �p AMy �'� A; +4aep044f�n BY Presitlent E IrORev��ta Senior ice ID -310 REV. 12190. DEVELOPERS INSURANCE COMPANY By i L.C. Flebiger Senior Vice President s' ,� ISSUE DATE (MMDM'1') ' 07/18/91 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS PRODUCER Corroon &Black NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Griffith/Sincock COMPANIES AFFORDING COVERAGE 1800 E. 16th St. Santa Ana, CA 92701 ARNY A CNA Insurance Companies � COMPANY B LETTER INSURED �R Y C Excalibur Contracting, Inc. 2760 S. Harbor Blvd., Suite F Santa Ana, CA 92704 D LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. " CO LTR TYPEOFINSURANCE POLICY NUMBER POUCYEFFECTIVE DATE (MM/DDNY) POLICY EXPIRATION DATE (MM/DD/M ALL UNITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE S 2,000 X COMMERCIAL GENERAL LIABILITY PRODUCTSCOMP/OPS AGGREGATE $ 1,000 As_F. CLAIMS MADE OCCUR 906226322 10/15/90 10115191 PERSONAL d ADVERTISING INJURY S 1,000 X OWNER'S A CONTRACTORS PROT EACH OCCURRENCE S 1,000 FIRE DAMAGE (Anyonoft) $ 50 MEDICAL EXPENSE (Anyonepe ) $ 5 ' AUTOMOBILE LIABILITY COMBINED P X ANY AUTO SINGLE OMIT $ 1,000 ALL OWNED AUTOS BODILY A SCHEDULED AUTOS 706226323 10/15/90 10/15/91 INJURY (Pipe ) HIRED AUTOS X BODILY X NON-OWNED WNED AUTOS INJURY (pe, enYCeiA) y ?g,: GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS VABIUTY EACH AGGREGATE' %pay OCCURRENCE OTHER THAN UMBRELLA FORM WORKERS COMPENSATION STATUTORY ^: A AND 607820269 10/15/90 10/15/91 S 1,000 (EACH ACCIDENT):: 3 1,000 (DISEASE-- POUCYUMF) EMPLOYERS' UABIUTY S 1,000 (DISEASE —EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONSLOCATIONS NEHCLLWECIAL ITEMS JOB: H2VINE AVE. REHABILITATION BETWEEN 16TH ST. & SANTIAGO DR., IRVINE AVE. AT SANTIAGO DR. INTERSECTION IMPROVEMENTS C -2641. CITY OF COSTA MESA AND CITY OF NEWPORT BEACH ARE ADDED AS ADDITIONAL SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF COSTA MESA & l EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL FWQ04A2Rr Q CITY OF NEWPORT BEACH y MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE P.O. BOX 1768 LEFT, H 3300 NEWPORT BLVD. z AUTHORIZED R ATI YE NEWPORT BEACH, CA 92659 -1768 J • - Page 11 CIS. WE AfITTIN 41 PRODUCER COMPANIES AFFORDING COVERAGE COMPANY A LETTER COMPANY B LETTER INSURED COMPANY C + LETTER IS TO•, •. U , O ABOVE 0•.•• INDICATED NOINAITISTANDING ANY REOLIFEMENT. TEAM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHIM THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE V*k WINCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS. AND CONDITIONS OF SUCH POLICES AND IS NOT AMENDED. EXTENDED OR ALTERED BY THIS CERTIFICATE 00 TYPE OF INSURANCE POLICY NUMBER UFECTNE GATE EXPIRATION DATE ALLY LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE $ ( OCCURANCE BASIS ONLY) COMMERCIAL PRODUCTS/COMPLETED f ED COMPREHENSIVE OPERATIONS AGGREGATE ❑ ECONTRACTORS PERSONAL INJURY $ ❑ CONTRACTUAL FOR SPECIFIC CONTRACT ❑ PRODUCTS /COMPL OPER C] XCU mATARDS EACH OCCIIRANCE S ❑ BROAD FORM PROP. DAMAGE ❑ SEVERABBJTY OF INTEREST FIRE DAMAGE f CLAUSE (ANY ONE FIRE) ❑ PERSONAL INJURY WRH EMPLOYEE EXCLUSION MEDICAL EXPENSES f REMOVED MARINE (ANY ONE PERSON) AUTOMOBILE LIABILITY COMBINED f COMPREHENSIVE Yr BODILY INJURY f OWNEO (PER PERSON) ;. BODLYINJURY $ k ' HIFED (PER ACCIDENT) 3 NON-OWNED PROPERTY DAMAGE f EXCESS LIABILITY EACH AGGREGATE UMBRELLA FORM OCCURRENCE OTHER THAN UMBRELLA FORM' f $ STATUTORY WORKERS' COMPENSATION S EACH ACCIDENT AND ¢ DISEASE -POLICY LIMIT EMPLOYERS' LIABILITY f DISEASE -EACH EMPLOYEE LONGSHOREMEN% AND HARBOR :r i WORKERS' COMPENSATION STATUTORY - -OF DESCRIPTION OF OPERATiOtrAOCA7WNSNEHICLES MESTRICTIONS/SPECULL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITE' NEWPORT BEACH BY OR ON BEHALF OF THE NAMED NSUFEO IN CONNECTION WITH THE FOLLOWING CONTRACT: Irvine Avenue Rehabilitation between 16th Street and Santiago Drive Irvine Avenue at Santiago Drive Intersection Improvements C -2641 PROJECT TITLE AM CONTRACT NUMBER CERTIFICATEi OLDE C "gNCELLATION `. City of Costa Mesa S SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED. CfIY OF NE"ORT BEACH CANCEUED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SHALL PROVIDE 90 DAYS MIN. ADVANCE 3300 NEWPORT BLVD. NOTICE TO THE CITY OF NEWPORT BEACH BY REGISTERED MAIL NEWPORT BEACH, CA 92659 -1768 ATTENTION: AUTHORIZED REPRESENTATIVE ISSUE DATE :' . • • Page 12 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Costa Mesa and its elected and appointed boards, officers, agents and employees, and the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Costa Mesa or the City of Newport Beach shall be. called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification.or hold harmless provision contained in the written contract designated below, between the named insured and the City of Costa Mesa or the City of Newport Beach., 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insureds) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (X) Commercial ( ) Comprehensive General Liability $ 1,000,000, each occ $ 2,000,000. aggregate 5/91 Page 12A The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. Irvine Avenue at Santiago Drive Intersection Improvements 7. Designated Contract: Irvine Avenue Rehab. btwn._16th and Santiaqo Drive C -2641 This endorsement is effective 07 -18 -91 at 12:01 a.m. and forms a part of Policy No. 906226322 of CNA INSURANCE COMPANIES (Company Affording Coverage). Insured: EXCALIB13R CONTRACTING, INC. ISSUING COMPANY By: Authorized Representative 5/91 Endorsement No.: 071891 Page 13 It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Costa Mesa and its elected and appointed boards, officers, agents and employees, and the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3).operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Costa Mesa or the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement. shall be the limits indicated below for either Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability (g) Combined Single Limit Bodily Injury Liability & Property Damage Liability 5/91 per person per accident $ 1,000,000. Page 13A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. Irvine Avenue at Santiago Drive Intersection Improvements 5. Designated Contract: Irvine Avenue Rehab. btwn. 16th and Santiago Drive C -2641 This endorsement is effective 07 -18 -91 at 12:01 a.m. and forms a part of Policy No. 706226323 of CNA INEiANCE COMPANTER (Company Affording Coverage). Insured: EXCALIBUR CONTRACTING. INC. ISSUING COMPANY By: Authorized Representative 5791 Endorsement No.: 071891 • Page 14 "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self— insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Date C -2641 Contract Number siv1 Irvine Avenue Rehabilitation between 16th Street and Santiago Drive Irvine Avenue at Santiago Drive Intersection Improvements • THIS AGREEMENT, entered into this 19.f/, by and between the CITY OF NEWPOI and • Page 15 lay 03. , h n r "City," hereinafter Eollowinq facts: A. City has heretofore advertised for bids for the following described public work: Irvine Avenue at Santiago Drive Intersection Improvements Irvine Avenue Rehab. btwn. 16th and Santiago Drive C -2641 Title of Project Contract No. B. Contractor has determined by City to be the lowest responsible bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Irvine Avenue at Santiago Drive Intersection Improvements Irvine Avenue Rehab. btwn. 16th and Santiago Drive C -2641 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 5/91 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of ed Two Dollars ($ 632.402.70 ). Th s compensat onand 70/100 includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. • • Page 15A 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) Plans and Special Provisions for Irvine Avenue at Santiago Improvements, Irvine Rehab. at 16th C -2641 Title of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. AS TO 5/91 CITY OF NEWPORT BEACH A Municipal Corporation M yor Excalibur Contracting, Inc. Name of Contractor - Author ed Signatfird an Title ckley, Pres dent A CITY OF NEWPORT BBACB PUBLIC WORSE DEPARTMEN INDEX FOR 1. IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE 2. IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVEMENTS CONTRACT NO. 2611 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. SCHEDULE OF WORK AND COMPLETION. . . . . . . . . . . 1 III. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . 2 IV. CONTRACTOR'S LICENSES . . . . . . . . . . . . . . . . 2 V. CONTRACT BONDS . . . . . . . . . . . . . . . . . . . 2 VI. LIABILITY INSURANCE . . . . . . . . . . . . . . . . . 2 VII. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. TRAFFIC LANE CLOSURES . . . . . . . . . . . . . . . . 3 IX. TRAFFIC CONTROL PLAN . . . . . . . . . . . . . . . . 3 X. "NO PARKING, TOW - AWAY" SIGNS . . . . . . . . . . . . 5 XI. NOTICE TO AFFECTED ADDRESSES . . . . . . . . . . . . 6 XII. STEEL PLATES . . . . . . . . . . . . . . . . . . . . 6 XIII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . 6 XIV. WATER . . . . . . . . . . . . . . . . . . . . . . . . 6 XV. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . 6 A. Unclassified Excavation . . . . . . . . . . . . . 6 B. Clear and Grub . . . . . . . . . . . . . . . . . 7 C. Asphaltic Concrete Pavement. . . . . . . . . . . 7 D. Walls. . . . . . . . . . . . . . . . . 7 E. Portland Cement Concrete . . . . . . . . . . . . 8 F. Utilities. . . . . . . . . . . . . 8 G. Guard Underground Construction . . . . . . . 9 H. Tree and Sprinkler System Removal. . . . . . . . 9 I. Traffic Signal Loop Replacement. . . . . . . 9 J. Traffic Striping and Pavement Markings . . . . .10 • • SP 1 of 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTN.EN 1. IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE 2. IRVINE AVENUE AT SANTIAGO DRIVE IN I. CONTRACT NO. 2641 SPECIAL PROVISIONS SCOPE OF WORK The work to be done under this contract consists of constructing street improvements including, but not limited to, relocating traffic signal and pedestrian signal poles; extending traffic signal arm; relocating and rewiring traffic signal controls; relocating fire hydrants and water main valves; raising manholes and valve boxes to grade; relocating and constructing new storm drain facilities; relocating median curbs; reconstructing driveways, walkways, planters, mailboxes and fences; removing curb and gutter; constructing new curb, gutter and sidewalk; removing and disposing of AC, AB and native materials along Santiago Drive and Irvine Avenue; resurfacing; restriping; installing traffic signal detector loops; and other related items of work. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing Nos. R- 5606 -5, R -5570- S, R- 5632 -L, T- 5066 -5, T- 5097 -5, T- 5107 -5, T- 5384 -5, T- 5483-L, T- 5498 -5 and T- 5508 -5); (3) the City's Standard (1988 Edition); and (4) Edition, including purchased at the Public ($5.00). Copies of th purchased from Building Los Angeles, California blic Works Construction, (1988 lements to date). Copies of the ions and Standard Drawings may be Works Department for Five Dollars Standard Specifications may be News, Inc., 3055 Overland Avenue, 90034, telephone (213) 202 -7775. II. SCHEDULE OF WORK AND COMPLETION The Contractor shall submit a schedule of work to the Engineer for approval a minimum of ten (10) working days prior to commencing work. The schedule of work shall be prepared in conformance with the requirements of Section 6 -11 of the Standard Specifications. No work shall begin until the schedule has been approved by the Engineer. All work under this contact shall be completed within eighty (80) consecutive calendar days after the start of work or before November 16. 1991. whichever occurs first. ' • • SP 2 of 11 Prior to the start of work, the Contractor shall ascertain that all materials, such as the traffic signal pole for the Irvine Avenue - Santiago Drive intersection will be delivered, installed and fully operational during the Contractor's selected period of construction. III. LIQUIDATED DAMAGES Commencing on the 80th consecutive calendar day after the start of work or on November 16, 1991, whichever occurs first, the Contractor shall pay to the City, or have withheld from monies due the Contractor, the daily sum of $500.00 in lieu of the daily sum of $100.00 specified in Section 6 -9 of the Standard Specifications. IV. CONTRACTOR'S LICENSES At the time of bid and until completion of work, the Contractor shall possess a General Engineering Contractor A license. At the start of work and until completion of work, the Contractor shall possess Business Licenses issued by the City of Newport Beach and the City of Costa Mesa. V. CONTRACT BONDS The Payment Bond and the Faithful Performance Bond shall be maintained by the Contractor in full force and effect for at least one (1) year following the date of filing the Notice of Completion. VI. LIABILITY INSURANCE Liability insurance coverages shall be furnished in a combined single limit policy with aggregated limits in the amount of $2,000,000 in lieu of the $1,000,000 specified in Section 7 -3 of the Standard Specifications. VII. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Partial payments for Mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. Payment for incidental items of work not separately provided for in the proposal (e.g., sawcutting, removals, traffic control, trench shoring, protecting or replacing property corners, preparing subgrade, etc.) shall be included in the unit prices bid for related items of work. • • SP 3 of 11 VIII. TRAFFIC LANE CLOSURES Construction will require partial closures of Santiago Drive between Irvine Avenue and Tustin Avenue to accomplish street reconstruction (between Stations 0 +00 and 9 +50) and street overlay (between Stations 9 +50 and 12 +50). Additionally, construction will require partial closure of the west side of Irvine Avenue from Santiago Drive to approximately 700 feet south for street widening. Construction will require partial closure of Irvine Avenue near 17th Street /Westcliff Drive to accomplish storm drain and median island construction. Additionally, resurfacing, restriping and traffic signal loop replacement will require partial closures of Irvine Avenue between 16th Street and Santiago Drive. A minimum of one 10 -foot traffic lane in each direction shall be maintained on Santiago Drive at all times except when at least two (2) flagmen are employed to control 2- way traffic in one 12 -foot traffic lane. A minimum of one 15 -foot traffic lane shall be maintained between 9:00 a.m. and 4:30 p.m. northbound and between 7:00 a.m. and 3:30 p.m. southbound on Irvine Avenue. Two 12 -foot traffic lanes shall be maintained in both directions at all other times on Irvine Avenue. Traffic lanes along 17th Street /Westcliff Drive may not be closed except for resurfacing and restriping along Irvine Avenue. IX. TRAFFIC CONTROL PLAN A. GENERAL The Contractor shall submit traffic control plans which conform with provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (WATCH), 1990 Edition. These traffic control plans shall be prepared following the same sequence as the actual construction and shall include the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of inconvenience to motorists, pedestrians or bicyclists. 2. A complete and separate plan for each stage of construction proposed by the Contractor showing all items listed under 1. above. B. • • SP 4 of 11 Reopening all traffic lanes upon completion of each day's work. Plans shall be submitted to the Engineer for review and approval a minimum of ten (10) working days prior to commencing work. No work requiring lane closures will be permitted prior to approval of traffic control plans. TRAFFIC CONTROL PLAN REQUIREMENTS 1. The Contractor shall provide safe and continuous passage of pedestrian, bicycle and vehicular traffic at all times. 2. Work shall be performed in logical segments, with all work completed in each segment prior to work starting in the next segment. Construction outside of the roadway limits may be allowed anytime with the approval of the Engineer. 3. During all phases of construction within roadway limits, delineators shall be provided along vehicular traffic side(s) of working areas, buffer areas, and at tapers. Warning devices, warning signs, regulatory signs, barricades with flashers, flashing arrow signs, and flagmen shall be used and shall conform to the approved traffic control plan and the Work Area Traffic Control Handbook (WATCH), 1990 Edition. 5. All tapers on Irvine Avenue shall be designed for 45 MPH traffic and shall conform with WATCH. 