Loading...
HomeMy WebLinkAboutC-2699 - Cannery Village Area Street ImprovementsCITN *OF NEWPORT BIACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 October 16, 1990 (714) 644 -3005 Clayton Engineering, Inc. 23011 Moulton Parkway, Suite J -11 Laguna Hills, CA 92653 Subject: Surety: Safeco Insurance Company of America Bonds No.: 5510109 Contract No.: C -2699 Project: Cannery Village Area Street Improvements The City Council of Newport Beach on September 10, 1990 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 of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on September 19, 1990, Reference No. 90- 498337. Sincerely, /�, s' /y d. VFW � � 6e 1 Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach 90- 49033T 4i RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: E RECORDING REQUEST PER � � �v GOVERNMENT CODE 6103 City Clerk / Jl �CORDEDIN OFFICL14L RE-CORDS City of NewpoIrt Beach O CAU 3300 Newport Boulevard M Newport Beach, CA 92663 ,M- P,M SEP 19 1990 NOTICE OF COMPLETION Q vjt�ftmar PUBLIC WORKS t_* AX% '1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 12, 1990 the Public Works project consisting of CANNERY VILLAGE AREA STREET IMPROVEMENTS (C -2699) on which Clayton Engina_P_ 2 was the contractor, and Safec< was the surety, was completed I, the undersigned, say: nsurance Company of America, CA, S 17570 Brookhur'st Street, Fountain.Valley, CA 92708 CIT OF NEWPORT BFACH Public Works Director VERIFICATION I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 12. 1990 at Newport Beach, California. J2�' (.lL, Pu lic Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on September 10, 1990 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on -Ses mp b r 12 1990 at Newport Beach, California. i �j�i ' / / r City Clerk jl� 4-""4 ® SEP 1 01990 TO: City Council FROM: Public Works September 10, 1990 CITY COUNCIL AGENDA ITEM NO. F -14 SUBJECT: ACCEPTANCE OF CONSTRUCTION OF CANNERY VILLAGE AREA STREET IMPROVEMENTS (C -2699) RECOMMENDATIONS: Accept the work. Authorize the City Clerk to file a Notice of Completion. 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 street improvements and street lighting in the Cannery Village area has been completed to the satisfaction of the Public Works Department. The bid price was $412,500.25 Amount of unit price items constructed 460,331.80 Amount of change orders 18,539.98 Total contract cost $480,875.93 The increase in the amount of the unit price items constructed was due to errors in the original estimate and additional street reconstruction at the 28th Street /Villa Way /Lafayette Avenue intersection and 30th Street /Newport Boulevard intersection. Seven Change Orders were issued. The first, in the amount of $1,783.24, provided for waterproofing the joints in the storm drain pipe. The second, in the amount of $450.00, provided for the installation of bulkheads at the ends of the abandoned storm drain. The third, in the amount of $1,800.00, provided for removal and disposal of an existing storm drain manhole. The fourth, in the amount of $4,584.60, provided for the replacement of traffic signal loops and installation of three new street lights. The fifth, in the amount of $9,657.08 provided for removal and replacement of a portion of the water main in 29th Street to clear the new storm drain. The sixth, in the amount of $309.21, provided for additional trenching for the street light conduit. The seventh, in the amount of $1,960.00, provided for water main relocations in 29th Street at Newport Boulevard. Subject: Acceptance of Construction of Cannery Village Area Street Improvements (C -2699) September 10, 1990 Page 2 • Funds for the project were budgeted in the General Fund, Account Nos. 02- 3497 -464 and 02- 3297 -508. Approximately $139,000.00 of the work was funded by Assessment District No. 58 (Cannery Village). The attached cost summary provides detailed funding information for the assessment district. Funds in the amount of $161,395.25 were generated through the establishment of Assessment District No. 58 (Cannery Village) and funds in the amount of $160,581.00 have been expended in completing the project leaving a small surplus of $765.25: The contractor is Clayton Engineering of Laguna Hills. The contract date of completion was June 12, 1990. Due to the extra work and the time required for preparation of plans for the water main replacement, completion of the work was delayed until July 3, 1990. • ` J a Benjamin B. Nolan Public Works Director PD: so Attachment • CANNERY VILLAGE AREAAWREET IMPROVEMENTS, C -269. ASSESSMENT DISTRICT 58, ACCT.# 02- 3297 -508 I. ASSESSMENT DISTRICT 58, FUNDS A. BY CASH PAYMENTS $46,600.18 BY BOND SALES $107,746.07 CITY CONTRIBUTION $7,000.00 $161,346.25 II. CONSTRUCTION COST BREAKDOWN NO. ; ------------------------------------------------------------------------------ ITEM DESCRIPTION ; QUANTITY ; UNIT COST ; AMOUNT 3 TYPE "A" CURB ; 1288 LF ; $12.00 /LF ; $15,456.00 ; 5 ; AC OVERLAY ; 96 TON ; $55.00 /TON ; $5,280.00 6 ; FULL DEPTH AC ; 55 TON ; $100.00 /TON ; $5,500.00 7 3" AC PVMT. ; 28 TON ; $45.00 /TON ; $1,260.00 ; 8 6" AGGREGATE BASE ; 45 TON ; $20.00 /TON ; $900.00 ; 10 COMM. DRIVEWAY APPROACH ; 2130 SF ; $4.00 /SF ; $8,520.00 ; 11 ; PCC SIDEWALK ; 3770 SF ; $2.00 /SF ; $7,540.00 ; 12 ADJ. SLIDER GATE ; 90 LF ; $12.00 /LF ; $1,080.00 13 PCC STEPS ; 1 EA ; $300.00 /EA ; $300.00 28 REMOVE AC PVMT. ; 8492 SF ; $0.75 /SF ; $6,369.00 ; 3 ; REMOVE BRICK PAVING ; 136 SF ; $3.00 /SF ; $408.00 ; REMOVE BOARDWALK ; 125 SF ; $5.00 /SF ; $625.00 REMOVE PLANTER 56 SF ; $10.00 /SF ; $560.00 57 DECORATIVE STREET LIGHT ; 26 EA ; $2,100.00 /EA $54,600.00 58 REPLACE STREET LIGHT 1 EA $2,200.00 /EA ; $2,200.00 59 ; 1 1/2" ELECTRICAL CONDUIT ; 3160 LF ; $6.50 /LF $20,540.00 ; 60 ; PULLBOX ; 37 EA ; $150.00 /EA ; $5,550.00 61 ; ----------------------------------------------------------------------------- ELECTRICAL SERVICE ; 1 LS ; $2,500.00 /LS ; $2,500.00 TOTAL CONSTRUCTION = $139,188.00 III. INCIDENTAL COSTS A. DESIGN ENGINEERING $3,900 B. ASSESSMENT ENGINEERING C. SPECIAL LEGAL COUNSEL D. CONSTRUCTION ADMINISTRATION $3,550 $3,250 $3,150 46BOND DISCOUNT (2%) $2,155 * BOND RESERVE (5%) $5,388 TOTAL INCIDENTALS = - $21,393 IV. SUMMARY OF FINAL COSTS TOTAL FUNDS EXPENDED = $160,581.00 AVAILABLE A.D. 58 FUNDS = $161,346.25 SURPLUS TO GENERAL FUND = $765.25 i ! CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: February 28, 1990 SUBJECT: Contract No. C -2699 Description of Contract Cannery Village Area Street Improvements Effective date of Contract February 28, 1990 Authorized by Minute Action, approved on February 12, 1990 Contract with Clayton Engineering, Inc. Address 23011 Moulton Parkway, Suite J -11 Laguna Hills, CA 92653 Amount of Contract $412,500.25 ZZ" `f 4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach i 1 BY THE CITYCOUNGI. February 12, 1990 CITY OF NEWPORT BEACH CITY COUNCIL AGENDA F 2 00 ITEM NO. D -5 s TO: CITY COUNCIL lyapL, FROM: Public Works Department SUBJECT: ASSESSMENT DISTRICT NO. 58 (CANNERY VILLAGE) CANNERY VILLAGE AREA STREET IMPROVEMENTS, C -2699 RECOMMENDATION: Hold public hearing to hear comments or protests from citizens concerning the "Engineer's Report" and the establishment of the proposed district. 