6. The position of all signs, barricades and channelization devices shall be subject to approval by the Engineer at all times. 7. All advance warning signs shall be 48" x 48" minimum unless otherwise specified. 8. All advance warning sign installations shall be reflectorized. 9. Traffic control plans shall illustrate the method by which the Contractor would channelize traffic through intersections. All conflicting striping shall be sandblasted at the Contractor's expense. Any temporary striping shall be approved by the Engineer. • • SP 5 of 11 10. The Contractor shall give constant attention to the maintenance of signs, barricades and channelization devices at all times during the life of the project. The Contractor shall provide to the Engineer a 24 -hour phone number of the person responsible for maintaining traffic control devices. 11. During non - construction hours, trenches and excavations shall be bridged with steel plates or backfilled and temporarily paved to permit an unobstructed flow of traffic. Steel plating shall conform with the standards presented in the WATCH book. 12. The Contractor shall notify the Engineer three (3) working days prior to effecting lane closures or road construction. Said notifications shall be made to the Engineer at (714) 644 -3311 and (714) 633 -3344. 13. Existing street striping and signing removed and /or damaged by the Contractor shall be replaced upon conclusion of the project to the satisfaction of the Engineer at no additional cost to the City. 14. The Contractor shall coordinate temporary discontinuation and relocation of bus service and bus stops with the Orange County Transit District staff three (3) weeks minimum in advance of construction activity affecting bus stops. (Contact Bill Batory, Administrator; Stops and Zones, at (714) 999 -0762, extension 6133.) X. "NO PARKING. TOW -AWAY" SIGNS Where any restrictions mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty (40) hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3740, for verification of posting at least 40 hours in advance of the need of enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to Sign No. R -38 of the Caltrans Uniform Sign Chart. ' "" • • SP 6 of 11 The Contractor shall print the hours, days and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. The Contractor shall only post streets with the time and dates that disrupts parking and access. Errors in posting "NO PARKING, TOW- AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require that the Contractor repost the "NO PARKING, TOW - AWAY" signs. %I. NOTICE TO AFFECTED ADDRESSES Between 40 and 55 hours before restricting vehicular access to driveways or parking spaces, the Contractor shall notify each affected address as to when construction operations will start and approximately when vehicular accessibility will be restored. BII. STEEL PLATES If desired, the Contractor may reserve a limited quantity of 1" thick 5' x 10' steel plates free of charge for use on this project. The plates must be transported from and to the City's Utilities Yard at 949 West 16th Street by the Contractor. To determine the number of available plates, the Contractor shall contact the Utilities Superintendent, Ed Burt, at (714) 644 -3011. X111. CONSTRUCTION SURVEY STARING Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys, including construction staking, shall be under the supervision of a California registered civil engineer or licensed surveyor. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals required to achieve the tolerances specified in the Standard Specifications. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. %IV. WATER If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition tc the City, the deposit will be returned to Contractor, less a quantity charge for water usage. 8V. CONSTRUCTION DETAILS A. UNCLASSIFIED EXCAVATION Unclassified excavation includes the removal of the existing pavement sections and native materials as needed to place the new pavement sections and is ..f` • • SP 7 of 11 roadway improvements. Excavation related to storm drain improvements is included with those various storm drain improvement items. B. CLEAR AND GRUB Clear and grub shall include the removal and disposal of all interfering vegetation, landscape and irrigation improvements including, but not limited to, removing sprinklers, shrubs, turf and trees; cutting wood to 2' lengths per Subsection H; capping existing sprinkler systems; removing interfering portions of decorative brick paving; removing one existing catch basin at,�rvine Avenue Station 111+23, one existing grate s at Irvine Avenue Station 60+41, and cleaning concrete laitence and debris from the existing storm drain at Irvine Avenue Station 109+90. Clear and grub shall also include the relocation of 6 existing mail box and post assemblies and existing signs as shown on the plans, the reconstruction of one (1) existing wall pilaster and 401± of existing wood fence. Clear and grub also includes the general site maintenance required to keep the project site in a neat and orderly manner throughout construction. C. ASPHALTIC CONCRETE PAVEMENT All surface course asphalt concrete shall be Grade III C3- AR4000. All base course asphalt concrete shall be Grade III B2- AR8000. Asphalt concrete base course is defined as (1) the asphalt required in pavement reconstruction areas to bring the area flush with the adjacent existing pavement and as (2) the asphalt required to bring thick A.C. overlays to within 2" of the proposed finished grade. Asphalt concrete surface course is defined as (1) the asphalt overlay placed on existing pavement where the overlay required is 2" or less, as (2) the asphalt overlay placed on A.C. base course at pavement reconstruction areas (the surface course overlay depth should match the adjacent proposed overlays), and as (3) the asphalt overlay placed on A.C. base course in thick overlay areas. D. WALLS Reinforcing steel shall be Grade 40 or 60. All block shall be laid "running bond" and laid to maintain vertical continuity of the cells. ~' r . r • • SP 8 of 11 All footings shall be poured directly against competent undisturbed natural soil or fill compacted to 90% minimum relative density. Grout all cells solid. Backfill shall not be placed until concrete, grout and mortar have sufficiently cured to 28 day minimum compressive strengths shown in the Standard Specifications. Backfill behind walls, planters and curbs shall be with clean native soil except as specified otherwise on the Plans. Retaining walls shall be sealed with mastic. Wall drains shall be fabricated from Schedule 40 PVC, using end caps and solvent - welded joints. Perforations shall be in two (2) rows straddling the flow line of the pipe at 300 each. Granular backfill shall be No. 3 Concrete Aggregate Gradation or 1" Crushed Rock Gradation. Expansion joints shall be constructed at 60 ft. max. O.C. with 1/2" air space between vertical wall ends, and with continuous base concrete and steel. Concrete block shall be gray 6 x 8 x 16 split face 1 side. Payment for walls will be made per lump sum as specified in the proposal. E. PORTLAND CEMENT CONCRETE F. All exposed concrete surfaces shall conform in grade, color and finish to match adjoining curbs, walks, and other improvements. Concrete shall be specified in Section 201 -1 of the Standard Specifications. Stamped concrete shall be as specified in Section 303 -6 of the Standard Specifications. Concrete shall be placed over 4" minimum CAB or sand. Color shall be brick red applied by Method A. Stamping pattern shall be 4" x 8" running bond brick. Existing underground utilities are shown per available records on the widening portion of the plans. only surface utilities have been shown on the rehabilitation portion of the plans. The Contractor shall be responsible for verifying the actual location and elevation of the existing utilities in the field prior to beginning construction of the new facilities. • SP 9 of 11 Adjustment to grade of gas meters, electrical and telephone vaults, cable T.V. pullboxes, and any other utility -owned facilities will be done by the utility companies. Adjustment to grade of City - owned facilities will be done by the Contractor as called for in the construction notes and provided in the Standard Specifications. G. GUARD UNDERGROUND CONSTRUCTION The Contractor shall obtain a permit to perform excavation or trench work from the State of California, Department of Industrial Relations (Cal- OSHA), prior to any construction. The Contractor shall also submit drawings to the Engineer in accordance with Sections 7 -10.4 and 2- 5.3 of the Standard Specifications. All costs incurred to obtain the permit, to comply with the provisions of such permit, and to obtain the Engineer's approval shall be included in the various related items of work and no additional allowance will be made therefore. H. TREE AND SPRINKLER SYSTEM REMOVAL The Contractor shall remove trees and sprinkler systems as required for construction. Tree removals at 1921 and 1929 Irvine Avenue and at 2201 Santiago Drive shall be cut up for the respective homeowners. All wood stock greater than 2 -inch caliper shall be cut to 2 -foot lengths and stacked on the respective homeowner's property. Along Irvine Avenue and Santiago Drive sprinkler systems to remain shall be capped, and salvaged sprinkler systems shall be placed on the respective homeowner's property. The Contractor shall notify the Engineer one (1) week in advance of work in the median along Irvine Avenue south of 17th Street (Westcliff Drive) so that irrigation hardware may be salvaged by the City of Costa Mesa in a timely manner. Payment for Tree and Sprinkler System Removal will be included in the bid item from Clear and Grub. I. TRAFFIC SIGNAL LOOP REPLACEMENT Drawing Nos. T- 5066 -5, T- 5384 -5, T- 5483 -L and a portion of T- 5508 -5 are included in the Contract Plans for the Contractor's information as to locations of traffic signal detector loops. The Contractor shall notify the Traffic Engineer (714) 644 -3344 in an attempt to locate existing traffic signal detection feed points at least two working days prior to cold planing, street pavement • • SP 10 of it reconstruction, curb and gutter reconstruction, or any work which may damage existing traffic loops. Once the City has confirmed the location of the existing traffic signal detection feed points, the Contractor shall avoid cold planing those areas. Any detection devices located by the City which are damaged as a result of cold planing or other construction activity shall be repaired or replaced at the Contractor's sole expense within five working days. Replacement or repair of damaged detection devices shall be inspected by Signal Maintenance, Inc. at (714) 630 -4900, at the Contractor's expense. Signal Maintenance, Inc. shall provide a written acceptance of their inspected work prior to the Engineer's final inspection of the completed work. Traffic signal loops damaged or destroyed by Contractor shall be replaced per these drawings within three (3) working days after completion of underground work and /or cold planing at loop locations. Damaged or destroyed loops shall be immediately reported to the Engineer at (714) 644- 3344. J. TRAFFIC STRIPING AND PAVEMENT MARKINGS This item of work shall be done in accordance with Section 210 -1.6, "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310- 5.6, "Painting Traffic Striping, Pavement Markings, and Curb Markings" of the Standard Specifications, except as supplemented or modified below. Paint for traffic striping and pavement markings shall be white Formula Number 2466 -A9 and yellow Formula Number 2467 -A9 as manufactured by J.E. Bauer Company or approved equal, except that thermoplastic traffic striping and pavement markings shall be Alkyd type and be installed per plan by the Contractor in accordance with Section 84 -2 " Thermoplastic Traffic Stripes and Pavement Markings" of the Caltrans Standard Specifications. Thermoplastic shall be warranted by the Contractor against blistering, bleeding, excessive cracking, staining, discoloring, shipping, and poor adhesion for one year. Delete paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment and Spotting" of the Standard Specifications and add the following: The Contractor shall perform all layout, alignment and spotting. The Contractor shall be responsible for the completeness and G ' a+ • . SP 11 of li accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown in the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping and markings. No street shall be without the proper striping over a weekend. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all other contract work until the striping has been properly performed. Such termination of work shall require that the Contractor reinstall "NO PARKING, TOW- AWAY" signs and renotify residents in accordance with Sections VI.B and C herein, respectively, at the Contractor's sole expense. If the Contractor removes or covers or damages existing striping or raised pavement markers outside of the work area he shall re- stripe or replace the striping or pavement markers at his expense. New raised pavement buttons and markers shall be provided and installed per plan by the Contractor in accordance with Section 85 "Pavement Markers" of the Caltrans Standard Specifications, except the raised pavement markers for location of fire hydrants shall conform to City of Newport Beach Std. - 902 -L. Traffic stripes and pavement markings shall be applied in two coats except as specified otherwise below. The first coat of paint shall be dry before application of the second coat. At lease one (1) application of paint shall be applied to all striping and markings within 24 hours after the asphalt concrete overlay. Where raised pavement markers are to be placed on painted stripes, only one application of paint is required. The raised pavement markers to be installed must be installed between fifteen (15) and thirty (30) days after the asphalt concrete overlay, and shall be placed directly over striping. Previously dated traffic striping and pavement marking plans listed herein under Section I. Scope of Work and included with the construction plans shall be used as plans for traffic striping and pavement markings on this project. F `ti Z `Pe 4 \ 7 \ t�0 .��� /� r i i \ \ \ \ Loop\ Fg �p, // Xooa L nI�PO/ 5 i\ P 4 Z ABANDON EXIST. PULLBOX IN DWY. U' C� ;�0 Z/ owZ L/ & FILL WITH CONCRETE / Q 6'r L' Coops CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVE_ AND WESTCLIFF/ 17th STREET .notes 0 40 DRAWN ?6, DATE iZ-tg'yy APPROVED TRAFFIC ENGINEER R.E. NO. — DRAWING NO. T- 574 8 3 — L 1. \h O �j F �� Cff7ioir/ "vx lex CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IRVINE AVE. AND WESTCLIFF/ 17th STREET TRAFFIC LOOP REPLACEMENT \4G �v / O.i r \ jQ. 0 30 L_ SCALE (feet) o < o � - � DRAWN /2.h. DATE z' APPROVED TRAFFIC ENGINEER R.E. NO. DRAWING NO- y� I JOIN AT EX CONST. JT. IN C$G a X I I ` < N le CC F � J J W q !0 Z � W� �� a O W Q x c =a � z W %Q 3 uai ui Z 6 Io q. Z p z COINEa(c . uax 0. = O I-- r WZ -149 LL 0 N W' 4 JI r c d � cs a W Q o 08 LU W s I N II C -2641 CITY OF NEWPORT BEACH DRAW" JW DATE 727/90 PUBLIC WORKS DEPARTMENT AWROVED MODIFIED DRIVEWAY APPROACH PUBLIC WORKS OIRECTQR_ _ R.E. N0. 220't NORTH OF SANTIAGO DRIVE DRAWING NO. R- 8632 -L • • 0 TO: City Council 0 FROM: Public Works Department June 24, 1991 CITY COUNCIL AGENDA NO. F-3(d) SUBJECT: IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVEMENTS, AND IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE (C -2641) 1. Waive the irregularity in the bid proposal of Excalibur Contracting, Inc. as inconsequential, and accept their bid. 2. Award Contract No. 2641 to Excalibur Contracting, Inc. for a total bid price of $632,402.70, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on June 13, 1991, the City Clerk opened and read the following bids for this project: BIDDERS TOTAL BID PRIC Low Excalibur Contracting, Inc. $632,402.70 2 Gillespie Construction, Inc. 637,857.50 3 Excel Paving Company 676,652.09 4 Clayton Engineering, Inc. 684,676.20 5 R.J. Noble Company 684,721.65 6 Damon Const. Company 718,455.50 7 Griffith Company 740,190.00 8 Sully- Miller Contracting Company 770,831.24 The low total bid price is 4% below the Engineer's Estimate of $660,000. The low bidder, Excalibur Contracting, Inc., is a well - qualified general engineering contractor who has not performed previous contract work for the City. However, a check with their experience references and the State Contractor's License Board has shown that Excalibur has successfully completed projects of a similar nature for other Southern California agencies and has no pending actions detrimental to their contractor's license, respectively. Excalibur did not execute and attach a copy of Addendum No. 1 to their bid proposal as required by the addendum. Pv Subject: Irvine A ue at Santiago Drive Intimection Improvements, and Irvine Avenue Rehabilitation between 16th Street and Santiago Drive (C -2641) June 24, 1991 Page 2 • However, inasmuch as Excalibur did write "Addendum No. 1 noted" on P.1 of their bid proposal, and since the content of Addendum No. 1 was only to further detail an item of work already specified on the plans, staff recommends that Excalibur's irregularity be waived as inconsequential and that their bid proposal be accepted. The 2nd low bidder, Gillespie Construction, Inc., has verbally protested award to Excalibur because of the above irregularity. However, Gillespie's bid also contained an irregularity in that Gillespie did not comply with the "Disadvantaged Business Enterprise" (DBE) requirements. It is staff's opinion that this is a material irregularity inasmuch as failure to comply with the DBE requirements could have a significant effect on the competitive bidding process. Thus Gillespie is not eligible for award. The 3rd low bidder, Excel Paving Company, has protested (copy attached) award to either the low bidder or the 2nd low bidder because of the irregularities in their bids. A copy of a report from the City Attorney is attached containing a • comprehensive discussion of the bid protest and of irregularities in the public bid process. This project provides for widening of between Irvine Avenue and Tustin Avenue, widenin, intersection of Irvine Avenue at Santiago Drive, rehabilitation, minor alteration and resurfacing and Santiago Drive as explained in detail on the regarding Agenda Item J -4 of May 13, 1991. Staff proposes that funds for award be the following accounts: Santiago Drive 3 the and of Irvine Avenue attached memo encumbered from Account No. Description Amount 02- 3397 -432 Irvine /Santiago Intersection Improv. $334,521.75 02- 3397 -529 Irvine Ave. Rehab. -16th to Santiago 365.478.25 TOTAL $700,000.00 Note: The total amount above includes an allowance of • approximately 11% for contingencies. �gt,tlq � lyWw� en3amin B. Nolan Public Works Director LD:so Attachments i May 13, 1991 CITY COUNCIL AGENDA • ITEM NO. J -4 71DDZIWUK NO. 1 TO: City Council FROM: Public Works Department SUBJECT: IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVEMENTS, AND IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE (C -2641) RECOMMENDATIONS: 1. Authorize the Mayor and the City Clerk to execute a cooperative agreement with City of Costa Mesa. 2. Affirm a the Notice of Categorical Exemption and the Negative Declaration of Environmental Impact. 3. Confirm the decision to construct curb and gutters and a driveway approach by Assessment Act procedure. • 4. Advertise for bids to be opened at 11:00 A.M. on June 13, 1991. DISCUSSION: At the time the agenda was assembled, the staff had a tentative agreement with Mr. and Mrs. Dunlap concerning the purchase of access rights to Irvine Avenue and the reconstruction of their garage to a new location on Santiago Drive. On Tuesday afternoon, May 7, 1991, Mr. Dunlap called to say that the $41,000 offer was not sufficient, and he requested substantial additional compensation. The staff has reviewed the request and feels that added compensation cannot be justified. The plans have been revised to provide drive access to the existing garage by modifying sidewalk and street grades. The staff has indicated to the Dunlaps that, if they wish to change their minds in the next two to three weeks, the City still desires to acquire the access rights and can accommodate the plan revisions. Approval of the Access Rights Agreement and Resolution of Intent to Condemn are not needed at this time, and need to be removed from the recommendations for this item. 1J, g4 Benjamin B. Nolan Public Works Director I J �r�ei wy�1 p$ ti � `.ter i�•t�//! � d yzt yyl �a f ., a. .we � 4...r Yy� `.n M-, I aS•i tR P1 °� vL ' �r - i � •ij! r ��' i.1Y�r1 S n'9 r r AvAt � ;�.kt, fi'r. ' ` 7 ♦ +J` .;. 4 Kfy.�t'fa5 T� t �, r�tl A t �♦f�'�.i �yJ , ♦ .. .� 7 is X � ,. "ice*$�; x z,♦;�1` „ ,f �us!+; l�yYr• �+ "�' ,. it b ;�� pf rI • �j � S ll .. �. a s t i a "�3J't , �t�5t� s ,! ,hr. ! �, 51'T�� .,. ,f . 1 }.1 � ,MA;h� ✓ i�Ji + � ♦i. � n5..��i(�J2! . w K R, ! O Qglp[gTE -Fe+yP i'�S•," St Gewor )tr a• G As >rccvu. a r • =R SS ND ST • • TO: City Council FROM: Public Works Department 0 May 13, 1991 CITY COUNCIL AGENDA ITEM NO. J-4 SUBJECT: IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVEMENTS, AND IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE (C -2641) RECOMMENDATIONS: 1. Authorize the Mayor and the City Clerk to execute a cooperative agreement with City of Costa Mesa. 2. Affirm a the Notice of Categorical Exemption and the Negative Declaration of Environmental Impact. 3. Confirm the decision to construct curb and gutters and a driveway approach by Assessment Act procedure. 4. Authorize the Mayor and the City Clerk to approve an agreement for the acquisition of access rights. 5. Adopt a Resolution of Intent to Condemn. 5. Advertise for bids to be opened at 11:00 A.M. on June 13, 1991. DISCUSSION: The current budget contains 2 appropriations for improvements to Irvine Avenue and Santiago Drive within limits shown on the attached Location Map. The improvements to Santiago Drive are between Irvine Avenue and Tustin Avenue and include 1) constructing original curb and gutter at four locations, 2) reconstructing approximately 1/2 of the length of the southerly curb and gutter, and 3) reconstructing approximately 2/3 of the roadway and resurfacing the remaining 1/3. • The original curb and gutter construction is being built using assessment procedures (see attached March 28, 1988, Agenda Item No. D -4). The reconstruction of approximately 1/2 of the southerly curb and gutter will provide for a uniform 40' street width (in lieu of the present 38' width), and will also replace substandard and defective curb and gutter and provide extra street width at Irvine Avenue for an additional turn lane. 0 E Subject: Irvine Avenue at Santiago Drive Intersection Improvements, and Irvine Avenue Rehabilitation between 16th Street and Santiago Drive (C -2641) • May 13, 1991 Page 2 The roadway reconstruction /resurfacing will eliminate excessive roadway crown and will provide an adequate roadway strength for future traffic volumes. The improvements to Irvine Avenue are between 16th Street and Santiago Drive and include 1) widening along the southwesterly side of the Santiago Drive intersection, 2) realigning curb and gutter and sidewalk southwesterly of Windward Lane; 3) constructing curb access ramps and storm drain inlets at various locations, 4) reconstructing a portion of the median southerly of 17th Street, and 5) rehabilitating, resurfacing and restriping pavement between 16th Street and Santiago Drive. The widening along the westerly side of Irvine Avenue at Santiago Drive will eliminate the present "bottleneck" at the intersection. The work includes demolition and reconstruction of curb and gutter, sidewalks, driveway approaches, storm drain inlets, walls, and driveways near the intersection. Portions of • 2 parcels were acquired for this work (see attached January 22, 1990 Agenda Item No. F -11). A traffic signal pole and many of its detector loops will also be replaced. The widening also affects garage access to 2201 Santiago Drive, owned by Mr. and Mrs. Kent Dunlap. In 1973 their parcel was subdivided, and a right -of -way dedication of 8 feet was required on Irvine Avenue and a 10 foot dedication on Santiago Drive. The proposed widening utilizes the 8 foot dedication on Irvine Avenue. The property line is now 12 feet from the garage door, and the new back of sidewalk elevation averages approximately 2 feet below the garage floor elevation. Convenient and safe access to and from the existing garage from Irvine Avenue cannot be maintained when the street is widened. Staff retained an architect to look at moving the garage or constructing a new garage that would take access from Santiago Drive. An agreement has been reached with the property owners to acquire the vehicular access rights to all but the southwesterly 6 feet of the Irvine Avenue frontage. Under the agreement, the Dunlaps are provided a lump sum payment of • $41,000.00 to compensate them for loss of access rights and for construction of a new garage that takes access from Santiago Drive. The $41,000 will come from the currently budgeted gas tax account for acquiring street right -of -way (18- 3341 -003). The Dunlaps, by separate agreement with the adjoining property owner, have obtained the right to use the adjoining driveway to gain • r Subject: Irvine Avenue at Santiago Drive Intersection Improvements, and Irvine Avenue Rehabilitation between 16th Street and Santiago Drive (C -2641) • May 13, 1991 Page 3 access to their Irvine Avenue side yard for secondary visitor parking. The Dunlaps are allowing the neighbor's drive to be widened by 2 feet onto their property to improve access to both sites. The City will construct a flared commercial -type drive approach to improve site access. The agreement with the Dunlaps also provides for a Resolution of Intent to Condemn for the acquisition of access rights. They have requested the resolution for tax reasons, and agree with the proposed City settlement and agreement. Curb, gutter and sidewalk southwesterly of Windward Lane will be realigned to provide a smoother transition where Irvine Avenue now abruptly narrows. Curb access ramps are being added at the Santiago Drive intersection and northerly thereof to accommodate certain handicapped persons and bicyclists. Storm drain inlets are being added along Santiago Drive near the Irvine Avenue intersection, and an inlet is being added to the Irvine • Avenue median southerly of 17th Street to remove surface flows and ponding. The same median is also being remodeled to provide additional storage for northbound vehicles turning left onto 17th Street. The median, which belongs to the City of Costa Mesa, will be paved with stamped concrete to eliminate landscape maintenance responsibilities. And finally, Irvine Avenue between 16th Street and Santiago Drive will be reconstructed and repaved as needed to provide a maintenance -free roadbed for at least 10 years. The Irvine Avenue at Santiago Drive Intersection improvements and the work along Santiago Drive is a City project with partial funding from Caltrans' State -Local Transportation Partnership Program. A Negative Declaration of Environmental Impact has been approved by the Environmental Affairs Committee and, upon affirmation, will be filed with the County Clerk. The work in Irvine Avenue is being performed in a cooperative project with the City of Costa Mesa. Since the City • of Newport Beach is the lead agency, staff has prepared 1) a Notice of Categorical Exemption, 2) submittals to Caltrans for State -Local Transportation Partnership Program funding, 3) a cooperative agreement for execution by the two cities, and 4) plans, specifications, estimates, reports, utility notices and communications for the joint project. The Notice of Categorical Exemption has been approved by the Environmental Affairs Committee and, upon affirmation, will be filed with the County Clerk. 0 Subject: Irvine Avenue at Santiag o Improvements, and Irvine 16th Street and Santiago • May 13, 1991 Page 4 0 Drive Intersection Avenue Rehabilitation between Drive (C -2641) Caltrans has accepted our resolutions for the City's project and for the cooperative project (copies attached), and will fund approximately 21% of eligible construction and contract administration costs. The final determination of the State's payment will be based upon the lesser of 1) staff's original project estimates, 2) the award amounts, or 3) the actual construction amounts. In accordance with Caltrans requirements, the bid documents stipulate that the Contractor conform with a local Disadvantaged Business Enterprise (DBE) program. Inasmuch as the City has not adopted such a program, the bid documents include a 10% DBE contract participation goal, which should be readily achieved through the selection of subcontractors and suppliers for the project. The cooperative agreement was approved by the City of Costa Mesa on October 15, 1990. It requires Costa Mesa to repay us, upon award, for engineering, construction and contract administration. Costa Mesa's estimated share of construction cost is $200,000 approximately; that is, approximately 50% of the Engineer's estimate for the rehabilitation of Irvine Avenue and 30% of the Engineer's estimate for the total contract. The Engineer's Estimate is $660,000, which may be broken into the following components (approximately): City of Newport Beach State's 21% City of Costa Mesa State's 21% Subtotals Irvine Ave. Rehab. Irvine at Santiago Imor. $158,000 $205,400 42,000 54,600 158,000 -0- 42.000 -0- $400,000 $260,000 Sufficient funds have been appropriated in the current budget to award this amount. Upon completion of work, staff will prepare a final report of costs, and payment adjustments will be made between the Cities and the State. 41 • • 0 • Subject: Irvine Avenue at Santiago Drive Intersection Improvements, and Irvine Avenue Rehabilitation between 16th Street and Santiago Drive (C -2641) May 13, 1991 Page 5 Staff has also prompted various utility companies to replace aged facilities and to relocate water, electric, gas, telephone and cable television services to clear the City's proposed construction. It appears that all such replacement and relocation will be completed prior to our anticipated award date of June 24, 1991. Plans, specifications and Engineer's estimate for the project were prepared by Norris - Repke, Inc. All work under this contract is consecutive calendar days after the start November 15, 1991, whichever occurs first. 05/3a Benjamin B. Nolan Public Works Director LD:so Attachments - Location Map Council Memo (March Resolution 89 -70 Resolution 89 -163 to be completed within 80 of construction, or by 28, 1988) j. COO STA �r --N ATWFORF HARBOR HS I PARR $1 �Nl-& 4z CO % DIY V"" UNCR NEWPORT DAY '.Z PROJECT SITE 7,. Al' V'sl SVNITA IN g1l - T 'C4 '-V < IT ok Q IZI ';f)j FS W, s 13 SU A S7..-- cl I of"'WSTWI CIA PLVMWI. V L PS crL AZ.MaNIOCF I" s A t � At IM W, i cmMCOND IN Ff. cc L,?Afcr.,; no LOCATION MAP /l/; . • 0 EXCEL PAVING COMPANY A GENERAL ENGINEERING CONTRACTOR STATE LICENSE NO. 409208 A • JUNE 14, 1991 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD. P.O. BOX 1768 NEWPORT BEACH, CA., 92659 -1768 ATTN: LLOYD DALTON RE: IRVINE AVE. AT SANTIAGO DRIVE INTERSECTION CONTRACT C -2641 P.O. BOX 16405 LONG BEACH, CA 90806 -5195 (213) 599 -5841 SUBJECT: BID PROTEST; REQUEST REJECTION OF FIRST AND SECOND BIDS AND AWARD TO EXCEL GENTLEMEN: AS WE DISCUSSED IN TODAY'S TELEPHONE CONVERSATION WITH THE • CITY, EXCEL PAVING COMPANY (EXCEL) IS HEREBY REQUESTING THAT THE CITY OF NEWPORT BEACH (CITY) REJECT THE APPARENT LOW BIDDER, EXCALIBUR AND THE SECOND BIDDER GILLESPIE AS BEING NON - RESPONSIVE AND THAT THE LOWEST RESPONSIVE BIDDER, EXCEL BE AWARDED THIS CONTRACT. THE BASIS FOR THE REJECTION OF THEIR BIDS SHOULD BE FOR THE FOLLOWING REASONS: 1. THE FIRST BIDDER FAILED TO ATTACH THE REQUIRED ADDENDUM. THE ADDENDUM CLEARLY STATES "NO BID PROPOSAL WILL BE ACCEPTED WITHOUT ADDENDUM NO. 1 BEING EXECUTED AND ATTACHED THERETO ". ON THIS BASIS ALONE, THIS BID IS NON RESPONSIVE (SEE ENCLOSURE). 2. THE SECOND BIDDER FAILED TO INCLUDE A LIST OF THE REQUIRED DBE PARTICIPANTS IN HIS BID PROPOSAL. ALL OTHER BIDDERS ATTACHED THIS INFORMATION AS A SEPARATE SHEET TO THEIR PROPOSAL. THE BID PROPOSAL REQUIRES THAT ALL DBE INFORMATION MUST BE SUBMITTED WITH THE BID PACKAGE, OTHERWISE BIDS WILL BE CONSIDERED INCOMPLETE WITHOUT THIS • INFORMATION. 3. THE ISSUE BEFORE THE CITY HERE IS THE ENFORCEMENT OF DBE REQUIREMENTS AT THE TIME OF THE BID. PUBLIC AGENCIES HISTORICALLY DO NOT ALLOW CONTRACTORS TO MODIFY IN ANY SAY THEIR PROPOSAL ONCE THE BID HAS BEEN SUBMITTED. 