1. If the Council desires to proceed with the establishment of the district: a. Adopt a Resolution ordering certain changes and modifications to the " Engineer's Report ". b. Adopt a Resolution overruling and denying protests and making certain findings. C. Adopt a resolution confirming the assessment, ordering the improvements made,together with appurtenances, and approving the " Engineer's Report ". d. Adopt a resolution awarding the contract for the construction of certain public works of improvement. e. Adopt a resolution accepting proposal for the sale of bonds. DISCUSSION• On December 11, 1989, City Council adopted resolutions making findings on petition, making appointments in a special district, approving the proposed boundary map and "Engineer's Report ", approving plans and specifications, calling for construction bids, and setting a public hearing for February 12, 1990, at 7:30 P.M. in the City Council Chambers for the proposed Assessment District No. 58 (Cannery Village) pursuant to the requirements of the "Municipal Improvement Act of 1913 ". In accordance with these requirements, notices of hearing and assessment were posted, published, and mailed 1 Subject: February Page 2 17 Assessment District Cannery Village Area 12, 1990 No. 58 (Cannery Village) Street Improvements (C -2699) to all property owners within the proposed district as shown on the latest Assessment roll. The purpose of this public hearing is to hear comments and protests concerning the formation of this assessment district and to decide whether or not to proceed. According to the provisions of the " Majority Protest Act of 193111, if the owners representing 50% of the area within the proposed district protest in writing, formation of the district and assessment proceedings shall be abandoned. As of this writing no protests have been formally filed with the City Clerk. Upon the close of the public hearing, City Council must decide to proceed or not to proceed with the project. If the decision is to proceed with the project, the Council must adopt the above listed resolutions. By adopting the resolutions, Council will be approving the Amended Engineer's Report, confirming and levying the proposed assessments as shown in the report, awarding the construction contract, Cannery Village Area Street Improvements( C -2699 ) including the assessment district improvements to the lowest responsible bidder, Clayton Engineering Inc.,and accepting a proposal for the sale of bonds from Miller & Schroeder Financial, Inc.. Upon formation of the assessment district, the Assessment roll and Diagram will be recorded with the county and notices will be mailed to each property owner indicating their assessment. The notice will also initiate the beginning of the 30 - day cash payment period in which property owners may pay all or a portion of their required assessment. At the close of the 30 - day period the bonds would be sold in the amount of the unpaid assessments. In the event that there is a majority protest against the formation of the proposed district or the Council desires to modify the district, it is recommended that the Council direct staff to prepare the appropriate modified resolutions. Since the construction of the missing improvements is critical to the successful completion of the City's street improvement project, it would be recommended that the modified resolutions would overrule the protests with respect the missing improvements and award the project less the street lighting improvements. The "Amended Engineer's Report" contains revised cost data which reflects the bid prices received from the lowest responsible �I bidder, Clayton Engineering, Inc.. Minor changes have been made in 'the quantities and type of improvements at the request of the property owners. Due to the relatively small assessments and at the recommendation of our legal counsel, Brown &'Diven, the bond maturity Ab ubject: Assessment District Cannery Village Area February 12, 1990 7/ Page 3 "4 No. 58 (Cannery Village) Street Improvements (C -2699) period has been changed from 20 to 10 years. A copy of the " Amended Engineer's Report" is attached for reference. On January 23, 1990, bids where opened and read for Cannery Village Area Street Improvements, C -2699. The results of the bid opening are as follows: Bidder LOW Clayton Engineering, Inc., 2 Nobest Inc. 3 Gillespie Construction, Inc. 4 Excel Paving Co. 5 Bay District Paving 6 Guild Construction, Inc. 7 Premier Engineers, Inc. 8 Ronald Harris Construction Engineer's Estimate \,. Construction Bid Breakdown Assessment District Items - Property owner Street lighting Missing Improvements Repair Project Items - City Repair Street & Drainage Improvements Total.Construction contract Amount $412,500.25 $453,810.65 $472,829.47 $492,504.08 $497,799.33 $540,264.63 $582,341.50 $611,926.78 $533,968.00 $ 75,700.00 $ 44,562.50 $292.237.75 $412.500.25 The low bid of $412,500.25 is 23$ lower than the Engineer's estimate and can be attributed to competitive bidding. The low bidder, Clayton Engineering, Inc., has successfully completed contracts for the city in the past. Funds to construct this project are available in the current capital improvement budget account# 02- 3497 -464. The General Fund will be reimbursed for the assessment district improvement costs through bond sales and cash payments by property owners. A proposal for the sale of bonds has been received from Miller & Schroeder 3 6ubject: Assessment District No. 58 (Cannery Village) Cannery Village Area Street Improvements (C -2699) February 12, 1990 Page 4 Financial, Inc.. These 1915 Act Limited obligation Improvement Bonds will have a Net Effective interest rate of 7.392% and will mature in ten years. The proposal has been reviewed by city staff and legal counsel and it is recommended that this proposal be accepted. Upon award of the construction project, it is anticipated that work would be completed by June 1990. Benjamin B. Nolan Public Works Director SB:so ( Attachments 4 l f 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, CA 92659 -1768 until 11:00 A.M on the 23rd day of January, 1990 at which time such bids sabe opened and read for CANNERY VILLAGE AREA STREET IMPROVEMENTS Title of Project low 2 s�G, w No. C 01M it EXP. 2699 Contract No. $650,000.00 Engineers Estimate • 09",� • \ • 1n df Cilil'�' Approved by the City Council this 11th day of December , 1989. 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 1766, Newport Beach, CA 92659 -1768. For further information, call Steve Badum at 644 -3311. Project Manager - i Z Cl H Q H W F- K w U w v Z Q N Z Z O r-i Q N Z W [L F 0 N W Y 3 a) U i c N N O ro -04--c L O i L + U T O V 4� U 0 4- i •r U N O o— ro .0.— L Y 10.0 c } L J R) •r •r O 3 3 L U T a) Y++ CAL N ro v L E c E o•r � 04- ro N V O O rn c o 1 • tea, M � u M-0 V •r c a 3 E c L al E O J N i r N O + c a O V- U•r Y c i v roroa) d L 4 a N N O O -0,0 L +� c O+ N 7 V c L O O Q) O ++ c T++ ro •r N O L V i iJ a) > O_ O a) OL C O M. O o T•r N U a) i + c L 4)10 043) +> > 0.- L a) c N O 4 a) •r 4- O a) a> a) L E O a •r O S- u O. N e ro o- c 3 a - a) O++ ro L N L •r U L Y N (a ro V Y t > O c r L Y c ti L 0.- L O = 3 3 3 0. u IS I iqhow I a) ro c Ol o St u J 'a V y d✓ IIS h Lit- Y V J i E Y Qt G PUBLIC WORKS DEPARTMENT PROPOSAL CANNERY VILLAGE AREA STREET IMPROVEMENTS CONTRACT NO. 2699 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2699 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY NO. AND UNIT 1 Lump Sum --------------------- - - - - -- ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS --------------------- - - - - -- MOBILIZATION UNIT TOTAL PRICE PRICE ----- -------- - - - - -- TWENTY -THREE THOUSAND NINE HUNDRED Dollars and NO Cents $ 23,900.00 $ 23,900.00 2 157 CONSTRUCT TYPE "B" PCC CURB Lineal Feet ONLY Q TEN Dollars and NO Cents $ 10.00 $ 1,570.00 Per Lineal Foot 3 2744 CONSTRUCT TYPE "A" PCC CURB & Lineal Feet GUTTER TWELVE Dollars and NO Cents $ 12.00 $ 32,928.00 Per Lineal Foot Prl.1 --------------------------------------------------- ITEM QUANTITY ITEM DESCRIPTION - - - - -' NO. --------------------------------------------------------- AND UNIT UNIT PRICE WRITTEN IN WORDS 4 252 CONSTRUCT PCC GUTTER ONLY Lineal Feet 0 NINE Dollars and NO Cents Per Lineal Foot 5 30 PLACE AC OVERLAY Tons @ FIFTY -FIVE Dollars and NO Cents Per Ton 6 59 CONSTRUCT FULL DEPTH AC Tons PAVEMENT ONE HUNDRED Dollars and N O Cents Per Ton 7 528 CONSTRUCT 3" AC PAVEMENT Tons Q FORTY -FIVE Dollars and NO Cents Per Ton 8 1057 CONSTRUCT 6" AGGREGATE BASE Tons � TWENTY Dollars and N O Cents 9 293 CONSTRUCT ALLEY APPROACH Square