4. THIS IS A FEDERAL -AID DBE PROJECT. OTHER CITY AGENCIES FEQUIR£ CONTRACTORS TO COMPLY STRICTLY WITH DBE LISTING FULES ON FEDERAI, JOBS, OTHERWISE THEY COULD LOOSE THEIR FEDERAL FINANCING FOR THE PROJECT. • 0 PAGE 2 OF 3 CITY OF NEWPORT BEACH BID PROTEST - IRVINE AVE. JUNE 14, 1991 5. THE FIRST AND SECOND BIDDERS SHOULD THEREFORE BE TO PLAY BY THE SAME SET OF RULES AS OTHER PRIME CONTRACTORS WHO WERE NOT AWARDED PUBLIC CONTRACT SAME REASONS. EXPECTED FOR THE 6. COMPETITIVE BIDDING STATUTES WERE INSTITUTED TO INSURE. THAT THE BIDDING PROCESS DOESN'T AFFORD AN ADVANTAGE TO ONE BIDDER WHICH WOULD RESULT IN THE OTHER BIDDERS BEING PLACED ON AN UNEQUAI. FOOTING. ALLOWING A BIDDER TO SUPPLY THIS INFORMATION AFTER THE BID WOULD GIVE THEM A "SECOND BITE AT THE APPLE" WHICH OTHER BIDDERS HAVE NOT BEEN AFFORDED BY PUBLIC AGENCIES IN SIMILAR CIRCUMSTANCES. 7. IN ORDER FOR THE CITY TO BE ABLE TO ALLOW A FILING OF THE DBE INFORMATION AFTER THE BID, THE CONTRACT ITSELF MUST SPECIFICALLY STATE 90. THIS CONTRACT DOES NOT STATE • SUCH. THEREFORE, THE NORMAL AND REASONABLE INTERPRETATION IS THAT THE DBE INFORMATION GIVEN BY EACH BIDDER MUST BE SUBMITTED IN THEIR INITIAL BID PROPOSAL. IF THE CITY ALLOWS A CONTRACTOR TO FURNISH THIS INFORMATION UP TO THE TIME THE CONTRACT IS AWARDED, TO BE CONSISTENT, THE CITY MUST ALLOW OTHER CONTRACTOR'S BID PROPOSALS TO BE ACCEPTED OR EVEN SUBMITTED UP UNTIL THE TIME THE CONTRACT IS AWARDED. THIS OBVIOUSLY WOULD NOT BE A REASONABLE INTERPRETATION IN EITHER CASE. 8. PUBLIC AGENCIES HAVE A DUTY TO ADMINISTER THE DBE PROGRAM IN A FAIR AND CONSISTENT BASIS BASED ON NORMAL INDUSTRY STANDARDS SO THAT ALL BIDDERS ARE KEPT ON AN EQUAL FOOTING. THE CITY CANNOT INTERPRET THE SPECIFICATIONS OF ADMINISTER THE DBE PROGRAM IN AN ARBITRARY MANNER - IT MUST BE CONSISTENT WITH OTHER CITY'S INTERPRETATION OF THE SAME SPECIFICATION LANGUAGE AND INDUSTRY STANDARDS OF INTERPRETATION. • IF PUBLIC AGENCIES ARE NOT CONSISTENT BASED ON PRIOR PRECEDENT, CONTRACTORS WHO HAVE LOST THE AWARD OF PROJECTS FOR SUCH WOULD HAVE A BASIS FOR INITIATING LEGAL ACTION FOR LOST ANTICIPATED PROFITS AGAINST THE SUBSEQUENT OFFENDING AGENCY. 0 0 PAGE 3 OF 3 CITY OF NEWPORT BEACH BID PROTEST - IRVINE AVE. • JUNE 19, 1991 WHILE THE CALIFORNIA SUB LISTING LAWS ALLOWS SUBSTITUTIONS IN CASES WHERE THE SUBCONTRACTORS WERE LISTED IN THE PROPOSAL, THE ISSUE HERE IS THE DBE REQUIREMENTS AT THE TIME OF BID AND NOT THE SUBSTITUTION PROVISIONS OF THE CALIFORNIA SUBCONTRACTOR LISTING LAWS. 10. OTHER PUBLIC AGENCIES HAVE AWARDED TO THE NEXT LOWEST RESPONSIVE BID STRICTLY OVER SUCH DBE VIOLATIONS. FOR EXAMPLE, THE CITY OF LOS ANGELES HAS CONSISTENTLY PROCLAIMED, "THE SOLE ISSUE BEFORE THE BOARD IS THE RIGID ENFORCEMENT OF THE DBE REQUIREMENTS AT THE TIME OF BID, IRRESPECTIVE OF THE SAVINGS TO THE CITY ON THIS PROJECT SHOULD WE AWARD TO THE APPARENT LOW BIDDER. THE CITY IS MORE CONCERNED WITH THE LONG RANGE EFFECTS OF POTENTIALLY UNDERMINING THE DBE REQUIREMENTS" IN LIGHT OF THE ADDENDUM AND DBE VIOLATIONS OF THE FIRST AND SECOND BIDDERS, OTHER PUBLIC AGENCY'S INTERPRETATION AND ADMINISTRATION OF SUCH, AND ALSO COMPLYING WITH THE COMPETITIVE STATUTES, THEIR BIDS SHOULD BE REJECTED AS NON- RESPONSIVE AND AWARD OF THIS PROJECT SHOULD BE TO EXCEL PAVING COMPANY AS THE LOWEST RESPONSIVE BID. SINCERELY YOURS, EXCEL PAVING COMP Y Yl /ARK ELLIOTT /PROJECT MANAGER cc:BO3 BURNHAM, CITY ATTORNEY wl 0 A goal of 10% of u.Leadvantaged Business project. Page 7 Total Bid Price has been established for Enterprise (DBE) participation for this The Contractor shall make a sufficient portion of the work available to subcontractors and suppliers and select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to assure meeting the DBE goal as mandated by the Department of Transportation (Caltrans). in particular: 1. A DBE must be a small business concern. 2. A DBE may participate as a prime contractor, subcontractor, joint venture partner with a prime subcontractor, or vendor of material or supplies. 3. A DBE joint venture partner must be responsible for a clearly defined portion of the work to be performed, in addition to satisfying requirements for ownership and • control. 4. A DBE must perform a commercially useful function; i.e., must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. S. Credit for a DBE vendor of materials or supplies is limited to 20 percent of the amount to be paid to the vendor for the material unless the vendor manufactures or substantially alters the goods. 6. A DBE must be a Caltrans- certified DBE on the date bids for the project are opened before credit may be allowed toward the DBE goal. The Caltrans DBE directory identifies DBEs which have been certified. Noncompliance by the Contractor with these DBE requirements constitutes a breach of this contract and may result in termination of the contract or other appropriate remedy for such breach. The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed and who has mst the goals for DBE participation or has demonstrated, to the satisfaction of the City, good faith effort to do so. Each proposal shall include the bidder's DBE information. The bidders DBE information shall establish that the DBE goal will be met or that a good faith effort to meet the goal has been made. EM • • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMMOVEMENTS, AND IRVINE AVENUE R111ABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE JUNE 121 1991 NOTICE TO BIDDERS: BIDDERS shall propose to complete Contract No. 2641 in accordance with plans, proposal, contract documents and special provisions as modified by this Addendum No. 1. The following changes are hereby made to the Special Provisions: SP 7 of 11 C. &SPHALTIC CQJJCRETE kh== wD crack eealina - All.ezisting pavaaeat cracks 1/4N or greater in width shall be cleaned, filled and sealed to *Minting pavement level with Polyfi*M 3 manufactured by Crafoo Inc. or equal approved by the snginser. gzisting cracks to be sealed'°shall be cleaned of all loose material, vegetation, dirt, moisture, *to., using sandblasting, brushing, sir blowing or any other method of cl*aaing as approved by the Engineer. No separate payment will'be mad* for craok e*aling. Compensation shall be included in the price paid for related items of work. Execute nd date this Addendum -No. proposatD >'No bid proposal will be No. .1 being executed and attached Benjamin B. Nolan Public Works Director i and attach it to your bid accepted without Addendum thereto. N I have carefully examined Addendum No. 1 and hereby consent to it being made a part of our proposal. Bidder `s Name Authorized Signature Date C • 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY ATTORNEY June 19, 1991 TO: Mayor and Members of the City Council FROM: Robert H. Burnham SUBJ: Contract C -2641 Bid Protest A. Introduction. This Memo provides a general overview of the law relative to the waiver of irregularities in bids for Public Works contracts and an • analysis of the specific facts relative to the award of Contract C- 2641. In summary, the apparent low bidder failed to execute and attach "Addendum No. 1" per instructions and the apparent second low bidder failed to include a required list of disadvantaged business enterprises (DBE or DBE's). We believe the options available to the City Council are: 1. Declare the failure to execute the "Addendum No. 1" to be in irregularity and waive same; 2. Declare the bids submitted by the first and second apparent low bidders unresponsive and award to the third apparent low bidder; or B. The Law. The Newport Beach City Charter requires Public Works contracts in • excess of $30,000 be awarded to the lowest responsible bidder. In this regard, the Charter is similar to provisions of State law which govern the award of Public Works contracts by general law cities. Pursuant to the Charter, the City Council has the authority to determine who is the lowest responsible bidder and whether a particular bid complies with instructions and specifications. 1L' • • 0 Mayor & City Council Members June 19, 1991 Page 2. As a general rule, the Council should award a contract only to one whose bid responds, or substantially conforms, to the advertised terms, plans and specifications. However, the Council may award to one whose bid departs from specifications or instructions only in certain details so long as the variance did not affect the amount of the bid nor give the bidder an advantage over competitors. The City Council, in the instructions to bidders, specifically "reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids." C. Analysis. 1. Excalibur - (Apparent Low Bidder). on June 12, 1991, the Public Works Department notified bidders of an Addendum to Special Provision No. 7. The Addendum specified the size of pavement cracks that were to be filled and the method of • repair. According to the Addendum: "No separate payment will be made for crack sealing. Compensation shall be included in the price paid for related items of work." Bidders were also instructed to: "Execute and date this Addendum No. 1 and attach it to your bid proposal. No bid proposal will be accepted without Addendum No. 1 being executed and attached thereto." Excalibur did not attach a dated and executed Addendum No. 1 to their bid. However, Excalibur did indicate "Addendum 1 noted" on the face of their bid and the bid is otherwise properly executed. This office believes the City can require Excalibur to perform the crack sealing identified in Addendum No.l if they are awarded the • contract. Their bid was submitted after publication of Addendum No. 1 and they acknowledge its provisions. No special payment is to be made for the work identified in Addendum No. 1, so Excalibur cannot claim the right to additional compensation. The absence of any provision for special payment means Excalibur's failure to execute Addendum No. 1 could not have affected the amount of its bid, nor can we envision a scenario whereby Excalibur's method of acknowledging the Addendum gave them a competitive advantage over other bidders. • • • Mayor & City Council Members June 19, 1991 Page 3. We are recommending the Council determine the failure to execute Addendum No. 1 is a minor variance that should be waived and the contract awarded to Excalibur. However, we have prepared appropriate findings (Exhibit "B ") if the Council determines that there is a material variance and that award to Excalibur could have an adverse impact on the public contract bid process. 2. Gillespie. Gillespie is the apparent second low bidder and contests staff's recommendation to award to Excalibur. However, Gillespie failed to comply with the DBE requirements adopted by the City and mandated by the Department of Transportation. On projects funded with State or Federal money, the City requires ten percent (100) of the total bid price to be performed by DBE subcontractors or suppliers. Compliance with this requirement may be waived if the contractor • demonstrates it has made a good faith effort to meet the City's goal. The DBE requirements are clearly specified on Pages 7 and 8 of the Instructions to Bidders for Contract 2641. The Instructions to Bidders regarding DBE requirements advise, among other things, that: "The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed and who has met the goals for DBE participation or has demonstrated, to the satisfaction of the City, good faith effort to do so." Gillespie supplied neither the names of DBEs to be used nor evidence of any effort to meet the DBE goal. Gillespie's failure to comply with DBE requirements gives it a competitive advantage over other bidders. Use of DBE subcontractors and suppliers may increase the cost of the project to the bidder. For example, DBEs may be available only for those • portions of the work normally performed by the bidder with its own forces and in such case, according to the City's own instructions, the bidder is expected to make portions of the work available for bids from DBEs. Moreover, bidders complying with DBE requirements typically have solicited certified DBEs by mail or placed advertisements seeking DBE participation in trade papers. Compliance with DBE requirements imposes an administrative cost that the company is likely to add to its bid - -a cost Gillespie did not incur. • • • Mayor & City Council Members June 19, 1991 Page 4. State and Federal agencies that award funds for transportation improvement projects require compliance with DBE requirements as a condition to current and future funding. The DBE requirements are designed to bring qualified but disadvantaged firms into the economic mainstream and serve important societal goals. The City's failure to properly implement DBE requirements could jeopardize current funding and impair the City's ability to successfully compete with other agencies for future grants. 3. Excel Paving Company. Excel is the apparent third low bidder and contends they have submitted the lowest responsive bid. Staff agrees with Excel's contentions regarding the materiality of Gillespie's failure to comply with DBE requirements. However, Excel has not, as of the date of this Memo, explained why Excalibur's failure to execute • Addendum No. 1 is material except to refer to the provision which states that "no bid proposal will be accepted" unless the Addendum is attached. However, if the Council chooses not to award to the apparent first and second low bidders, the contract may be awarded to Excel since they would be the lowest responsible bidder. D. Recommendations. It is recommended that the City Council make the findings specified in Exhibit "A" and award Contract 2641 to Excalibur. However, if the Council finds Excalibur's bid is non - responsive by virtue of their failure to execute and attach Addendum No. 1, the Council may make the findings specified in Exhibits "B ", and "C" and award the Contract to Excel as the lowest responsible bidder. • Robert H. Burnham City Attorney RHB:kmc Attachments EXHIBIT "A" • FINDINGS IN SUPPORT OF AWARD OF CONTRACT TO EXCALIBUR The City Council finds as follows: 1. That Excalibur is the apparent low bidder on Contract C -2641; 2. On June 12, 1991, the Public Works Department issued an Addendum to Contract C -2641 that clarified the method by which certain street cracks should be filled (Addendum No. 1); 3. That Addendum No. 1 specified no separate payment was to be made for crack sealing and compensation for the work was to be included in the price paid for related items of work; 4. That Excalibur did not strictly comply with instructions included within Addendum No.l, but did note its intention to • comply with Addendum No. 1 on the face of its bid for Contract C -2641 and its bid is otherwise properly executed and dated; 5. That Addendum No. 1 relates to a very small facet of the work to be performed pursuant to Contract C -2641 and Excalibur's failure to execute and date Addendum No. 1 will not affect its obligation to perform the work required by the Contract; 6. That Excalibur's failure to date and execute Addendum No. 1 did not affect its bid price, nor give Excalibur a competitive advantage over other bidders; 7. That the failure of Excalibur to properly execute and date Addendum No. 1 is considered a minor irregularity that can and should be waived under these circumstances. • EXHIBIT "B" • FINDINGS DECLARING EXALIBUR'S BID TO BE NON - RESPONSIVE City Council finds as follows: 1. On June 12, 1991, the Public Works Department issued Addendum No. 1 to Contract C -2641; 2. Addendum No. 1 provided additional direction to bidders regarding the method of sealing cracks in certain portions of the pavement within the project area; 3. Addendum No. 1 contained clear instructions to bidders that their bid would not be considered if Addendum No. 1 was not dated, executed and attached to the bid; 0 4. Waiver of the failure of Excalibur to comply with instructions in Addendum No. 1 could cause bidders on future projects to ignore instructions thereby impairing the public works contract bid process in the City of Newport Beach. • 0 0 EXHIBIT "C" • FINDINGS DECLARING GILLESPIE'S BID TO BE NON - RESPONSIVE • City Council finds as follows: 1. Gillespie was the apparent second low bidder on Contract C- 2641; 2. That Gillespie's bid fails to specify the disadvantaged business enterprises (DBE or DBEs) they intend to use on the project; 3. That Gillespie's bid did not provide any information to support a finding they made a good faith effort to include DBEs in the project; 4. That the Instructions to Bidders on Contract C -2641 clearly described the obligation to list DBEs and clearly specified the information to be supplied by the bidder to establish good faith in the event the bidder has failed to locate some or all of the DBEs necessary to meet the City's goals; 5. That Gillespie's failure to list DBEs or produce evidence of a good faith effort to do so gave Gillespie a competitive advantage over other bidders and may have affected the bid price. 6. Waiver of the DBE requirement in this case could jeopardize current and future funding from State and Federal sources for transportation and circulation improvements within the City of • Newport Beach. Z1 w 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY ATTORNEY MEMORANDUM June 24, 1991 TO: Mayor and Members of the City Council FROM: Robin Flory, Assistant City Attorney SUBJ: Contract C -2641 Bid Protest, June 21, 1991 Letter Of Excel Paving Company Attached is a copy of a letter received from Excel Paving Company on Monday, June 24, 1991. The attached letter does not in any way change the analysis or recommendations set forth in the June 19, 1991 Memorandum of Robert H. Burnham. The information provided in the attached letter may be considered as further evidence in support of findings attached in Exhibit "B" to the June 19, 1991 Memorandum. However, it is within the Council's discretion to determine whether the failure to execute and attach Addendum No. 1 is a minor variance as opposed to a material variance. Although, the Addendum was not attached as proscribed, it was noted as shown on the attached copy of the Bid Proposal. Although the Council may determine that it is possible that a waiver of this irregularity may have an adverse impact on the public contract bid process, it is pure speculation that acceptance of this bid will destroy the integrity of the City's entire public bidding process. It is unlikely that there will be a wholesale response of contractors not following the City's future bidding processes on the slight chance that the City will waive the non - responsiveness as a minor irregularity. As stated in the June 19, 1991 Memorandum, Excalibur's failure to execute Addendum No. 1 could not have affected the amount of its bid, nor can we envision a scenario whereby Excalibur's method of acknowledging the Addendum gave them a competitive advantage over other bidders. In this particular instance, the Council may determine the failure to execute the Addendum as a minor variance that should be waived, as it may do under the City's public bidding process. RF:gr Attachments TEL No. EXCEL PAVING COMPANY A GENERAL ENGINEERING CONTRACTOR STATE LICENSE NO. 409208 A JUNE 21, 1991 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BOULEVARD P.O. BOX 1768 NEWPORT BEACH, CA. 92659 -1768 ATTN: ROBERT H. BURNHAM, CITY ATTORNEY Jun 21,91 16 :53 No.007 P.02 0 RE: IRVINE AVE.REHABILITATION BETWEEN 16TH ST. & SANTIAGO DR. (C -2641) P.O. BOX 16405 LONG BEACH, CA 908065195 (213) 599.5841 SUBJECT: BID PROTEST OF EXCALIBUR'S NON - RESPONSIVE BID GENTLEMEN: TO RESPOND TO THE CITY OF NEWPORT BEACH'S (CITY'S) JUNE 19, 1991 LETTER WHICH ENCLOSED THE CITY COUNCIL'S AGENDA FOR JUNE 24, 1991, EXCEL IS AGAIN REQUESTING THAT THE APPARENT LOW BIDDER'S, EXCALIBUR CONTRACTING, INC. ( EXCALIBUR)* BID BE REJECTED AS NON- RESPONSIVE. TO FURTHER EXPAND ON EXCEL'S JUNE 14, 1991 LETTER EXCALIBUR'S BID IS NON - RESPONSIVE FOR THE FOLLOWING REASONS: THE ISSUE IS NOT WHETHER EXCALIBUR IS A RESPONSIBLE CONTRACTOR, OR IF THEY HAVE SUCCESSFULLY COMPLETED PROJECTS OF A SIMILAR NATURE, BUT WHETHER THEIR BID IS RESPONSIVE TO THE EXPRESS PROVISIONS OF THIS BID PROPOSAL. THE CRITERIA FOR DETERMINING IF A BID IS NON- RESPONSIVE IS NOT RELEVANT TO WHETHER THE ADDENDUM IS A VERY SMALL FACET OF THE WORK TO BE PERFORMED. THIS WOULD APPLY ONLY IF THE APPARENT LOW BIDDER WAS USING THE ADDENDUM ISSUE AS A BASIS FOR A BID WITHDRAWAL. INTERESTINGLY, IN THE CASE OF SUCH A BID WITHDRAWAL, IT WOULD BE MATERIAL AS THE VALUE FOR THE ADDENDUM WORK SCOPE INCLUDING MARKUP WOULD BE APPROXIMATELY $28,000, OR 4.6%. 3. THE ADDENDUM EXPRESSLY STATED "EXECUTE AND DATE ADDENDUM NO. 1 AND ATTACH IT TO YOUR BID PROPOSAL. NO BID PROPOSAL WILL BE ACCEPTED WITHOUT THE ADDENDUM NO.1 BEING EXECUTED AND ATTACHED THERETO ". THE CITY GAVE EXPRESS INSTRUCTIONS ON WHAT EACH BIDDER WAS REQUIRED TO DO TO PREPARE A RESPONSIVE BID. THE REQUIREMENT IS CLEAR AND UNAMBIGUOUS. SUCH A STATEMENT IS MATERIAL IN ITSELF; THE EXECUTION AND ATTACHMENT OF THE ADDENDUM \IS A CONDITION PRECEDENT TO THE ACCEPTANCE OF ANY AND ALL BID PROPOSALS. EXCALIBUR DID NOT MEET THIS REQUIREMENT- IT DOESN'T MATTER HOW CLOSE THEY CAME TO THE HURDLE, THEY DIDN'T CLEAR IT! i TEL No. 0 Jun 21.91 16 :53 No.007 P.03 • CITY OF NEWPORT BEACH JUNE 21, 1991 PAGE 2 OF 3 4. THE CITY'S WAIVER OF THE FAILURE OF EXCALIBUR TO W` COMPLY WITH THE CLEAR INSTRUCTIONS OF THE ADDENDUM WOULD CAUSE BIDDERS ON FUTURE PROJECTS TO IGNORE BIDDING INSTRUCTIONS THEREBY IMPAIRING THE PUBLIC WORKS BIDDING PROCESS. THE PUBLIC BIDDING STATUTES BY AND LARGE WAS INTENDED TO BE A BLACK AND WHITE PROCESS. THESE BID DOCUMENTS GAVE CLEAR INSTRUCTIONS, THEY WERE NOT AMBIGUOUS AND EXCALIBUR DID NOT FOLLOW THEM. THEY SHOULD BE EXPECTED TO PLAY BY THE SAME RULES AS THE OTHER BIDDERS. THE CITY WOULD BE CREATING A CONDITION WHEREBY A BIDDER COULD PURPOSELY NOT SIGN OR ATTACH AN ADDENDUM AND AFTER THE BID OPENING, IF SUCH BIDDER LEFT A LOT �l OF MONEY ON THE TABLE, THEY COULD ALLEGE A MISTAKE IN % I THEIR BID AND WITHDRAW THEIR BID BASED ON SUCH. THE EFFECT WOULD BE THAT THE CITY WOULD BE PERMITTING/ THE KIND OB BID SHOPPING THAT THE PUBLIC BIDDING STATUTES WERE DESIGNED TO AVOID. ANY BIDDER COULD THEN PICK AND CHOOSE WHICH JOB THEY WANTED- EVEN AFTER THE BID OPENING. 5. ALSO, IF THE CITY ACCEPTS EXCALIBUR'S BID, THEY HAVE DESTROYED THE INTEGRITY OF THEIR ENTIRE PUBLIC BIDDING PROCESS. THEY WILL BASICALLY nW A MESSAGE OUT Y FUTURE JOB A PRECEDENT HAS BEEN SET THAT A BIDDER DOESN'T NEED TO FOLLOW THE EXPRESS INSTRUCTIONS OF THE CITY OF NEWPORT BEACH. THAT'S AN INVITATION FOR FUTURE SCOPE OF WORK AND TECHNICAL NON - COMPLIANCE DISPUTES. THE RAMIFICATIONS ARE NUMEROUS. FOR EXAMPLE, EVEN IF A CONTRACTOR GETS AN AWARD THEY CAN LATER ARGUE WHICH CONDITIONS ARE IN AND WHICH ARE OUT, BASED ON THE ABOVEp EXCEL IS HEREBY PROTESTING THE AWARD TO EXCALIBUR AND IS REQUESTING THAT EXCALIBUR'S BE REJECTED AS NON - RESPONSIVE AND THAT THE PROJECT BE AWARDED TO EXCEL PAVING COMPANY AS THE LOWEST RESPONSIVE BID. SINCERELY, EXCEL PAVI�NG COMPANY CURT BROWN PRESIDENT C.C. BENJAMIN NOLAN- PUBLIC WORKS DIRECTOR • . PR 1.1 CITY OF NEWPORT BRACE PUBLIC WORKS DEPARTMENT PROPOSAL 1. IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE 2. IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVEME! CONTRACT NO. 2641 ajiZai+nr. \ t\�.xd To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 2641 in accordance with the Plans and Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization @.�d -L -j LnwaJ Dollars Uj and (\n Cents $60, 000.00 Per Lump Sum 2. 3,300 Unclassified excavation Cubic Yards @ j4a�- Dollars and Cents $ 5\ tvn Per Cdbid Yard 3. Lump Sum Clear and grub tkm ,,,rq Dollars and (\n Cents Per Lump Sum r F- 3 -°t EXCEL PAVING COMPANY P.O. BOX 164o5 A GENERAL ENGINEERING CONTRACTOR LONG BEACH, CA 908065195 STATE LICENSE NO. 409208 A (213) 599 -5841 JUNE 24, 1991 VIA FAX MONDAY, JUNE 24, 1991 BY 3:00 PM CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BOULEVARD P.O. BOX 1768 NEWPORT BEACH, CA. 92659 -1768 ATTN: ROBIN FLORY, ASSIST. CITY ATTORNEY RE: IRVINE AVE. REHABILITATION BETWEEN 16TH ST. & SANTIAGO DR. (C -2641) SUBJECT: SUPPORTING CASE FOR BID PROTEST OF EXCALIBUR'S BID GENTLEMEN: TO FOLLOW UP EXCEL'S LETTER OF JUNE 21, 1991, OUR ATTORNEY HAS PERFORMED THE FOLLOWING PRELIMINARY RESEARCH WHICH SUPPORTS EXCEL'S CHALLENGE TO EXCALIBUR'S NON- RESPONSIVE BID: THE COURT IN KONICA BUSINESS,_I�ACHINES V. REGENTS OF NNUVB$S.I.TY__0_$..CALIFORNIA 206 CAL.APP.3d 499, 456 -57 (1988) STATED: "THE PURPOSE OF REQUIRING GOVERNMENTAL ENTITIES TO OPEN THE CONTRACTS PROCESS TO PUBLIC BIDDING IS TO ELIMINATE, FAVORITISM, FRAUD, AND CORRUPTION; AVOID MISUSE OF PUBLIC FUNDS; AND STIMULATE ADVANTAGEOUS MARKETPLACE COMPETITION. BECAUSE OF THE POTENTIAL FOR ABUSE ARISING FROM DEVIATION FROM STRICT ADHERENCE TO STANDARDS WHICH PROMOTE THESE PUBLIC BENEFITS, THE LETTING OF PUBLIC CONTRACTS UNIVERSALLY RECEIVES CLOSE JUDICIAL SCRUTINY AND CONTRACTS AWARDED._WITHOUT STRICT COMPLIANCE .WI }1 BIDDING REOUIREMZNT.S__WILL BE SET ASIDE., THIS PREVENTATIVE APPROACH IS APPLIED EVEN WHET$ IT IS CERTAIN THAT THERE WAS IN FACT NO CORRUPTION OR ADVERSE EFFECT UPON THE BIDDING PROCESS, AND THE DEVIATIONS WOULD SAVE THE ENTITY MONEY. THE IMPORTANCE OF MAINTAINING INTEGRITY IN GOVERNMENT AND THE EASE WITH WHICH POLICY GOALS UNDERLYING THE REQUIREMENT FOR OPEN COMPETITIVE BIDDING MAY BE SURREPTITIOUSLY UNDERCUT, MANDATE STRICT COMPLIANCE WITH BIDDING REQUIREMENTS." THE LEGISLATURE AMENDED PUBLIC CONTRACT CODE SECTION 100 EFFECTIVE JANUARY 1, 1991. THEE EGISLATURE THEN MADE CLEAR WHAT MOST PRACTITIONERS IN THIS AREA ALREADY THOUGHT WAS CLEAR, THAT BIDDING REQUIREMENTS ON ALL PUBLIC CONTRACTS, NOT JUST STATE CONTRACTS FOR THE PURCHASE OF SUPPLIES, MUST BE STRICTLY ENFORCED. THUS THE STANDARDS STATED IN THE KO_NICA_ BUSINESS MACHINES CASE APPLY EQUALLY TO A CITY AS TO A STATE AGENCY. f , PAGE 2 OF 3 CITY OF NEWPORT BEACH IRVINE AVE. REHABILITATION BETWEEN 16th ST. & SANTIAGE DRIVE JUNE 24, 1991 16t THE COURTS HAVE DEFINED CERTAIN KINDS OF IRREGULARITIES -)"'�a THAT AGENCIES CAN PROPERLY WAIVE. THE ERROR MUST BE P' "INCONSEQUENTIAL." THERE IS A TWO —PRONG TEST TO DETERMINE WHETHER A DEFECT IN A BID IS WAIVABLE: (1) IT CANNOT HAVE AFFECTED THE AMOUNT OF THE BID, AND (2) IT � CANNOT HAVE GIVEN THE BIDDER AN ADVANTAGE OR BENEFIT NOT ALLOWED OTHER BIDDERS. IN EXCEL'S CASE, THE APPARENT LOW BIDDER DID NOT MEET A PRECONDITION ESTABLISHED BY THE CITY AS A PRECONDITION TO BID CONSIDERATION. BY NOT CLEARING THIS HURDLE, THE APPARENT LOW BIDDER WAS NONRESPONSIVE. CONSIDERATION OF THE NONRESPONSIVE BID WOULD GIVE EXCALIBUR AN ADVANTAGE NOT ALLOWED OTHER BIDDERS. IF THE NONRESPONSIVE BIDDER CONCLUDES ITS BID WAS TOO LOW, IT COULD SEEK TO WITHDRAW IT, CLAIMING IT DID NOT CONSIDER THE ADDENDUM WORK AND THUS MADE A "MISTAKE." THE REASON FOR REQUIRING BIDDERS TO ASSIGN THE ADDENDUM WAS TO ELIMINATE THIS RISK. IF THE CITY DOES NOT ENFORCE THIS RULE, ONE CONTRACTOR IS GIVEN A POTENTIAL ELEgTION NOT Av]1�LABLE TO OTHER BIDDERS: IT CAN EITHER ELECT TO GO FORWARD WITH THE WORK CONTENDING IT SUBSTANTIALLY COMPLIED; ALTERNATIVELY, IF IT 'LEFT TOO MUCH MONEY ON THE TABLE," IT CAN ATTEMPT TO WITHDRAW ITS BID CITING AN ALLEGED MISTAKE. NO OTHER BIDDER GETS THIS OPTION. ALL OTHERS SIGNED THE ADDENDUM AND THUS ARE BOUND BY THE LUMP SUM SUBMITTAL WHICH UNEQUIVOCALLY INCLUDES THE ADDENDUM SCOPE OF WORK. ANOTHER RESULT MAY FLOW FROM THE ENACTMENT OF THE LEGISLATION EFFECTIVE JANUARY 1, 1991. IT MAY ALLOW COURTS TO EXPAND UPON CASES PERMITTING A DISAPPOINTED BIDDER NOT ONLY TO SET ASIDE AN IMPROPER AWARD. BUT ALSO TO RECOVER ITS BIDDING EXPENSES AND PERHAPS EVEN ITS LOST PROFITS. BEFORE THE ENACTMENT OF THE LEGISLATION, CASES HELD TIIAT A CONTRACTOR WRONGFULLY DEPRIVED OF A JOB MAY RECOVER ITS BIDDING EXPENSES. NOW THAT THE LEGISLATURE HAS SIGNIFICANTLY MODIFIED THE STATUTORY SCHEME, IT HAS DECLARED THAT COMPETITIVE BIDDING STATUTES HAVE BEEN ENACTED, AT LEAST ON SOME ISSUES, FOR THE EXPRESS BENEFIT OF THE BIDDERS.. BY DOING SO, THIS OPENS AN ISSUE THAT A DISAPPOINTED BIDDER'S LOST PROFITS MAY BE RECOVERABLE. PAGE 3 OF 3 CITY OF NEWPORT BEACH IRVINE AVE. REHABILITATION BETWEEN 16th ST. & SANTIAGO DRIVE JUNE 24, 1991 I TRUST THAT THE ABOVE COMMENTS FROM OUR ATTORNEY ADEQUATELY SUPPORTS EXCEL'S POSITION. WE HAVE INSTRUCTED HIM TO REFRAIN FROM CONTACTING THE CITY PENDING THE OUTCOME OF TONIGHTS CITY COUNCIL'S MEETING. SINCERELY, EXCEL PAVING COMPANY � GEOR R. MCRAE ADMINISTRATIVE VICE - PRESIDENT cc: BENJAMIN NOLAN - PUBLIC WORKS DIRECTOR i i� re MAY 1 3 1991 TO: City Council FROM: Public Works Department 'r`ED SUBJECT: IRVINE AVENUE AT SANTIA GO IMPROVEMENTS, AND IRVINE 16TH STREET AND SANTIAGO RECOMMENDATIONS: DRIVE May 13, 1991 CITY COUNCIL AGENDA ITEM NO. J -4 ADDENDUM NO. 1 C' - 2Z�11'(A) AVENUE REHABILITATION BETWEEN DRIVE (C -2641) 1. Authorize the-Mayor-and the City Clerk to execute a- cooperative agreement with City of Costa Mesa. 2. Affirm a the Notice of Categorical Exemption and the Negative Declaration of Environmental Impact. 3. Confirm the decision to construct curb and gutters and a driveway approach by Assessment Act procedure. 4. Advertise for bids t Jae QpPnAA at Tune- 3, nl1 . DISCUSSION: At the time the agenda was assembled, the staff had a tentative agreement with Mr. and Mrs. Dunlap concerning the purchase of access rights to Irvine Avenue and the reconstruction of their garage to a new location on Santiago Drive. On Tuesday afternoon, May 7, 1991, Mr. Dunlap called to say that the $41,000 offer was not sufficient, and he requested substantial additional compensation. The staff has reviewed the request and feels that added compensation cannot be justified. The plans have been revised to provide drive access to the existing garage by modifying sidewalk and street grades. The staff has indicated to the Dunlaps that, if they wish to change their minds in the next two to three weeks, the City still desires to acquire the access rights and can accommodate the plan revisions. Approval of the Access Rights Agreement and Resolution of Intent to Condemn are not needed at this time, and need to be removed from the recommendations for this item. G, J Yom, Benjamin B. Nolan Public Works Director Anrhtusad to PubfiM AdvNtlun+NRs d al kinds indudinp public notlas by Dawn d that dupe iw Cam of Orange Caatty. Catrana. l WAW A4214 580w 6w 29, 1961. and , A,2r1 I Juno II. ISO STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid: I am over the age of eighteen years, and not a party to or interested in the below entitled matter. 1 am a principal cierk of the ORANGE COAST DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published in the Costa Mesa. Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper to wit the issue(s) cif: May 16, 22, 1991 PUAUCNOTN;E M"10a INVITING Ism Settled bids Mary be M city a tic, am N; v� Boulevard, :P.O..Ebs 1786, "BNCA. CA 82eSx. ,7 tpt(6 11:00 kM on the 136, day. juns, Joel which "W p bids will ox, pprrpepIaadc �for : AVENU � "AVV NTIAGO DRIVE INTERSECTION IM. MOVEMENTS, AND IR. VINE AVENUE REHABILI- TATION BETWEEN 18TH, STREET AND SANTIAGO ORIGE (C•2641 1. Oprrtr01111i 'Enainear's Estimate: 5680,(100 ':. _ Approved byy,�,��the City Council this, 738f day of I declare, under penalty of perjury, that the n1ao�A'e: laoolo, cnr OD foregoing is true and correct. I Prospective bidders may 1ObWn one set of ad doe, ;maids at no cost of m of• 9 May 22 1 Executed on 199 4806 of the Public Works Deportment, 3300 Newport e" _ BeuleVard-Y.O :'BOX "TW. - at Costa Mesa, C/alifornia Newport Beech, CA 82050 - 1766. MAY 2 8 t?31 For further Information. call Lloyd I Dahon at (714) .. . - Puublished Signature oral wkf 82 CALIF., ✓ PROOF OF PUBLICATION 41 • • �3 ) • TO: CITY COUNCIL FROM: Public Works Department 90 January 22, 1989 CITY COUNCIL AGENDA ITEM NO. F -11 JAN 2 2 11V0 APPROVED SUBJECT: ACQUISITION OF PORTIONS OF 2 PARCELS FOR IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVEMENTS (C -2641) RECOMMENDATION: Authorize acceptance of two (2) grant deeds. DISCUSSION: Funds are budgeted to construct ultimate width • improvements along Irvine Avenue near Santiago Drive. The improvements will include widening Irvine Avenue adjacent to 2 parcels where land acquisition is necessary (see attached Drawing No. R /W- 5518 -L). Staff has obtained market value appraisals and negotiated purchase agreements with owners of the 2 parcels. Each purchase amount includes land and improvement values, plus severance damages, less the owner's required contribution for initial construction of 4 -foot wide sidewalk across the owner's parcel. Severance damages include amounts for driveway regrading, sprinkler modifications, and constructing a 6 -foot high screen wall across the owner's parcel if the owner should desire to do so. The purchase amount of the larger parcel (837 square feet) is $12,800. The smaller parcel (600 square feet) is $9,250. The City's construction should begin this summer. at I V �-/ Benjamin B. •Public Works BBN:so Nolan Director • • { .1; s'•� rr :y ell . IRVINE M rs' vs 4. 1- .;t• 0 00 AVENUE v� h AREA TO 66' ACpdi,Ce,0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RIGHT-OF -WAY ACQUISITION POFil. LOT 288 M'M. 4 - 83 W O Q z a SGAGE /'- 50' DRAWN Re, DATE 2zgi / to APPROVED /,l 0 1/f O PUBLIC WORKS DIRECTOR R.E. NO. CF WINO NO. R/W - 5518 - L A W CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 tie ce?y 4� G2, TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: May 17, 1991 SUBJECT: Contract No. C- 2641(A) Description of Contract Irvine Avenue at Santiago Drive Intersection Improvements, and Irvine Avenue Rehabilitation between 16th Street and Santiago Drive Effective date of Contract May 15, 1991 Authorized by Minute Action, approved on May 13, 1991 Contract with City of Costa Mesa Address P.O. Box 1200 Costa Mesa, CA 92628 -1200 Amount of Contract (See Agreement) " 4fe Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach i i MAY 1 3 1991 TO: City Council FROM: Public Works Department �' E1) SUBJECT: IRVINE AVENUE AT SANTIAGO IMPROVEMENTS, AND IRVINE 16TH STREET AND SANTIAGO 1. 