Feet @ FOUR NO Per Square Foot Prl.2 UNIT TOTAL PRICE PRICE $ 9.00 $ 2,268.00 $ 55.00 $ 1,650.00 $ 100.00 $ 5,900.00 $ 45.00 $ 23,760.00 $ 20.00 $ 21,140.00 Dollars and Cents $ 4.00 $ 1,172.00 Pr1.3 -------------------------------------------------------------------------------- ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. -------------------------------------------------------------------------------- AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10 1,345 CONSTRUCT COMMERCIAL DRIVEWAY Square Feet APPROACH FOUR Dollars NO Cents $ 4.00 $ 5,380.00 Per Square Foot 11 10,610 CONSTRUCT SIDEWALK Square Feet TWO Dollars and NO Cents $ 2.00 $ 21,220.00 Per Square Foot 12 90 ADJUST SLIDER GATE AND FENCE Lineal Feet FABRIC TO GRADE @ TWELVE Dollars and NO Cents $ 12.00 $ 1,080.00 Per Lineal Foot 13 1 CONSTRUCT PCC STEPS Each THREE HUNDRED Dollars and NO Cents $ 300.00 $ 300.00 Each 14 1 ADJUST MANHOLE COVER TO GRADE Each SIX HUNDRED Dollars and NO Cents $ 600.00 $ 600.00 Each 15 1 CONSTRUCT PRIVATE DRAIN THRU Each NEW CURB @ TWENTY -FIVE Dollars NO Cents $ 25.00 $ 25.00 Each Pr1.3 ----------------------------------------------- 'ITEM QUANTITY ITEM DESCRIPTION NO. ---------------------------- AND UNIT UNIT PRICE ------------- WRITTEN IN WORDS - - - - -- 16 7 CONSTRUCT CURB INLET TYPE OS Each WITH 1/2" LOCAL DEPRESSION @ TWO THOUSAND FIVE HUNDRED NO Each UNIT TOTAL PRICE PRICE ----------------------- - - - --- Dollars and Cents 2,500.00 $ 17,500.00 17 4 CONSTRUCT JUNCTION STRUCTURE #1 Each @ TWO THOUSAND Dollars and NO Cents $ 2000.00 $ 8,000.00 Each 18 1 CONSTRUCT JUNCTION STRUCTURE #2 Each @ ONE THOUSAND FIVE HUNDRED Dollars and NO Cents $ 1,500.00 $ 1,500.00 Each 19 379 CONSTRUCT 18" RCP (200OD) Lineal feet WITH CONCRETE BEDDING @ SEVENTY Dollars and NO C ents g 70.00 $ 26,530.00 Per Lineal Foot 20 175 CONSTRUCT 15" RCP (2000D) Lineal Feet WITH CONCRETE BEDDING @ ONE HUNDRED Dollars NO Cents $ 100.00 $ 17,500.00 Per Lineal Foot Prl.4 0 9 0 -------------------------------------------------------------------------------- ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. I------------------------------------------------------------------------------- AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE I 21 15 CONSTRUCT 3" PVC PIPE Lineal Feet (SCHED 80) THIRTY Dollars and NO Cents g 30.00 $ 450.00 Per Lineal Foot 22 1 CONSTRUCT CURB INLET CATCH Each BASIN TYPE OS -M, WITH 1/2" LOCAL DEPRESSION THREE THOUSAND TWO HUNDRED Dollars NO and 3,200.00 3,200.00 Cents $ $ Each 23 3 REMOVE WATER VALVES Each a TWO HUNDRED Dollars NO 200.00 600.00 Cents $ $ Each 24 1 REMOVE CLOGGED 2" DRAIN FROM Each DRINKING FOUNTAIN AREA & CONNECT NEW 3" ABS DRAIN PIPE TO NEW CATCH BASIN NINE HUNDRED Dollars NO and 900.00 900.00 Cents g $ Each 25 1 REMOVE EXISTING 12" RCP STUB & Each CONNECT NEW 18" RCP TO EXIST - ING MANHOLE ONE THOUSAND TWO HUNDRED Dollars • NO and 1,200.00 1,200.00 Cents $ $ Each Pr1.5 ----------------------------------------- - - - - -- -- -- -- - -- -- ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 26 288 REMOVE EXISTING PCC CURB ONLY Lineal Feet TWO Dollars and NO Cents $ 2.00 $ 576.00 Per Lineal Foot 27 838 REMOVE EXISTING PCC CURB & GUTTER Lineal Feet FIVE Dollars NO Cents $ 5.00 $ 4,190.00 and Per Lineal Foot 28 13,887 REMOVE EXISTING AC PAVEMENT Square Feet NO Dollars SEVENTY -FIVE Cents $ 0.75 $ 10,415.25 and Per Square Foot 29 22,806 REMOVE EXISTING PCC PAVEMENT Square Feet @ ONE Dollars and NO Cents $ 1.00 $ 22,806.00 Per Square Foot 30 4,480 REMOVE EXISTING PCC SIDEWALK Square Feet ONE Dollars NO Cents $ 1.00 $ 4,480.00 Per Square Foot 31 168 REMOVE EXISTING PCC ALLEY Square Feet APPROACH Q TWO Dollars and NO Cents $ 2.00 $ 336.00 Per Square Foot Prl.6 ITEM QUANTITY NO. AND UNIT --------------------- - - - - -- ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS --------------------- - - - - -- 32 1,386 REMOVE EXISTING PCC DRIVE Square Feet APPROACH TWO Dollars and NO Cents Per Square Foot 33 4 REMOVE EXISTING GRATE INLET Each AND DRY WELL EIGHT HUNDRED Dollars and NO Cents Each 34 404 REMOVE EXISTING PCC CROSS Square Feet GUTTER AND /OR SPANDREL TWO NO 35 40 Lineal feet 36 163 Square Feet 37 1 Each UNIT TOTAL PRICE PRICE $ 2.00 $ 2,772.00 $ 800.00 $ 3,200.00 Dollars and Cents $ 2.00 $ 808.00 Per Square Foot RELOCATE WATER LINE IF NECESSARY 0 SIXTY Dollars and NO Cents Per Lineal foot REMOVE EXISTING BRICK PAVING Q THREE Dollars and NO Cents Per Square Foot REMOVE EXISTING TREE e THREE HUNDRED FIFTY Dollars and NO Cents Each Prl.7 $ 60.00 $ 2,400.00 $ 3.00 $ 489.00 $ 350.00 $ 350.00 Prl.8 ITEM - -- - - QUANTITY -- - - - -- -- --------------------------------------------------- ITEM DESCRIPTION UNIT TOTAL NO. -------------------------------------------------------------------------------- AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 38 100 REMOVE WOOD BOARDWALK Square Feet @ FIVE Dollars NO and Cents $ 5.00 $ 500.00 Per Square Foot 39 18 REMOVE PLANTER Square Feet a TEN Dollars NO 10.00 180.00 Cents g $ Per Square Foot 40 1 RELOCATE STREET LIGHT BOX Each ® ONE HUNDRED Dollars NO 100.00 100.00 Cents $ $ Each 41 2 CONSTRUCT CURB INLET EXTENSION Each ONE THOUSAND Dollars NO and 1,000.00 2,000.00 Cents $ $ Each 42 1 REMOVE EXISTING CURB INLET Each a ONE THOUSAND FIVE HUNDRED Dollars NO and 1,500.00 1,500.00 Cents $ $ Each 43 1 INSTALL CALTRANS TYPE "N" MARKER Each SEVENTY -FIVE Dollars NO and 75.00 75.00 Cents $ $ ' Each Prl.8 ITEM NO. 44 U ---------------------------------------- QUANTITY ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS ------------------- --------------- - - - - -- 1 Each 45 175 Lineal Feet 46 75 Lineal Feet 47 a-] 49 4 Each INSTALL CALTRANS TYPE "K" MARKERS UNIT PRICE TOTAL PRICE B SEVENTY -FIVE Dollars Each TAPPING VALVE WITH BEVELED and THREE THOUSAND FIVE HUNDRED Dollars NO Cents $ 75.00 $ 75.00 Each Each 3 INSTALL 8" MAIN LINE BUTTERFLY INSTALL 8" D.I.P. WATER LINE VALVE ® ONE THOUSAND TWO HUNDRED Dollars INCLUDING FITTINGS and NO Cents gi EIGHTY Dollars and NO Cents $ 80.00 $ 14 ,000.00 Per Lineal Foot INSTALL 6" D.I.P. WATER LINE INCLUDING FITTINGS @ SEVENTY -FIVE Dollars and NO Cents $ 75.00 $ 5,625.00 Per Lineal Foot INSTALL 6" BUTTERFLY VALVE ® ONE THOUSAND Dollars and NO Cents $ 1,000.00 $ 4,000.00 Each 1 INSTALL 8" TAPPING SLEEVE AND Each TAPPING VALVE WITH BEVELED GEARING TO 16" WATER LINE THREE THOUSAND FIVE HUNDRED Dollars and NO Cents Each 3 INSTALL 8" MAIN LINE BUTTERFLY Each VALVE ® ONE THOUSAND TWO HUNDRED Dollars and NO Cents Each Prl.9 $ 3,500.00 $ 3,500.00 $ 1,200.00 $ 3,600.00 I EM --QUANTITY ITEM DE R ION UNIT T L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 50. 2 Install fire hydrant assembly Each @ THREE THOUSAND Dollars and NO Cents $ 3,000.00 $ 6,000.00 Per Each 51. 2 Connect fire sprinkler systems Each to 6" water line @ EIGHT HUNDRED Dollars and NO Cents $ 800.00 $ 1,600.00 Per Each 52. 1 Remove fire hydrant Each @ FIVE HUNDRED Dollars and NO Cents $ 500.00 $ 500.00 Per Each 53. Lump Sum Abandon valves and waterlines @ FIVE HUNDRED Dollars and NO Cents $ 500.00 Per Lump Sum 54. 8 Construct handicap access ramps Each @ THREE HUNDRED FIFTY Dollars and NO Cents $ 350.00 $ 2,800.00 Per Eacfi 55. 20 Extra Long Ton 56. 33 Each Construct Type I slurry seal @ THREE HUNDRED Dollars and NO Cents ver txtra Long ion Construct parking meter posts A CT CTV NO PR 1.10 Dollars and Cents $ 300.00 $ 6,000.00 $ 50.00 $ 1,650.00 ITEM QUANTITY ITEM DESCRIPTION UNIT TO rA L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE STREETLIGHT ASSESSMENT DISTRICT ITEMS 57. 26 Construct new streetlight Each @ TWO THOUSAND ONE HUNDRED Dollars and PeAach Cents $ 2.100.00 $ 54,600.00 58. 2 Replace streetlight Each @ Two THOUSAND TWO HIINDRFD Dollars and NO Cents $ 2,200.00 $ 4,400.00 er Each 59. 3000 Install 1#" diameter electrical Lineal Feet conduit including conductors @ SIX Dollars and FIFTY Cents $ 6.50 $ 19,500.00 Per Linear Foot 60. 28 Install pullbox Each @ ONE HUNDRED FIFTY Dollars and NO Cents $ 150.00 $ 4,200.00 Per Each 61. Lump Sum Construct electrical service @ TWO THOUSAND FIVE HUNDRED Dollars and NO Cents $ 2,500.00 er Lump Sum FOUR HUNDRED TWELVE THOUSAND FIVE HUNDRED Dollars and Cents $ 412,500.25 AL W AL BID PR ICE (FIGURES) January 23, 1990 Date (14) 380 -8161 B'iaa7er s telephone Number CLAYTON ENGINEERING, INC. Bidder S/ Stev nA M. Murr w, VP/ Authorized ignature it e A476125 23011 Moulton Parkway, Suite J -11 Contractor's License No. & Classification Bidder's Address Laguna Hills, CA 92653 PR 1.11 . . Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTORS 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES 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 respon- sible for bidder errors and omissions in the PROPOSAL. 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 compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. A476125 ontr's Lic. No. & Classification January 23, 1990 Date CLAYTON ENGINEERING, INC. S /Steve M, VP Authorized Signature /Title J • 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. Subcontract Work Subcontractor Address 1. Curb & Gutter Martinez Concrete Azusa 2. Waterline L & L Engineering Anaheim 3. Lighting F.J. Johnson Orange 4. Survey Norris -Repke Tustin 5. Slurry IPS Service Riverside 6. II 8. 9. 10. 11. 12. CLAYTON ENGINEERING, INC. Bidder �� S/S even M. M rrow, fir U , P Authorized Signature /Title I 0 0 Page 4 DDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Bond No. 5510107 That we, CLAYTON ENGINEERING, INC. , as bidder, and Safeco Insurance Company of America , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Total Amount Bid - - - - -- Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Vill Area Street Improvements tle of Project 2699 )ntract No. in the City of Newport Beach, is accepted by the City Council of said City, and if if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 19th day of January , 19 90. (Attach acknowledgment of Attorney -in -Fact) S/ Jeanette A. Federico Notary Public Clayton Engineering, Inc. Bidder (Seal) tv� By: S/ teven M. M\ ow, VP Authorized Signature /Title w Commission Expires: Oct. 19, 1990 Safeco Insurance Company of America Surety OFFICIAL SEAL (Seal) JEANETTE A. FEDERICO Notary Public - California ORANGE COUNTY My Comm. Exp. Oct. 19, 1990 By: S/ Jeffrey R. Gryde Title: Attorney -in -Fact 6 7 0 nl R d z F Z W O W J Z Y U Q F U Z W i O Q D N N C � m m E c O m E o m' U m m n 0 10 Ti U N (A O t0 T c X U m 5 r i C s m T O m E d ° L a 0 3 C N N A > ma a c Nm a m T O F C b N I d a 0 D 3 a rt v °m N a U a U m E CL N U C C N N O U m a c N N Z 0 0 U c iY Ea m ° r t`o 0 0 m C 0 U y c iii oc C p � ° C C A N C � °c m E e N as m a� O iO z p N 5 > — o H Z vi Y 3 N E E T NW c i .v o C to U) U) m :E m O m a ym A C N { .�'. W z O a O ° n c 3 `o c o 0 m p cf. m c � ° A s E E o p T E m c E U N d > ._ O O U W O m VJ 'c Em J 0 o T cc g a LL Q4' e _ E_ O n t Z LL I OC U O T � LL 2 33 F � on 6 7 0 nl R d z F Z W O W J Z Y U Q F U Z W i O Q ui rt I I 1 r C 0 C O ^l� O U m R c JW _OF O. oz- O UJ u JWQo tjwazw � E w <oo W Z �� ilk m m E c U m m 0 m 5 m m m E a 0 3 C N > ma a c Nm a m T O F C b rt v °m N a me V a U m E CL Q N Z 0 0 U c iY Ea m ° r t`o 0 0 m C 0 y c iii oc C L ° C C w m °c m E e N as m a� t 5 > — o H m E E m> ma 0 _ ° o C to U) U) m :E m O m a ym A C N { .�'. W z O a O ° n c 3 ui rt I I 1 r C 0 C O ^l� O U m R c JW _OF O. oz- O UJ u JWQo tjwazw � E w <oo W Z �� ilk ® •POWER OF ATTORNEY 'SAFECO KNOW ALL BY THESE PRESENTS: tAFECO INSURANCE COMPANY OF AMER—. OME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. M. That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint - - -- JEANETTE A. FEDERICO; JEFFREY R. GRYDE; ALFRED F. BANE; PATRICIA M. WHITE, Irvine, California------------------------------------ --- -- ---------- -- - - - - -- its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. 1 , WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents 25th day of February '19 88 CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V. Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said corporation this 19th day of January ,tg 90 . C., Inn 1, I .� 0 NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this lqfb day of �Ianuary 1990 . My commission expires: October 19. 1990 CLAYTON ENGINEERING, INC. Bidder S/ Stev Murr�, VVPU ` Authorized Signature /Title S /Jeanette A. Federico Notary Public OFFICIAL SEAL (Seal) JEANETTE A. FEDERICO Notary Public - California ORANGE COUNTY My Comm. Exp. Oct. 19, 1990 0 0 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 Completed For Whom Performed (Detail) Person to Contact Telephone No. SEE ATTACHED Bidder CLAYTON ENGINEERING. INC. S/ S eves n M,Murr� ow •VP _ Authorized Signature Title Page 7 NOTICE 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 (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) 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 R nc? luuidee —: Property - Casualty. Coverages shall be prove a as specs i� the Stan ar pecitications for Public Works Construction, except as All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. EXECUTED IN FOUR (4) CO*ERPARTS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Page 8 Bond No. 5510109 Premium: Included in the Perf. Bond WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 12, 1990 has awarded to CLAYTON ENGINEERING, INC. hereinafter designated as the "Principal ", a contract for CANNERY VILLAGE AREA STREET IMPROVEMENTS (Contract No. 2699 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its 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 Clayton Engineering,_ Inc. as.Principal, and Safeco Insurance Company of America as Surety, are held firmly bound unto the Four Hundred Twelve Thousand, Five Hundred and --- - - - - -- 25/100 City of Newport Beach, in the sum of Dollars ($ 412,500.25 )> 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 subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted tob 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, 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. v 4 i t Page 9 Payment Bond (Continued) 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 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 Principal and Surety above named, on the 15th day of February f 199Q• la (Seal) Name o Contractor (Principal) -.�io-- Authorized Signature and Tit-fie,- - 9t9& VA -MO W Q � AuthorizedSignature and Titles,,, ` - Safeco Insurance Company of Amgkth) Name of urety 17570 Brookhurst Fountain Ilal-1 CA 92708 Addresss,,of Surety 3i "arydAit e o Authorized g Je fray R. Gryde, Attorney -in -Fact P. 0. Box 19279. Irvine. CA 92713 Address of Agent (714) 250 -9129 elephone No. o Agent is I 0 • 1\ m m O N VJ O tO T T ip C T O d ^ _ N m n D 3 c N C N d O O C PC ke O A yO N � O � U C O � O Z N uNi a> N � N m p C V O N d N p A O of N tO a o = o ao 0 0 0 o y o ^ C m U C c T O d C Y 0 d N C A T ^ E m c > a y > - y (7 S a r L w o w Z 33 om H O xm y U a0 �§ `■] 'Cam } 2/0 » CL 0 CL )y) \) } E. /�(}�/ \ w/ �§()f2 ! R# ii /f2; } { 3 - { / {)(k Ix _� ;,,. . Z o \ 0 g ) £ \f \f2[) | /fP \��a0 E(Cow \\ / a3 ! / E CD \E �§ } �- � §.g/ \k � \/ \\f k ) ! uj \ � 3 $ �` j \ ��)�f ) . % 3 2 q} |� / / ) ,• • POWER OSAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: PLAZA SEATTLE, WASHINGTON 98185 SAFECO No. 8096 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ---- - - - - -- JEANETTE A. FEDERICO; JEFFREY R. GRYDE; Irvine, California------- - - - - -- its true and lawful attorney(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this loth day of Jannarlr , 19.0_. CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 15th day of February , 1950 5 -1300 RS 3 /86 PRINTED IN U.S.A. EXECUTED IN FOUR (4) ONTERPARTS FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That 0 Bond No. Premium; Page 10 5510109 $4,744.