2. 3. 4. DISCUSSION: ONS: May 13, 1991 CITY COUNCIL AGENDA ITEM NO. J -4 ADDENDUM NO. 1 DRIVE INTERSECTION AVENUE REHABILITATION DRIVE (C -2641) BETWEEN Authorize the Mayor and the City Clerk to execute a cooperative agreement with City of Costa Mesa. Affirm a the Notice of Categorical Exemption and the Negative Declaration of Environmental Impact. Confirm the decision to construct curb and gutters and a driveway approach by Assessment Act procedure. Advertise for - -A.M. on Juan -_13, 1991. At the time the agenda was assembled, the staff had a tentative agreement with Mr. and Mrs. Dunlap concerning the purchase of access rights to Irvine Avenue and the reconstruction of their garage to a new location on Santiago Drive. On Tuesday afternoon, May 7, 1991, Mr. Dunlap called to say that the $41,000 offer was not sufficient, and he requested substantial additional compensation. The staff has reviewed the request and feels that added compensation cannot be justified. The plans have been revised to provide drive access to the existing garage by modifying sidewalk and street grades. The staff has indicated to the Dunlaps that, if they wish to change their minds in the next two to three weeks, the City still desires to acquire the access rights and can accommodate the plan revisions. Approval of the Access Rights Agreement and Resolution of Intent to Condemn are not needed at this time, and need to be removed from the recommendations for this item. 6J, d4 Benjamin B. Nolan Public Works Director 3RrJ."f r �ti'[�i'v'�ir°'� /'�cv}x5�yw;���f i r. r ° �` 3 ✓vl i `� y Y. `t'! Itiyy d'�t�' '�ii �K •7 � Y•��t"k } y h 't-5tr- y x .. -.t' , f t i t t r ., s r r r. f+ K•: � �,": x t }k'S 1 l rt 1' •�. i y 1 .v. y wi° U S i•�`.rhWit r 9 ♦f F WIq l/ v v 1 yA Yt Wn'C , }Fr1Yi'irr f`y� f r.�t�/'. y �y- y,L e. v 4 [Hn/i;r 4l SiTx> r+•+:f r �al*^� `��•• i �. r.. � n J t 44- y y-• cPiMiE,L� r" y1�l�is 4'�.F��"Y f < J M. ! lam ryY-si,� ✓' lay ty �v'".1{Yy o 01 � la�A¢ . . { 4?6 • ' ZEtOCMTE't�Yy� N/ 9 /. p'1 �Y, 4ProL . n'r• � yj hsUKL'Y�• AJ riY Y ANEW S,eeVSL.�e. f' 1 Jr�f °a / e �ra ` I l.: i r • • • TO: F� Lo7.F `l City Council Public Works Department • May 13, 1991 CITY COUNCIL AGENDA ITEM NO. J-4 SUBJECT: IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVEMENTS, AND IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE (C -2641) 1. Authorize the Mayor and the City Clerk to execute a cooperative agreement with City of Costa Mesa. 2. Affirm a the Notice of Categorical Exemption and the Negative Declaration of Environmental Impact. 3. Confirm the decision to construct curb and gutters and a driveway approach by Assessment Act procedure. 4. Authorize the Mayor and the City Clerk to approve an agreement for the acquisition of access rights. 5. Adopt a Resolution of Intent to Condemn. 5. Advertise for bids to be opened at 11:00 A.M. on June 13, 1991. DISCUSSION: The current budget contains 2 appropriations for improvements to Irvine Avenue and Santiago Drive within limits shown on the attached Location Map. The improvements to Santiago Drive are between Irvine Avenue and Tustin Avenue and include 1) constructing original curb and gutter at four locations, 2) reconstructing approximately 1/2 of the length of the southerly curb and gutter, and 3) reconstructing approximately 2/3 of the roadway and resurfacing the remaining 1/3. The original curb and gutter construction is being built using assessment procedures (see attached March 28, 1988, Agenda Item No. D -4). The reconstruction of approximately 1/2 of the southerly curb and gutter will provide for a uniform 40' street width (in lieu of the present 38' width), and will also replace substandard and defective curb and gutter and provide extra street width at Irvine Avenue for an additional turn lane. f Subject: Irvine Avenue at Santiago Drive Intersection Improvements, and Irvine Avenue Rehabilitation between 16th Street and Santiago Drive (C -2641) • May 13, 1991 Page 2 The roadway reconstruction /resurfacing will eliminate excessive roadway crown and will provide an adequate roadway strength for future traffic volumes. The improvements to Irvine Avenue are between 16th Street and Santiago Drive and include 1) widening along the southwesterly side of the Santiago Drive intersection, 2) realigning curb and gutter and sidewalk southwesterly of Windward Lane; 3) constructing curb access ramps and storm drain inlets at various locations, 4) reconstructing a portion of the median southerly of 17th Street, and 5) rehabilitating, resurfacing and restriping pavement between 16th Street and Santiago Drive. The widening along the westerly side of Irvine Avenue at Santiago Drive will eliminate the present "bottleneck" at the intersection. The work includes demolition and reconstruction of curb and gutter, sidewalks, driveway approaches, storm drain inlets, walls, and driveways near the intersection. Portions of • 2 parcels were acquired for this work (see attached January 22, 1990 Agenda Item No. F -11). A traffic signal pole and many of its detector loops will also be replaced. The widening also affects garage access to 2201 Santiago Drive, owned by Mr. and Mrs. Kent Dunlap. In 1973 their parcel was subdivided, and a right -of -way dedication of 8 feet was required on Irvine Avenue and a 10 foot dedication on Santiago Drive. The proposed widening utilizes the 8 foot dedication on Irvine Avenue. The property line is now 12 feet from the garage door, and the new back of sidewalk elevation averages approximately 2 feet below the garage floor elevation. Convenient and safe access to and from the existing garage from Irvine Avenue cannot be maintained when the street is widened. Staff retained an architect to look at moving the garage or constructing a new garage that would take access from Santiago Drive. An agreement has been reached with the property owners to acquire the vehicular access rights to all but the southwesterly 6 feet of the Irvine Avenue frontage. Under the agreement, the Dunlaps are provided a lump sum payment of • $41,000.00 to compensate them for loss of access rights and for construction of a new garage that takes access from Santiago Drive. The $41,000 will come from the currently budgeted gas tax account for acquiring street right -of -way (18- 3341 -003). The Dunlaps, by separate agreement with the adjoining property owner, have obtained the right to use the adjoining driveway to gain • Subject: Irvine Avenue at Santiago Improvements, and Irvine 16th Street and Santiago May 13, 1991 Page 3 Drive Intersection Avenue Rehabilitation between Drive (C -2641) access to their Irvine Avenue side yard for secondary visitor parking. The Dunlaps are allowing the neighbor's drive to be widened by 2 feet onto their property to improve access to both sites. The City will construct a flared commercial -type drive approach to improve site access. The agreement with the Dunlaps also provides for a Resolution of Intent to Condemn for the acquisition of access rights. They have requested the resolution for tax reasons, and agree with the proposed City settlement and agreement. Curb, gutter and sidewalk southwesterly of Windward Lane will be realigned to provide a smoother transition where Irvine Avenue now abruptly narrows. Curb access ramps are being added at the Santiago Drive intersection and northerly thereof to accommodate certain handicapped persons and bicyclists. Storm drain inlets are being added along Santiago Drive near the Irvine Avenue intersection, and an inlet is being added to the Irvine Avenue median southerly of 17th Street to remove surface flows and ponding. The same median is also being remodeled to provide additional storage for northbound vehicles turning left onto 17th Street. The median, which belongs to the City of Costa Mesa, will be paved with stamped concrete to eliminate landscape maintenance responsibilities. And finally, Irvine Avenue between 16th Street and Santiago Drive will be reconstructed and repaved as needed to provide a maintenance -free roadbed for at least 10 years. The Irvine Avenue at Santiago Drive Intersection improvements and the work along Santiago Drive is a City project with partial funding from Caltrans' State -Local Transportation Partnership Program. A Negative Declaration of Environmental Impact has been approved by the Environmental Affairs Committee and, upon affirmation, will be filed with the County Clerk. The work in Irvine Avenue is being performed in a cooperative project with the City of Costa Mesa. Since the City • of Newport Beach is the lead agency, staff has prepared 1) a Notice of Categorical Exemption, 2) submittals to Caltrans for State -Local Transportation Partnership Program funding, 3) a cooperative agreement for execution by the two cities, and 4) plans, specifications, estimates, reports, utility notices and communications for the joint project. The Notice of Categorical Exemption has been approved by the Environmental Affairs Committee and, upon affirmation, will be filed with the County Clerk. 0 0 Subject: Irvine Avenue at Santiago Drive Intersection Improvements, and Irvine Avenue Rehabilitation between 16th Street and Santiago Drive (C -2641) • May 13, 1991 Page 4 Caltrans has accepted our resolutions for the City's project and for the cooperative project (copies attached), and will fund approximately 218 of eligible construction and contract administration costs. The final determination of the State's payment will be based upon the lesser of 1) staff's original project estimates, 2) the award amounts, or 3) the actual construction amounts. In accordance with Caltrans requirements, the bid documents stipulate that the Contractor conform with a local Disadvantaged Business Enterprise (DBE) program. Inasmuch as the City has not adopted such a program, the bid documents include a 108 DBE contract participation goal, which should be readily achieved through the selection of subcontractors and suppliers for the project. The cooperative agreement was approved by the City of Costa Mesa on October 15, 1990. It requires Costa Mesa to repay • us, upon award, for engineering, construction and contract administration. Costa Mesa's estimated share of construction cost is $200,000 approximately; that is, approximately 508 of the Engineer's estimate for the rehabilitation of Irvine Avenue and 308 of the Engineer's estimate for the total contract. The Engineer's Estimate is $660,000, which may be broken into the following components (approximately): City of Newport Beach state's 218 City of Costa Mesa State's 218 Subtotals Irvine Ave. Rehab. Irvine at Santiago Imnr. $158,000 $205,400 42,000 54,600 158,000 -0- 42.000 -0- $400,000 $260,000 • Sufficient funds have been appropriated in the current budget to award this amount. Upon completion of work, staff will prepare a final report of costs, and payment adjustments will be made between the Cities and the State. Z, C • • • Subject: Irvine Avenue at Santiago Drive Intersection Improvements, and Irvine Avenue Rehabilitation between 16th Street and Santiago Drive (C -2641) May 13, 1991 Page 5 Staff has also prompted various utility companies to replace aged facilities and to relocate water, electric, gas, telephone and cable television services to clear the City's proposed construction. It appears that all such replacement and relocation will be completed prior to our anticipated award date of June 24, 1991. Plans, specifications and Engineer's estimate for the project were prepared by Norris- Repke, Inc. All work under this contract is to be completed within 80 consecutive calendar days after the start of construction, or by November 15, 1991, whichever occurs first. Benjamin B. Nolan Public Works Director LD:so Attachments - Location Map Council Memo (March 28, 1988) Resolution 89 -70 Resolution 89 -163 O 'i0. /�'"nP,. f)'•C/ .�T•tr' �V P '.r I +'��p� \i .. Cpr I �r J �!„ a�V Y, `C/O p'I1 0♦4•, (^`' a " e� V' S /�y� -.�`r n.'-•, /n � PARR g .." COSTA F1 41y; p7k. "( Cam' = Qv ?C�1 422.. .L4♦. •p O. ]�V'1.;n . �/•...� \\ n =J UPPER NEWPORT BAY � 'v � Zc•�� ,A Sl+ �(/ 4 (�fr B 40L � °y / , „'>� E• ,a (</ �a Cy �9 0 ! / nn�Kfl. PROJECT SITE 1 t \ `) /i1� jT \t. .. r t�'ti \'J h `> vra ♦ �f M�'P. ? \ \ 5T n / � ` ♦ f;7 S!, .. � r'.�� P a t ! 1 Iy. � 1 I/ z si � !q. <S rJ��.•rY �C �'' �Cr ` A e[�� \e: y, /v\ � >I t -A. �< �;" 4y � � p� / / / /it,(� \i� � �/ 5' tip.!/ / /1) ' ,� "� ♦,\ , \\ I~J) � C6� y[ �_\ ,�� i CJJ' I� /• I S' �`, Y 1�D� ♦i'.' y . gl`971ti�`'a O� \ A� �`- .oL c.1.7 '''yo Sp, �' <Ow t ♦ y [sv c 'f.. 1/' 1, rm n L1[ :U E. C,;NIIA LN 1 T � q�.r r K � n f0• �C S\ f<. Rr ' Y V �r.,ti <p&w1o,e c� 4�#no Cc :• �f ®.� ,nom .�L V rl:;� Y[1��� l!� �:ti \ '�\ \ Y�.•:. /60q .� r� /�O�v �'!�'JdJ aS� -"C:/ F�� C'? �:.OR`� \�,''r \ 1 � ;v�r In !�`[ (' / q��� O O[Ll. +.c� O'D'V„l)r u' ti � H�Yr r 1 / � •4 �. ;r / � E)y C' ♦' SJ [ r+r be Ci i { % � � V .` VJ C4 �d4 :.� E�EVIry `ck�.ya SAN AffiYPORT `SA � SEE �A E' C`q ✓ST....`' • • • iy ✓ MA OR �/ Mx� /V'? `•a ..♦ • Cr <�9 /Oy O NS r RnNSiob CIA l r, 'p :Ii.ua,in .0 �'„tNj I ` J ICEVIPOnT ®PS CIVIC C �. ) C.=,;(•) 1n l.jj �N I PLAZA / .'sT . MIEVE.l ri. �.--- / "1`.;�.. NUiCUT cn!R 1 ANN Q ) cwco.o ..e - /�' citucam ec Q @„ ays ly i ? / �� CUYUSACE 1 CCY un Jo/ rrrrr,, VrrS g LOCATION MAP • TO: CITY COUNCIL FROM: Public Works Department 0 March 28, 1988 CITY COUNCIL AGENDA ITEM NO. D -4 SUBJECT: CONSTRUCTION OF CURBS AND GUTTERS ON 22ND STREET BETWEEN TUSTIN AVENUE AND IRVINE AVENUE RECOMMENDATION: 1. Hold public hearing to hear protests from anyone who does not desire the improvements. 2. Close public hearing. 3. If desired, direct the staff to continue the process of constructing curb and gutters using the procedure of Chapter 27 of the Improvement Act of 1911. DISCUSSION: • On 22nd Street between Irvine Avenue and Tustin Avenue curbs and gut- ters have heretofore been constructed in front of all properties except four. The location is shown on the attached sketch. On February 22, 1988, the City Council directed the staff to use the procedure of Chapter 27 of the Improvement Act of 1911 to have curbs and gutters constructed in front of the four properties. The public hearing scheduled for March 28, 1988, is step No. 3 in the following short description of the process: a. When the Public Works Director finds that curbs and gutters have been constructed in front of properties constituting more than 50% of the frontage in any block, or whenever the City Council upon its own motion has ordered the installation of said improvements in front of the unimproved portion in said block, the Public Works Director may order the owner of the unimproved portions to construct said improvements. b. Upon notice from the City, the owners of property abutting unimproved portions of the street have a duty to construct the improvements. • c. A public hearing is held at which time the City Council may hear protests from anyone who does not desire the improvement. d. After the public hearing, if the construction is not commenced by the property owners within 60 days after the date of..the notice. the City shall do the work and make the cost a lien oh the proper- ties. The cost of the work is financed by an advance from the _. City. 0 0 e. The City will have the work done at the earliest opportunity. f. Upon completion of the work, another public hearing is held to • hear any protests aboutfhe construction or the spreading of the assessment. g. After the second public hearing, the cost of construction is assessed against each parcel. The assessments may be paid in cash, or the City may allow the assessments to be paid over a period of years with interest on the unpaid balance. • • The estimated cost of the work, including construction costs; 10% for engineering and 10% for contingencies, is: Property 2001 Irvine Avenue 2019 Irvine Avenue 2301 22nd Street 2431 22nd Street TOTAL JBen�jamin B. Nolan Public Works Director BBN:kp Attachment Improvements Cost 120 l.f. curb and gutter $2,880 One driveway approach 1,800 132 1.f. curb and gutter 3,160 75 l.f. curb and gutter 1,800 $9,640 PROPOSED CONSACTION OF ! FEBWAKY Obb CURB 8 GUTTER ON 22"' STREET J PARCEL 426 - 111 -12 TUSTIN AV . 