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 12, 1990 has awarded to CLAYTON ENGINEERING, INC- hereinafter designated as the "Principal ", a contract for CANNERY VILLAGE AREA STREET IMPROVEMENTS (Contract No. 2699) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We Clayton Engineering, Inc. as Principal, and Safeco Insurance Company of America as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Four Hundred Twelve Thousand, Five Hundred and ---- - - - - -- 25/100 Dollars ($412,500.25 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said 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, his or 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 said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. 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 p- V S Faithful Performance Bond (Continued) Page 11 or to the work to be performed thereunder or to 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 of the contract or to the work or to the specifications. In the event that the 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 Principal and Surety above named, on the 15th day ofFebruary , 19 90• Cla ton En ineerin Inc. (Seal) Name o ontractor rinc1pa M -?q, U? Authorized Signature and -Tit— Authorized Signature as -. it:0 STEVEN M. MUSO ---- E%ECUME V{CE PRESI Safeco Insurance Company of Amerl6aal) Name of 7570 Brookhurst Street Fountain Valle CA 92708 Address o Surety I Signa /66d,l'We of Authorized Agent Jeffrey R. Gryde, Attorney -in -Fact P. O. Box 19279, Irvine, CA 92713 Address of Agent 5714) 250 -9129 Telephone No. of Agent n ... , ZZ 0 i t I I z o U LL LL � O W ~ � Z y IsU O l e' A U O D a N c T E N Z 0 C A m o m d o A 3 v N T VJ O C x U m o T N Y N L d C T O c c a o N V y N N N n a 3 a �o c «- O y Y C N U C U C N N O N D D C 2 N A � T U 10 C (p O (O O z N L 3 C N m n o rL O C O m N O O C L O N ` E t N D N y E m c > a O l e' A U O D a N c T E N Z 0 C A d ° E c m m o E o 0 m o m £ c m o m 3 m m m E f m CL N c C T O O U O O CL m mm m a V 5 m a Z y ro Z m o `tl m >, C C7 E E m .m Ol a ° «. w H CD m � ° L C m; V m Ln L m Y E a v a >, E N o m m o � m w m h m> c c •�-1 W m m O U o ,[ Z 0 0 0. 0.2 O mm ❑ ° S n 3 m o U U j �W 5= a;,U- 4y0Q LL uW �CC E Oy�zo W I 0 P z ti S POWER SAFECO INSURANCE COMPANY OF AMERICA PO PO ATTORNEY HOME OFFICE. SAFECO PLAZA OF SEATTLE, WASHINGTON 98185 SAFECO No. 8096 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ---- - - - - -- JEANETTE A. FEDERICO; JEFFREY R. GRYDE; Irvine, California------- - - - - -- its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 10th day of - TAnuarY , 193D_. CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Bob A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 15th day of February 19 90 S -1300 R5 3/88 PRINTED IN U.S.A. It is agreed that: CITY Of NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT r Page 13 I 1. With respect to such insurance as is afforded by the policy for Automobile Liability, 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 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 R person accident (� Combined Single Limit Bodily Injury Liability and Property Damage Liability $ 1,000,000 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, cancelled 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. 5. Designated Contract: CANNERY VILLAGE AREA STREET IMPROVEMENTS (Contract No. 2699) (Project Title and Contract No.) This endorsement is effective Policy No. GSP 130789 Insured CLAY'T'ON 2/15/90 at 12:01 A.M. and forms a part of of GLOBE INDEMNITY CO (Company Affording overage ING Endorsement No. 1 Producer PACIFIC INSURANCE AGENCY By —, /1 `'jam ._ D / YC S�� _ Authorized Authorized ReprWsentative MICHAEL J BERNAY It is agreed that: i i CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT Page 14 1. With respect to such insurance as is afforded by the policy for General Liability, 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 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 con - tained in the written contract designated below, between the named insured and 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 insured(s) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ( ) Commercial (a) Comprehensive General Liability $ 1,000,000 each occurrence $ 2,000,000 aggregate 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, cancelled 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. 7. Designated Contract: CANNERY VILLAGE AREA STREET IMPROVEMENTS (Contract No. 2699; Project Title and Contract No.) This endorsement is effective 2/15/90 Policy No. Insured GSP 130789 at 12:01 A.M. and forms a part of of GWER INDEMNITY CO (Company Affording overage CIAYTON ENGINEERING Producer PACIFIC INSURANCE AGENCY Endorsement No. 2 By Authorized _ ,+ MICKk :&W - , ISSll %g9TFv,(MM /DDI PRQDUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PACIFIC INSURANCE AGENCY P O: BOX 19279 COMPANIES AFFORDING COVERAGE IRVINE, CA 92713 LETTER A GLOBE INDEMNITY CO COMPANY B CITATION INSURANCE CO INSURED COMPANY LETTER C CLAYTON ENGINEERING 23011 MOnTON PKWY SUITE J -11 COMPANY D LETTER LAGUNA HILLS, CA 92653 COMPANY E LETTER THIS IS TO CERTIFY THAT 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 CONTRACTOR 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 CONDI- TIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE POLICY NUMBER PODGY EFFECTIVE DATE (MNVOD�' lv POLICY EXPIRATION DATE (MM/DDM') ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE $2,000 A COMMERCIAL GENERAL LIABILITY PRODUCTS- COMPIOPS AGGREGATE $ 10 CLAIMS MADE OCCURRENCE GSP 130789 4/1/90 4/1/91 PERSONAL 8 ADVERTISING INJURY $ , OWNERS 8 CONTRACTORS PROTECTIVE EACH OCCURRENCE $ 1,000 FIRE DAMAGE (ANY ONE FIRE) $ 50 MEDICAL EXPENSE (ANY ONE PERSON) $ 5 A AUTOMOBILE LIABILITY ANY AUTO GSP 130789 4/1/90 4/1/91 sL 1,000 $ ALL OWNED AUTOS SCHEDULED AUTOS - X BDOiLv BODILY ;PER PERSONI $ .% X HIRED AUTOS NON -OWNED AUTOS woav INJURY ZCCRIDENT) $ X PROPERTY DAMAGE $ GARAGE LIABILITY EXCESS LIABILITY EACH AcGREGATE OCCURRENCE $ $ OTHER THAN UMBRELLA FORM B WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY WCP 10593 4/1/90 4/1/91 STATUTORY $ (EACH M) $ / (DISEASE RE POLICY LIMIT) $ , (TASEASE EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES /RESTRICTIONS /SPECIAL ITEMS CANNERY VILLAGE AREA STREET IMPROVIImENTS (CONTRACT NO. 2699) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX CITY OF NEWPORT BEACH PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO P.O. BOX MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 3300 NETAPORT BLVD. LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR NEWPORT BEACH, CA 92659 -1768 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORI ED REPFIESEN ATIVE MICHAEL J. BERNA . -. . -. . - -... . i 0 CONTRACT Page 15 THIS AGREEMENT, entered into thi�ay of 19 /U . by and between the CITY OF NEWPORT BEACH, hereinafter "City," and CLAYTON ENGINEERING I pC. hereinafter "Contractor," is made with reference to the following fact City has heretofore advertised for bids for the following described public work: CANNERY VILLAGE AREA STREET IMPROVEMENTS 2699 Title 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 specifi- cations 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: CANNERY VILLAGE AREA STREET IMPROVEMENTS Titl o Project Contract No. which project is.more fully described in the contract documnts. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of F TWELVE THOUSAND FIVE HUNDRED DOLLARS AND TWENTY -FIV�F CENTS ($ 412,500,25)- This compensation includes ( ) any oss or amage arising the nture of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work; (3) 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. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incor- porated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and documents referenced therein Endorsement(s) M1 , (f) Plans and (g) This Contract. al Provisions for • Page 16 1 t No. 4. Contractor shall assume the defense of, and indemnity and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole 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 above written. CITY OF NEWPORT BEACH By l Mayor ATTEST: e 664. City Attorne Name of Contractor (Principal) CITY Author' d S- natur t.e STEVEN - SOME VICE - PRESIDENT Authorized Signature and Title "., z 9 0 - I. • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CANNERY VILLAGE AREA STREET IMPROVEMENTS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . I II. CLASSIFICATION OF LICENSE. . . . . . . . . . . 1 III. BEGINNING OF WORK AND TIME OF COMPLETION . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . 2 V. STREET CLOSURE, ACCESS & TRAFFIC CONTROL . . . 2 VI. NOTICE TO BUSINESSES AND RESIDENTS . . . . . . 4 VII. CONTRACTOR'S RESPONSIBILITIES. . . . . . . . . 4 VIII. WATER . . . . . . . . . . . . . . . . . . . . . 5 IX. CONSTRUCTION DETAILS . . . . . . . . . . . . . 5 A. Asphaltic Concrete. Pavement. . . . . . . . 5 B. Removal. . . . 6 C. Install, Protect or Relocate Water Main /Service Line. . . . . . . . . . 6 D. Extend Curb Inlet . . . . . . . . . . . . . 7 E. Portland Cement Concreted. . . . . . . . . 8 F. Construction Survey. . . . . . . . . . . . 8 G. Utilities. . . . . . . . . 8 H. Guard Underground Construction . . . . . . 8 I. Assessment District No. 58 . . . . . . . . 9 J. Street Lighting . . . . . . . . . . . . . 9 K. Street Light Replacement . . . . . . . . . 9 L. Service Point . . . . . . . . . . . . . . . 9 M. Slurry Seal . . . . . . . . . . . . . . . .10 U CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CANNERY VILLAGE AREA STREET IMPROVEMENTS CONTRACT NO. 2699 I. SCOPE OF WORK The work to be done under this contract consists of constructing street, storm drain and water improvements. All work necessary for the proper completion of the contemplated improvements shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. R- 5542 -S, sheets 1 -11), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1988 edition), and (4) the Standard Specifications for Public Works Construction (1988 edition), including supplements to date. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for five dollars ($5.00). Bidders shall satisfy themselves by personal examination of the location of the proposed work and by such other means as they may prefer as to the actual conditions and requirements of the work, and shall not at any time after submission of the bid dispute, complain, or assert that there was any misunderstanding in regard to the nature or amount of work to be done. II. CLASSIFICATION OF CONTRACTORS LICENSE At the time of award the Contractors shall possess a General Engineering Contractor A license, a Specialty Concrete Contractor C -8 license, or a Specialty Earthwork and Paving Contractor C -12 license. III. BEGINNING OF WORK AND TIME OF COMPLETION The Contractor shall complete all work within one- hundred- twenty (120) calendar days following the date of award of this contract. No work shall begin until a schedule of work has been approved by the Engineer. The schedule shall address the requirements of Section V, Street Closure, of these Special Provisions. SP -1 IV. PAYMENT All incidental items of work not separately described in the proposal, i.e., excavation, removal, sawcutting, protecting property corners, dewatering, adjustments to grade, expansion joints, etc. shall be included in the unit price bid for the various items of work, and no additional compensation shall be made. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402.5. Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. V. STREET & ALLEY CLOSURE, ACCESS & TRAFFIC CONTROL Construction will require full or partial closure of the streets to vehicular traffic. Full street closure will be allowed for the purpose of removing and constructing street pavement and construction of storm drains and water lines. Pedestrian access to businesses and residences shall be maintained at all times. To minimize inconvenience, disruption and interruption of access to the private businesses and residences when a street is closed, contiguous and proximate streets shall remain open in accordance with the following schedule: When this street is closed: --------------- -- 30th St. 29th St. Villa Way from 28th to 29th Villa Way from 29th to 31st St. LaFayette Ave., west side These streets shall remain open: ----------------------------- 29th St. Villa Way 30th St. Villa Way LaFayette Ave. 29th St. LaFayette Ave. Villa Way, east side, 1 lane No parking O.K. Villa Way 29th St. Lafayette Ave., No Parking OK SP -2 east side, 1 lane I In addition, the duration of each full street closure shall be limited to 5 calendar days, except that 29th St. may be closed for a maximum of 20 calendar days. A street closure plan with a schedule incorporated into the traffic control submitted to the Engineer for review shall be posted along each street two its closure. Signs shall be prepared Parking" signs as described elsewhere Provisions. of closures shall be plan which is to be and approval. Closures weeks in advance of similar to the "No in these Special The Contractor shall provide for street closure, traffic control and access in accordance with Section 7 -10 of the Standard Special Provisions and Standard Drawings for Public Works Construction and with the standards contained in the Work Area Traffic Control Handbook (WATCH), published by Building News, Inc. TRAFFIC CONTROL PLAN The Contractor shall submit written traffic control plans to the Engineer for his approval a minimum of seven (7) calendar days prior to commencing any work. The plans shall incorporate the following: 1. The locanion and wording of all signs, barricades, delineatcrs, 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 the motorists. 2. A complete and separate plan for each stage of construction proposed by the Contractor showing all items listed under 1 above. 3. Reopening of all traffic lanes upon completion of each day's work. All streets and alleys not part of this contract shall remain open at all times. The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 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 -3742, for verification of posting at least 40 hours in advance of the need for enforcement of no parking or road closures. 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 number R -38 on the CalTrans Uniform Sign Chart. The Contractor shall print the hours, day 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. VI. NOTICE TO BUSINESSES AND RESIDENTS Between 48 and 55 hours before closing a section of street or restricting vehicular access to driveways or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. Twenty -four (24) hours before shutting off water service to any business or residence, the Contractor shall distribute a separate written notice stating the date and time the water will be shut off and approximate time the water will be turned back on. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. VII. CONTRACTORS RESPONSIBILITIES - INSURANCE 1. Liability Insurance The word "agency" in Subsection 7 -3 of the General Provisions of the Standard Specifications shall mean "the City of Newport Beach." a. Special Endorsement A standard "Special Endorsement of Insurance for Contract Work for City" form has been adopted by the City. The form is to be attached and made a part of all policies of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the Contract. SP -4 b. Limits C� The liability insurance coverage in Section 7 -3 of the General Provisions of the Standard Specifications is hereby amended to provide the following minimum limits: Bodily Injury $500,000 each person $1,000,000 each occurrence $1,000,000 aggregate products & completed operations Property Damage $500,000 each occurrence $1,000,000 aggregate Combined A combined single limit policy with aggregate limits in the amount of $2,000,000 will be considered equivalent to the required minimum limits. 2. Workers' Compensation Insurance In addition to the requirement specified in Subsection 7 -4 "Workers' Compensation Insurance," of the standard Specifications, the Contractor shall provide an endorsement to the certificate of insurance on the forms provided waiving any right of subrogation it may acquire against the City of Newport Beach Agency, its officers and employees by reason of any payment on account of injury including death resulting therefrom sustained by any employee of the insured. VIII. 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 to the City, the deposit will be returned to the contractor, less a quantity charge for water usage. IX. CONSTRUCTION DETAIL, supplemental to the Standard Specifications for Public Works Construction. A. ASPHALTIC CONCRETE PAVEMENT Asphaltic concrete pavement shall be Type III- C3- AR4000 except that overlays less than 1 1/2" thick shall be Type III- D- AR4000. SP -5 El C. Prime coat shall be liquid asphalt, Grade SC -250, applied at a rate between 0.10 and 0.25 gallons per square yard. All underground work shall be completed prior to paving of streets and driveways. Final pavement marking and re- marking will be done by the City. REMOVALS Existing PCC and AC improvements to be removed shall be sawcut at a minimum two (2) inches deep at all join lines. Final removal at sawcut lines may be accomplished by the use of jackhammers and sledgehammers. Final removal by other means such as hardblow pavement breakers and stompers shall be approved by the Engineer. All debris created by removal operations shall become the property of the contractor and shall be disposed of away from the job site in a manner at a location acceptable to all cognizant agencies. INSTALL, PROTECT OR RELOCATE WATER MAIN /SERVICE LINE In 29th Street there exists a 16" CIP water main in the south parkway between Newport Blvd. and Alley 344E with a cover of only 1 foot below top of curb and a horizontal clearance of only about 2 1/4 feet behind the curb face. The contractor shall protect this main during construction of the catch basin. There is also an 8" ACP water main in 29th Street intersecting the alignment of two 15" storm drain connector pipes at Villa Way, and intersecting the alignment of the proposed 18" storm drain. It is expected that the water lines have covers of 2 1/2 to 3 1/2 feet but their actual elevations are unknown and will likely interfere with the storm drains. If so the contractor shall relocate the water line(s) below or above the storm drain as determined appropriate by the Engineer in the field in accordance with construction note 66. A minimum clearance of six inches is required between all installed conduits and the existing water main. The Engineer will arrange to shut off water pressure to these reaches. Existing water mains, valves, fittings, fire hydrants, that are removed by the contractor shall, as determined SP -6 D. 0 by the Engineer, contractor shall materials to the Street. � � remain the property of the City. The preserve, protect, and deliver these city utilities yard at 949 West 16th The contractor shall excavate all new connections to existing mains or fittings in advance to verify the type of each connection required. The contractor shall notify the City's utilities superintendent at least 48 hours in advance of the need to shut down or connect to any existing water mains. No shut downs will be allowed on Fridays, Saturdays, Sundays or holidays. The contractor shall use ductile iron pipe materials and shall use the material specified exclusively for each item of work and in accordance with Section 207 -7 and 207 -9 of the Standard Specifications and Plans. a. Pipe and Fittings Water pipe and fittings shall be ductile iron Class 51. Pipe joints shall be rubber gasket push -on joint such as Tyton Joints manufactured by United States Pipe and Foundry Company. All fittings shall be MJ end type with retainer glands. b. D.I.P. Installation D.I.P. laying shall be performed in accordance with the recommendations of the manufacturer and as required by the most recent revision of AWWA C600. Ductile iron pipe shall have an 8 mil polyethylene encasement per AWWA C -105. All pipe shall be pressure tested at 225 psi not less than 2 hours and shall be disinfected in accordance with AWWA C -651, latest revision. EXTEND CURB INLET Portions of the existing concrete shall be removed to expose sufficient reinforcement that will provide the splice length shown on the plans. Care shall be taken to avoid damaging the reinforcement when removing concrete. Exposed concrete surfaces that will join new concrete shall be left rough. SP -7 Reinforcing steel may be either Grade 40 or Grade 60. The existing bulb angle may be salvaged and reinstalled if in good condition and if approved by the Engineer. -E. PORTLAND CEMENT CONCRETE All concrete shall be 560 -C -3250. All exposed concrete surfaces shall conform in grade, color and finish to all adjoining curbs and walks. F. CONSTRUCTION SURVEY 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 normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. G. UTILITIES Existing underground utilities are shown per available records. The Contractor shall be responsible for verifying the actual location and elevation in the field prior to beginning construction of the new facilities. Adjustment to grade of gas meters, electrical and telephone vaults 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, as provided in the Standard Specifications. H. 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 lump sum price bid for guarding underground construction. SP -8 A ,1 0 6 I. ASSESSMENT DISTRICT NO. 58 (CANNERY VILLAGE) The City is in the process of forming an assessment district to construct streetlighting throughout the area at locations shown on Sheet No. 10 of the contract plans. Shortly after the opening of bids a public hearing will be held concerning the formation of this special assessment district. Upon establishment of the district the City will obtain the funds if necessary for the assessment district work and award the contract. If the formation of this assessment district is not successful the City reserves the right to deduct this work from the contract. The lowest responsible bidder shall be determined from bids received for the entire contract including the assessment district work regardless of whether or not the assessment district is established. J. STREET LIGHTING Luminaires shall be Type II, K199 -EOR, 70 watt high pressure sodium, with mogul base, polycarbonate globe, photo cell, and K -16 Washington Style Capital as manufactured by King Luminaire Co. Inc., P.O. Box 266, Jefferson, Ohio 44097 (216) 576 -9073 and as locally distributed by South Coast Lighting and Design, 18457 Amistad Avenue, Fountain Valley, California 92708, (714) 964 -0757, or equal. Lighting standards shall be Fiberglass - Presidential Series Catalog No. AP12 as manufactured by Shakesphere, P.O. Box 737, Newberry, S.C. 29108 and as locally distributed by South Coast Lighting & Design, or equal. The pole color shall be silver and impregnated throughout the wall of the pole. Removal and replacement of existing street improvements necessary to construct the streetlighting system shall be considered as included in the various items . of streetlight work and no additional allowance will be made therefor. K. STREETLIGHT REPLACEMENT The existing streetlight foundations for those streetlights designated for replacement shall be reused. Existing anchor bolts may be reused or removed and replaced utilizing 3/4" x 12" "Redhead" type anchors. Removed streetlights shall be salvaged and delivered by the contractor to the City's Utility Yard at 949 West 16th Street. L. SERVICE POINT A new 240 volt metered service point shall be installed at the location shown on the drawing. Equipment and installation shall conform to Drawing No. STD -206 -L except that the pedestal enclosures shall be stainless steel Myers Cabinet, Type MEUGX -M100 C /SS. When all work is completed, except for the connection or conductors to the Southern California Edison Company supply point, the contractor shall make arrangements with Bob Bixler of the Southern California Edison Company at (714) 895 -0203 to make the connection. The contractor shall have a representative present when the connection is made. The lump sum price bid for this item of work shall include conduit, conductors, and the necessary facilities required by the Southern California Edison Company. Any service charges will be paid by the City. SP -9 M. SLURRY SEAL Slurry seal shall be in accordance with the Standard Specifications except as modified and supplemented herein. 