4 MARILYN L. WALKER _ 2001 IRVINE AVENUE �• ' °�' '•� "9'f �° : C /TY 16047 NEWPORT BEACH, CA P p 4 poeo• z P. Y 4. I •20 o20 /7. .io /a' a i GEORGE SKAUG 1224 PHILLIPP STREET N a A SAN FERNANDO, CA rl LORRIE HUFF, TRUSTEE 2301 -22ND STREET NEWPORT BEACH, CA ull O JOHN C. GRIEVE NL- 2431 -22ND STREET -- - - - - - -- NEWPORT BEACH, CA m- � N • � O AN o O 300./5' f1 fRH" ia' -Zi iRf. �6' I ti; ]o of oT QM 4 C V . q ; t CENTELL.4a PL. cb W3 3 7 9 a _, I Ez a�o4/ ' _ 74' V � N W `o I bso •_ a -200/• 2009. IRVINE - - �� 3 • • • 0 TO: CITY COUNCIL FROM: Public Works Department C: /M January 22, 1a:4 CITY COUNCIL AGENDA ITEM NO. F -11 SUBJECT: ACQUISITION OF PORTIONS OF 2 PARCELS FOR IRVINE AVENUE AT SANTIAGO DRIVE INTERSECTION IMPROVEMENTS (C -2641) RECOMMENDATION: Authorize acceptance of two (2) grant deeds. DISCUSSION: Funds are budgeted to construct ultimate width improvements along Irvine Avenue near Santiago Drive. The improvements will include widening Irvine Avenue adjacent to 2 parcels where land acquisition is necessary (see attached Drawing No. R /W- 5518 -L). Staff has obtained market value appraisals and negotiated purchase agreements with owners of the 2 parcels. Each purchase amount includes land and improvement .values, plus severance damages, less the owner's required contribution for initial construction of 4 -foot wide sidewalk across the owner's parcel. Severance damages include amounts for driveway regrading, sprinkler modifications, and constructing a 6 -foot high screen wall across the owner's parcel if the owner should desire to do so. The purchase amount of the larger parcel (8371 square feet) is $12,800. The smaller parcel (600 square feet) is $9,250. The City's construction should begin this summer. Benjamin B. Public Works BBN:so Nolan Director 0 III • • • 0 1 4: 't �ry ,r IRVINE h 0 �I ? AVENUE <l.PE.4 TO e 4CQ4/ /.PE.0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RIGHT -OF -WAY ACQUISITION PO LOT 288 . 4 -83 Ir O O a z a U) SLgGE / " =50' DRAWN -fela DATE AAM/ a APPROVED /j. a. PUBLIC WORKS DIRECTOR DIDIIRECTOR R.E. NO. IWO< dKWING NO. R / W - 5518 - L , <l.PE.4 TO e 4CQ4/ /.PE.0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RIGHT -OF -WAY ACQUISITION PO LOT 288 . 4 -83 Ir O O a z a U) SLgGE / " =50' DRAWN -fela DATE AAM/ a APPROVED /j. a. PUBLIC WORKS DIRECTOR DIDIIRECTOR R.E. NO. IWO< dKWING NO. R / W - 5518 - L • • RESOLUTION NO. 89 -70 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE CITY MANAGER OR HIS DESIGNEE TO SUBMIT AN APPLICATION TO CALTRANS FOR THE CONSTRUCTION OF STREET IMPROVEMENTS TO IRVINE AVENUE AND 22ND STREET (RE. SS -140 FUNDING PROGRAM) WHEREAS, SB -140 provides for a State -Local Transportation Demonstration Program to identify locally supported projects which can be constructed in the immediate future with a minimum of State planning and review; and WHEREAS, the State legislature intends to appropriate 300 million dollars by June 30, 1990, in order to fund a prorated share, up to 50% of the eligible project cost submitted; and WHEREAS, the City of Newport Beach desires to construct street improvements to Irvine Avenue and 22nd Street; NOW, THEREFORE, BE IT RESOLVED that the City of Newport Beach shall apply to CALTRANS, as follows: 1. Apply for all funds available to the City of Newport Beach for street improvements to Irvine Avenue and 22nd Street. 2. Authorize the City Manager or his designee, as the City's authorized signatory and designated contact person. ADOPTED this fOth day of July 1989, ATTEST: IA4 _A Pku Mayor Fro Temp CER71FIEDA AT➢U6AN .CO Cl COPY an arcs or rxr un or wrwrprr ai DATE, j9 0 RESOL TION NO. 89 -163 • A RESOLUTION OF THE CITY OXNCIL OF THE CITY OF COSTA MESA, CALIFORNIA, RD7DCNIZING STATE-LOCAL TRANSPORTATION DEMONSTRATION PROGRAM APPLICATIONS AND AUTRORIZING THE ASSISTANT CITY ENGINEER TO FILE APPLICATIONS • • WHEREAS, the City of Costa Mesa has identified the need for a resur- facing project to Irvine Avenue between 15th Street and 22nd Street; and WHEREAS, the needed project is estimated to require $390,000 resurfac- ing and engineering costs; and WHEREAS, the City of Costa Mesa and the City of Newport Beach desire to have a joint project for the resurfacing of Irvine Avenue, the City of Newport Beach being the lead agency; and WHEREAS, the City of Costa Mesa share of the $390,000 project is estimated to be $140,000; and WHEREAS, the City of Costa Mesa desires to apply for State -Local Trans- portation Demonstration Program funds which may make State funding available for up to 50 percent of construction costs for the Irvine Avenue resurfacing project; NOW, THEREFORE, BE IT RESOLVED bl the City Council of the City of Costa Mesa that the Assistant City Engineer is authorized to sign and submit the applications for State -Local Transportation Demonstration Program Funds. PASSED AND ADOPTED this 17th day of July, 1989. ATTEST: Uty Cierk of the City of Cwt Mesa • ic' •_ STATE CF CALIFORNIA ) /? _ _ _ _ _ _ ,/, a- ;�C keti..-- COUNTY OF ORANGE ) ss CCC�///,,,tl CITY OF ODSTA MESA ) Y CZm ---+r I, EILEEN P. PHINNEY, City Clerk and ex-of fi,icio Cle of City it Of the City of Costa Mesa hereby certify that the above and foregoing Resolution No. 89 -163 was duly and regularly passed and adopted by the City Council at a regular meeting thereof, held on the 17th day of July, 1989. IN WITNESS WHEREC', I have hereunto set my hand and affixed the Seal of the City of Costa Mesa this 18th day of July, 1989. The forego;::g instrument is a correct copy of the ori: 'd ^n ATTEST: .�O'!✓...V ..._..._....._.. CITY C'.1: .:. ��� '�..E C OF COSTA MESA COUNTY ,.Y Of ANGE. t;IA"E OF CAUrn^ N1 ..;.,.. ate_- Y/r 'ty Cl�� officio Clerk the City Council of the City of CosttY Mesa �J • ACCESS RIGHTS PURCHASE AGREEMENT • THIS AGREEMENT entered into this day of , 1991, by and between KENT and IRENE DUNLAP, husband and wife, owners of 2201 Santiago Drive, in the City of Newport Beach, California 92660, hereinafter referred to as "OWNERS ", and the CITY OF NEWPORT BEACH, a municipal corporation, organized and existing under and by virtue of its Charter and the Constitution and the laws of the State of California, hereinafter referred to as "CITY ", is made with reference to the following: R E C I T A L S: A. OWNERS own the parcel of land at 2201 Santiago Drive (PROPERTY) which is located at the westerly corner of Irvine Avenue and Santiago Drive. Irvine Avenue is a Primary Road and Santiago Drive is a Secondary Road on CITY'S Circulation Element of the • General Plan. CITY desires to widen Irvine Avenue by eight (8) feet, widen Santiago Drive by four (4) feet, and construct new pavement, curb, gutter and sidewalk. After widening Irvine Avenue, OWNERS garage will be only 12 feet behind the sidewalk and, if left in place, the driveway would be too steep to provide convenient ingress and egress to the garage. The driveway could no longer be used to park vehicles and vehicles using the driveway would have to back onto Irvine Avenue to leave the garage. B. CITY desires to acquire the vehicular access rights to the PROPERTY along all but the southwesterly six (6) feet of the Irvine Avenue frontage, so that vehicles will not be turning into PROPERTY or backing from PROPERTY onto Irvine Avenue and thereby improve public safety. The City has adopted a resolution of intention to condemn the Irvine Avenue access rights and thereafter is will institute an eminent domain action if OWNERS do not convey those rights to the CITY. C. OWNER'S property will be damaged by the loss of vehicular access to Irvine Avenue, in that OWNERS will no longer be able to use the existing garage. CITY, working with an architect, has 1 i' reviewed the various options available to relocate and /or reconstruct the garage in a location that could provide equal • access and utility to the property. D. CITY and OWNER, through this agreement and a related access rights grant deed, desire to establish the terms and conditions that will allow CITY to acquire vehicular access rights to Irvine Avenue and OWNER to be compensated for the loss of the use of the garage and access to Irvine Avenue. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: CITY agrees to: 1. Pay OWNER Forty -one Thousand dollars ($41,000.00) as full compensation for the vehicular access rights, except the southwesterly six (6) feet, across the Irvine Avenue frontage of the PROPERTY, for the loss of use of the existing garage and driveway, for any damage to the property that might accrue from the change of access to PROPERTY from Irvine Avenue, for the construction of an equivalent garage structure and drive on • PROPERTY that will take access from Santiago Drive including site modification costs to close off or demolish existing garage and grade the new garage site. 2. Construct at no cost to OWNER, curb, gutter, sidewalk, necessary retaining walls, driveway and approach in the public rights -of -way of Irvine Avenue and Santiago Drive. Adjust the grade of the common driveway from Irvine Avenue and pave the driveway and the adjoining area to meet existing grades. The new drive approach location on Santiago Drive will be in the position that is shown on the attached plan as Exhibit "A ". The drive is to be 16 to 20 feet wide. The driveway from Santiago Drive will be designed to have an elevation at property line that will provide a two (2) percent down slope toward the top of curb and will be constructed to this grade, except as provided for under "OWNER agrees to ", Section 6. 3. Have CITY'S contractor grade and reconstruct a portion of the entry sidewalk from Santiago Drive. This will be a sloped walkway unless OWNER desires to have steps installed. If • steps are desired, they would be installed entirely on PROPERTY beginning at the property line. 4. Have CITY'S contractor remove asphalt from drive areas around existing garage that are no longer needed and designated by OWNER for removal. The area will be left smooth and conforming to the natural slope. OWNER agrees to: 2 is THE PARTIES AGREE that Forty -one Thousand dollars ($41,000.00) is full compensation for the vehicular access right to the PROPERTY'S Irvine Avenue frontage, except the southwesterly six (6) feet, for any damages to property related to the loss of use of the existing garage and the construction of a new garage, for any obligation CITY has to construct a new garage and for temporary access to PROPERTY for construction related activities. 1. Execute the Grant Deed attached as Exhibit "B" relinquishing vehicular access rights for the PROPERTY frontage except the southwesterly six (6) feet along Irvine Avenue. 2. Stop using the existing garage and driveway • for vehicular access to Irvine Avenue on August 1, 1991, unless this time is extended by the Public Works Department due to a delay in CITY'S widening project. 3. Construct a new garage with vehicular access to Santiago Drive by July 1, 1992. 4. Allow CITY'S contractor to enter on PROPERTY as necessary to remove existing driveway, grade for and construct driveway and front sidewalk, grade for property line retaining walls and to make joins to areas affected by adjacent sidewalk and driveway construction. 5. Use the southwesterly six (6) feet of Irvine Avenue frontage jointly with the adjoining property owner and that OWNERS intend to use the joint driveway only when needed to provide occasional additional parking for visitors or maintenance activities for PROPERTY. 6. To reconstruct the Santiago Drive driveway to meet a back of sidewalk grade which is 2% above top of curb elevation, if the City does not construct it to this grade and if in the future the City widens Santiago Drive. The OWNER's responsibility to reconstruct includes • all adjustments in grade and driveway repaving on PROPERTY. City will not have to make any adjustments or modifications to PROPERTY related to the change in grade of the Santiago Drive driveway. is THE PARTIES AGREE that Forty -one Thousand dollars ($41,000.00) is full compensation for the vehicular access right to the PROPERTY'S Irvine Avenue frontage, except the southwesterly six (6) feet, for any damages to property related to the loss of use of the existing garage and the construction of a new garage, for any obligation CITY has to construct a new garage and for temporary access to PROPERTY for construction related activities. IN WITNESS WHEREOF, the parties have caused this • Agreement to be executed on the day and year first above written, CITY OF NEWPORT BEACH a Municipal Corporation APPROVED AS TO FORM City Attorney ATTEST: • City Clerk • By Mayor OWNERS: Kent Dunlap Irene Dunlap 4 Ll AGREEMENT FOR IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE THIS AGREEMENT, entered into this /Sg;;�, day of , 199/, by and between the CITY OF COSTA MESA, a political subdivision of the State of California, (hereinafter called "COSTA MESA ") and the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "NEWPORT BEACH $$). W I T N E S S E T H• WHEREAS, COSTA MESA and NEWPORT BEACH desire to rehabilitate Irvine Avenue between 16th Street and Santiago Drive, hereinafter referred to as "Project," in accordance with engineering studies indicating the need for repair, reconstruction, and overlaying; and WHEREAS, the street to be improved lies partly within the corporate limits of COSTA MESA and NEWPORT BEACH; and WHEREAS, the parties hereto desire to provide for the concurrent reconstruction of project within both cities and desire to pay for their proportionate share of costs thereof; NOW, THEREFORE, the parties hereto agree as follows: 1. NEWPORT BEACH shall prepare plans and specifications for Project in accordance with standard engineering practice. COSTA MESA shall have the right of approval of said plans and specifications (i.e., bonds, insurance endorsements, business licenses, and permit requirements, etc.) as they relate to the portion of Project within COSTA MESA. 2. NEWPORT BEACH shall process environmental impact assessment, studies and reports for Project for both cities. 3. NEWPORT BEACH shall advertise and award the construction contract for Project in accordance with State and local laws. 4. NEWPORT BEACH shall administer the construction contract and shall supervise all work performed. 5. Mutual Indemnity Provision: a. NEWPORT BEACH shall hold harmless, indemnify and defend COSTA MESA and its officers, agents and employees from and against all claims and liabilities for injury to person or property arising out of any negligent or wrongful act, error or omission of FI r NEWPORT BEACH or its officers, agents, or employees in the performance of this Agreement. b. COSTA MESA shall hold harmless, indemnity and defend NEWPORT BEACH and its officers, agents and employees from and against all claims and liabilities for injury to person or property arising out of any negligent or wrongful act, error or omission of COSTA MESA or its officers, agents, or employees in the performance of this Agreement. 6. Prior approval of the City Engineer of COSTA MESA shall be obtained for all Change Orders issued by NEWPORT BEACH pertaining to the construction of the Irvine Avenue portion within COSTA MESA. Change Orders pertaining to the construction of the Irvine Avenue portion within Costa Mesa which are issued without the approval of COSTA MESA shall not be eligible for reimbursement from COSTA MESA. 7. The construction cost of Project shall be borne and paid for by the parties hereto according to the actual sum of unit costs for work performed within each city. The proportionate shares of construction costs are estimated to be as follows: COSTA MESA 52% and NEWPORT BEACH 48 %. Such estimated proportionate shares shall be adjusted to final proportionate shares to reflect the actual construction costs of work done within each city. 8. COSTA MESA and NEWPORT BEACH each agree to pay their adjusted final proportionate shares of design engineering, deflection test analysis, survey, construction inspection and management, and testing costs for the Project. The amount that each party shall pay for said costs shall be allocated in the same proportionate shares as described in Item 7. 9. upon award of the construction contract to the successful bidder, NEWPORT BEACH will forward a copy of the bid summary to COSTA MESA together with an invoice for COSTA MESA'S estimated proportionate share of construction design engineering, deflection test analysis, survey, construction inspection and management, and testing costs for Project. COSTA MESA will pay its estimated share of Project costs to NEWPORT BEACH within thirty (30) days after 2 � r s • date of invoice. 10. Upon completion of Project, NEWPORT BEACH will forward to COSTA MESA an itemized invoice setting forth the final proportionate share of costs for Project due from COSTA MESA. Said Project costs shall include the proportionate share due from COSTA MESA for construction and other costs described in Item S. Upon review and approval by COSTA MESA, appropriate final Project cost adjustments will be made by either city within thirty (30) days after date of invoice. il. Upon recordation of the Notice of Completion, each party shall maintain those improvements within their respective corporate limits. 12. NEWPORT BEACH and COSTA MESA do hereby waive all claims and demands against each other for any loss, damage or injury of any kind or character to any person or property, arising out of design and construction of Project, or arising from any act of omission of both cities' respect of agents or employees, except to the extent occasioned by the sole negligence or willful misconduct of the parties or their agents or employees. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written. CI OF COSTA MESA Mayor of the City of Costa Mesa ATTEST: J v� City Clerk of the City Costa Mesa e / So APPROVED AS _ To F-OORR_MA: hA /A�,' City Attorney of the City of Costa Mesa 3 CITY OF NEWPORT BEACH Mayor of the City of Newport Beach City Clerk of Newport Beach r. Newport Beach ME llj Q 1 4 All-1 --q/ i' 0 • CITY OF COSTA MESA CALIFORNIA 92626 -1200 P.O. BOX 1200 FROM THE OFFICE OF THE CITY CLERK October 24, 1990 Mrs. Wanda Raggio, City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92660 RE: Agreement for Irvine Avenue Rehabilitation between 16th Street and Santiago Drive Dear Mrs. Raggio: Enclosed are two signed copies of the Agreement between the City of Newport Beach and the City of Costa Mesa for rehabilitation of Irvine Avenue between 16th Street and Santiago Drive. The agreement was approved at the regular City Council meet- ing held on October 15, 1990. After the agreement has been approved, please forward a fully executed copy to this office for our records. EPP:me Enclosures (2) very truly yours, EILEEN P. PHINNEY City Clerk 77 FAIR DRIVE (714) 754 -5223 !41 d� X77 �J AGREEMENT FOR IRVINE AVENUE REHABILITATION BETWEEN 16TH STREET AND SANTIAGO DRIVE THIS AGREEMENT, entered into this day of , 1990, by and between the CITY OF COSTA MESA, a political subdivision of the State of California, (hereinafter called "COSTA MESA ") and the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "NEWPORT BEACH "). W 1 7I N B S S f T H: WHEREAS, COSTA MESA and NEWPORT BEACH desire to rehabilitate Irvine Avenue between 16th Street and Santiago Drive, hereinafter referred to as "Project," in accordance with engineering studies indicating the need for repair, reconstruction, and overlaying; and WHEREAS, the street to be improved lies partly within the corporate limits of COSTA MESA and NEWPORT BEACH; and WHEREAS, the parties hereto desire to provide for the concurrent reconstruction of project within both cities and desire to pay for their proportionate share of costs thereof; NOW, THEREFORE, the parties hereto agree as follows: 1. NEWPORT BEACH shall prepare plans and specifications for Project in accordance with. standard engineering practice. COSTA MESA shall have the right of approval of said plans and specifications (i.e., bonds, insurance endorsements, business licenses, and permit requirements, etc.) as they relate to the portion of Project within COSTA MESA. 2. NEWPORT BEACH shall process environmental impact assessment, studies and reports for Project for both cities. 3. NEWPORT BEACH shall advertise and award the construction contract for Project in accordance with State and local laws. 4. NEWPORT BEACH shall administer the construction contract and shall supervise all work performed. 5. Mutual Indemnity Provision: a. NEWPORT BEACH shall hold harmless, indemnify and defend COSTA MESA and its officers, agents and employees from and against all claims and liabilities for injury to person or property arising out of any negligent or wrongful act, error or omission of 1 NEWPORT BEACH or its officers, agents, or employees in the performance of this Agreement. b. COSTA MESA shall hold harmless, indemnity and defend NEWPORT BEACH and its officers, agents and employees from and against all claims and liabilities for injury to person or property arising out of any negligent or wrongful act, error or omission of COSTA MESA or its officers, agents, or employees in the performance of this Agreement. 6. Prior approval of the City Engineer of COSTA MESA shall be obtained for all Change Orders issued by NEWPORT BEACH pertaining to the construction of the Irvine Avenue portion within COSTA MESA. Change Orders pertaining to the construction of the Irvine Avenue portion within Costa Mesa which are issued without the approval of COSTA MESA shall not be eligible for reimbursement from COSTA MESA. 7. The construction cost of Project shall be borne and paid for by the parties hereto according to the actual sum of unit costs for work performed within each city. The proportionate shares of construction costs are estimated to be as follows: COSTA MESA 52% and NEWPORT BEACH 48 %. Such estimated proportionate shares shall be adjusted to final proportionate shares to reflect the actual construction costs of work done within each city. 8. COSTA MESA and NEWPORT BEACH each agree to pay their adjusted final proportionate shares of design engineering, deflection test analysis, survey, construction inspection and management, and testing costs for the Project. The amount that each party shall pay for said costs shall be allocated in the same proportionate shares as described in Item 7. 9. Upon award of the construction contract to the successful bidder, NEWPORT BEACH will forward a copy of the bid summary to COSTA MESA together with an invoice for COSTA MESA'S estimated proportionate share of construction design engineering, deflection test analysis, survey, construction inspection and management, and testing costs for Project. COSTA MESA will pay its estimated share of Project costs to NEWPORT BEACH within thirty (30) days after 2 date of invoice. 10. Upon completion of Project, NEWPORT BEACH will forward to COSTA MESA an itemized invoice setting forth the final proportionate share of costs for Project due from COSTA MESA. Said Project costs shall include the proportionate share due from COSTA MESA for construction and other costs described in Item 8. Upon review and approval by COSTA MESA, appropriate final Project cost adjustments will be made by either city within thirty (30) days after date of invoice. 11. Upon recordation of the Notice of Completion, each party shall maintain those improvements within their respective corporate limits. 12. NEWPORT BEACH and COSTA MESA do hereby waive all claims and demands against each other for any loss, damage or injury of any kind or character to any person or property, arising out of j design and construction of Project, or arising from any act of omission of both cities' respect of agents or employees, except to the extent occasioned by the sole negligence or willful misconduct of the parties or their agents or employees. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written. CI Z A MESA CITY OF NEWPORT BEACH Mayor of the city of Costa Mesa Mayor of the City of Newport Beach ATTEST: J vr City Clerk of the City f City Clerk of the City of Costa Mesa Newport Beach APPROVED AS TO FORM: City Attorney of the City of City Attorney of the City of Costa Mesa Newport Beach 3 TO BE ATTACHED TO GREEALENTS GOING TO CITY COL"IL _ V/ v • _ Agreement Title Short Purpose of Agreement For City Council Meeting of�r 7 INSTRUCTIONS TO CITY CLEW. ` YES NO DATE After Council approval, how many fully executed copies should 1E6 ❑ Has Department Head "Approved as to Content "? be transmitted? '® ❑ Has City Attorney approved? Transmitted to_ ❑ ❑ Are Bonds attached (if required)? fir%/✓✓ ❑ ❑ Labor and Material ❑ ❑ Faithful Performance ❑ ❑ Monument Bond Carbon copy of transmittal letter goes to originating department, F-1 ❑ Bonds approved by City Attorney? Any other department ? — - ❑ ❑ Insurance certificates attached? ❑ ❑ Has City Attorney approved insurance? Is certified minute excerpt (or Minute Resolution) to be trans- mitted with executed copies? ❑ ❑ Are all exhibits attached (if mentioned in ❑ Yes Qlo If so, how y copies? agreement)? Information supplied by��D Additional Comments: (Initial) (Dace) n 3 T N V I Fa CITY OF COSTA MESA INTER OFFICE MEMORANDUM f��ry October 8, 1990 TO The Honorable City Council FROM "`William J. Morris Director of Public Services COUNCIL MEETING OF OCTOBER 15, 1990 SUBJECT: AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH AND THE CITY OF COSTA MESA FOR REHABILITATION OF IRVINE AVENUE FROM 16TH STREET TO SANTIAGO DRIVE. APPROVE THE ATTACHED AGREEMENT AUTHORIZING THE CITY OF NEWPORT BEACH TO ADMINISTER THE PROJECT DESIGN AND CONSTRUCTION. BACKGROUND: Irvine Avenue was constructed during the late nineteen fifties and the early sixties and lies within the corporate limits of the Cities of Newport Beach and Costa Mesa. It is an essential north -south highway with average daily traffic volume up to 40,000 vehicles. The westerly side of Irvine Avenue between 16th Street and Baycrest Road (northeast of 20th Street) is within the City of Costa Mesa. Irvine Avenue is in need of repair, reconstruction, and overlay in order to prolong its useful life and to enhance the traveling surface. At the City Council meeting of July 17, 1989, the City Council adopted Resolution No. 89 -163, which approved a joint project between the Cities of Newport Beach and Costa Mesa and established the City of Newport Beach as the lead agency. The resolution also authorized the Assistant City Engineer to sign and submit the application (SB 140) for State -Local Transportation Demonstration Program funds. DISCUSSION /ANALYSIS: The estimated project cost for Costa Mesa is $225,000, which includes engineering, design, contract administration, and construction costs. Of the total cost,construction is estimated at $195,500. This estimated cost is higher than a preliminary construction estimate from June 23, 1989 for $140,000, which was used on the SB 140 application. The original estimate did not include the additional requirements specified in the soils report and pavement analysis report prepared after the application due to timing requirements. SB 140 Funding is to be for construction costs only. A portion of the construction costs have been approved by the State of California under the State -Local The Honorable City Council October 8, 1990 Page Twp 0 Transportation Program SB 140 Funding. It is anticipated that the City will receive approximately $29,400 as their share of the program. The remaining funds are available from the 1989 -90 Capital Improvement Budget, Capital Outlay Fund, Item No. 24. The approval of the attached agreement authorizes the City of Newport Beach to advertise, award, administer, and supervise all work performed under the project. The agreement has been reviewed and recommended for approval by Public Services staff and the City Attorney. SUMMARY: Resolution No. 89 -163, adopted on July 17, 1989, approved a joint project between the Cities of Newport Beach and Costa Mesa, and identified the need for maintenance work to be performed on Irvine Avenue, and established the City of Newport Beach as the lead agency. The attached agreement, if approved, will put in to effect the provisions of the adopted resolution, and will allow for the project to proceed. It is recommended that the attached agreement be approved. Prepared by: Ve Tran Assistant Engineer Project Manager: Jerry Jensen VT:b Associate Engineer Attachment: Resolution No. 89 -163 Approved Memorandum, Agreement for Approval CC City Manager City Attorney City Clerk Director of Finance C1 OF COSTA MPSA !T INTER OFFICE MEMORANDUM Jul 7 9 The Honorable City Council FROM Rick Pickerin Assistant to C y'lkanager COUNCIL MEETING OF JULY 17, 1989 SUBJECT: State -Local Transportation Demonstration Program (SB 140) Application. RECOMMENDATION: Approve the attached resolution recognizing State -Local Transportation Demonstration Program application and authorizing the Assistant City Engineer to file applications. BACKGROUND: The State -Local Transportation Demonstration Program proposed to make up to $300 million available for up to 50 percent State match of local funding for transportation improvement project construction, excluding right -of -way. The State participation may be up to 50 percent and may be less than 10 percent, depending on the number of qualifying applications received. Local agencies may drop approved projects from the program, and the matching funds from the State would be directed into the State's General Fund. As part of the submittal process, Caltrans requires documentation of a commitment to provide local match funding. DISCUSSION /ANALYSIS: An application has been prepared for one additional project from the list approved at the July 3, 1989 City Council Meeting. In order to meet the June 30th submittal deadline staff prepared and signed the application. The attached resolution authorizes the Assistant City Engineer to sign for the City. This project will be a joint one with the City of Newport Beach and they will be the lead agency. This project was submitted June 29th by the City of Newport Beach for consideration by the State for up to 50 percent matching funding for construction costs. Project Irvine Avenue - 15th Street to 22nd Street CC City ,Clerk City Manager City Attorney Dir. of Finance 19 Const. C.M.Share 50 Percent $ 390,000 $140,000 $70,000 Prepared by: Robert Brock Project Manager: Robert Brock IITI'ER- OFFICE MEMO FROM: OFFICE OF THE CITY CLERK DATE: July 18, 1989 TO: [ ] City Manager RE: ( ] Rezone Petition No. [ ] City Attorney [ ) Planning Action No. [ j Planning ( ] General Plan Amendment [ j Building Safety I ) Final Tract No. [XI Public Services- dtA [ ] Tenative Tract No. [ ] Real Property ( ] Specific Plan [ ] Engineering [XX] Res. 89 -163, State Local Trans. [ ] Transportation Services [ ] Demon. Prog. App. - Filed by City [ ] Street and Sanitation Engineer [ ] Leisure Services [ ] Personnel [ ] Finance [ ] Revenue [ ] Fire ( ] Police [ j Communications [ ] Redevelopment Agency (XX] City Clerk At the regular City Council meeting held on Monday, July 17, 1989, the above was considered and the following action was taken: The Council adopted Resolution 89 -163, A RESOLUTION OF THE CITY CCUNCIL OF THE CITY OF COSTA MESA, CALIFORNIA, RECOGNIZING STATE -LOCAL TRANSPORTATION DEMON- STRATION PROGRAM APPLICATIONS AND APPLICATIONS. eak THE ASSISTANT CITY ENGINEER TO FILE 0 CITY CLERK'S OFFICE E RESOLUTION NO. 89 -163 n A RESOLUTION OF THE CITY OOUNCIL OF THE CITY OF COSTA MESA, CALIFORNIA, REOOGNIZING STATE -LOCAL TRANSPORTATION DEMONSTRATION PROGRAM APPLICATIONS AND AUTHORIZING THE ASSISTANT CITY ENGINEER TO FILE APPLICATIONS WHEREAS, the City of Costa Mesa has identified the need for a resur- facing project to Irvine Avenue between 15th Street and 22nd Street; and WHEREAS, the needed project is estimated to require $390,000 resurfac- ing and engineering costs; and WHEREAS, the City of Costa Mesa and the City of Newport Beach desire to have a joint project for the resurfacing of Irvine Avenue, the City of Newport Beach being the lead agency; and WHEREAS, the City of Costa Mesa share of the $390,000 project is estimated to be $140,000; and WHEREAS, the City of Costa Mesa desires to apply for State -Local Trans- portation De onstration Program funds which may make State funding available for up to 50 percent of construction costs for the Irvine Avenue resurfacing project; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Costa Mesa that the Assistant City Engineer is authorized to sign and submit the applications for State -Local Transportation Demonstration Program Funds. PASSED AND ADOPTED this 17th day of July, 1989. ATTEST: C ty Clerk of the City of Cost Mesa M yor of the Ci Costa Mesa STATE CF CALIFORNIA ) /1 y (a'o 000NTY OF ORANGE ) ss CITY CF COSTA MESA ) I, EILEEN P. PHINNEY, City Clerk and ex -of fLcio Cle of he City Cou cil of the City of Costa Mesa hereby certify that the above and foregoing Resolution No. 89 -163 was duly and regularly passed and adopted by the City Council at a regular meeting thereof, held on the 17th day of July, 1989. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the Seal of the City of Costa Mesa this 18th day of July, 1989. City C ex- officio Clerk 91 the City Council of the City of Cosly Mesa