1. Materials Emulsified asphalt shall be of the cationic quick -set type unless otherwise approved. Emulsified asphalt shall conform with the requirement of Standard Specifications Subsection 203 -3, for CSS -Ih Grade. Composition and grading shall be Type I. a. Additives 1. Ammonium Sulfate Ammonium sulfate in liquid form shall be used as a retardant for cationic emulsion aggregate slurry. The amount of retardant shall be that amount necessary to (1) prohibit the slurry from setting up prematurely in the spreader box, and (2) permit a street to be opened to traffic within three hours after the application without tracking or damage to the slurry. 2. Portland Cement Portland cement shall be used as an used shall be that amount necessary slurry from setting up prematurely (2).permit a street to be opened to hours after the application without the slurry. SP -10 accelerator. The amount to (1) prohibit the in the spreader box, and traffic within three tracking or damage to III ISSUE DATE (MMIDDNY) 2/27/90 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS ' NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PACIFIC INSURANCE AGENCY P O BOX 19279 COMPANIES AFFORDING COVERAGE IRVINE, CA 92713 COMPANY LETTER A GLOBE IND01 LAITY COMPANY COMPANY B CITATION INSURANCE CO LETTER INSURED COMPANY LETTER C CLAYTON 23011 MOULTON PKWY SUITE J -11 COMPANY D LETTER LAGUNA HILLS, CA 92653 COMPANY E LETTER THIS IS TO CERTIFY THAT 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 CONDI- TIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIODNY) POLICY EXPIRATION DATE (MMYDONY) ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE $2, A COMMERCIAL GENERAL LIABILITY X PRODUCTS COMPIOPS AGGREGATE $1,000 CLAIMS MACE ©OCCURRENCE GSP 130789 4/1/89 4/1/90 PERSONAL B ADVERTISING INIURY $11000 OWNER'S 8 CONTRACTORS PROTECTIVE EACH OCCURRENCE $1,()00 FIRE DAMAGE (ANY ONE EIRE) $ 50 MEDICAL EXPENSE (ANY ONE PERSON) $ 5 AUTOMOBILE LIABILITY A ANY AUTO GSP 130789 4/1/89 4/1/90 IL $ 1,000 ALL OWNED AUTOS SCHEDULED AUTOS X EOOILY DLIURY (PEA PERSON) $ X +I1.°oar %CIDENTI HIRED AUTOS NDN -OWNED AUTOS $ X PROPERTY DAMAGE GARAGE LIABILITY - $ EXCESS LIABILITY EACH OCCURRENCE AGGREGATE $ $ OTHER THAN UMBRELLA FORM B WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY WCP 10593 4/1/89 4/1/90 STATUTORY OEN $ 1, 000 (EACH p $ r OOO !DISEASE SE POLICY LIMIT) $ , ID!SEASE EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS I LOCATIONSlVEHICLES/ RESTRICTIONS I SPECIAL ITEMS CANNERY VILLAGE AREA STREET IMPROVET111TS (CONTRACT NO. 2699) . . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Ek CITY OF NEWPORT BEACH PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO P.O. BOX 1768 MAIL 30 DAYS WRITTEN NOTICE TO TH CERTIFICATE HOLDER NAMED TO THE 3300 NEWPORT BLVD. LEFT, BUT FAILURE TO MAIL SUCH N I E L IMPOSE NO OBLIGATION OR NEWPORT BEACH, CA 92659 -1768 LIABILITY OF ANY KIND UPON THE S GENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE MICHAEL J. BERNNY CiTY OF NEWPORT BEACH E GENERAL LIABILITY INSURANCE ENDORSEMENT IL is acireed that: Page 14 i 1. Uilh respect. to such insurance as is afforded by the policy for General Liability, the i itv of 1jewporl. ideach, its officers and employees are additional insureds, but only with spr,ct. 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 nt.her insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. The policy includes the following provision: "The insurancr . 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. 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 con- tained in the written contract designated below, between the named insured and the City of Newport Beach. n, 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 Insured(s) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ( ) Commercial (x) Comprehensive General Liability $ 1,000,000 each occurrence $ 2,000,000 aggregate 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. G. Should the policy be non- renewed, cancelled 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. 7. Designated Contract: CANNERY VILLAGE AREA STREET IMPROVEMENTS (Contract No. 2699) Pro ect Title and Contract No.) This endorsement is effective 2/27/90 at 12:01 A.M. and forms a part of Policy No. GSP 130789 of GLOBE ,INDDINII'Y CO ompany or ing overage Insured CUMON ENGINEERING Endorsement 4 2 Producer PACIFIC INSURANCE AGENCY Wz l 8 Au %rese — nts t i v e MICHAEL, J BEJ NZW i I 0 r Page 13 CITY OF NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: I, blith resport to such insurance as is afforded by the policy for Automobile Liability, th» 1;0.y 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 .,f autemobiles (or autos) used by or on behalf of the named insured in connection with th, cnntract rlesignaLed below. The insurance extended by this endorsement to said iddiLinnal 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 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 endursement for the additional insureds named in Paragraph 1. of this endorsement shallibe the limits indicated below for either Multiple Limits or Single Limit: �. ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability ( )� Combined Single Limit Bodily injury Liability and Property Damage Liability S €j S 1,000,000 person r accident 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. a. Should the policy be non - renewed, cancelled 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. 5. Designated Contract RY VILLAGE AREA STREET IMPROVEMENTS (Contract No. 2699) Project Title and Contract No.) This endorsement is effective 2/27/90 Policy No. GSP 130789 of Insured CLAYTON ENGINEERING Producer PACIFIC INSURANCE AGENCY at 12:01 A.M. and forms a part of GLOBE INDEMNITY CJ (Company Affording overage Endorsement NA. 1 _ By AUthpriz I O'Kepresentative MICHAEL J BERNAY 1 r..K::.'4!:0 ib iwL':Ln f.Or.rtr_:m:aU Cl U hn-a c._ a_." r.�' C r.2lrccs by D_crca of 1110 1500rrbr Court jWrcn tf county, CDb1brm0, rlumbor A•6211, 00 *0 Z9 .Sp r, 1031, C." A-24931.00194 11 A ". 1967 STATE OF CALIFORNIA -- County of Orange wt 1 am a Citizen of the United States and a resident of the County aforesaid; 1 am over the age of eighteen years. and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS- PRESS. a newspaper of general circulation, printed and published in the City of Costa Mesa. County of Orange. State of California, and that a Notice of Tnyit'i na Rids of which copy attached hereto is a true and complete copy. 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 for 2 Consecutive weeks to wit the issue(sl of December 30 , 198 9 January 3, 1990 .198— 198_ . 198_ , 198_ 1 declare, under penalty of perjury, that the foregoing is true and correct. Executed on January 3, 1990 x198 — at Costa Mesa, California. V Signature :, PROOF OF PUBUCATION 0 150;06p:jl r a U ..oe.flmato: . - .. Approved by the-city mncll this 11th day of D, tuber, 1989: WgMa E. Reggio, City ark Prospective bldden .may taln one eat of bid docu- noulmrd, P. b, Box 1766. N e.wp ort Beach, CA 9285 &1768. 'Fm - h+rlher Intmmatlon, call Steve- Bgdym, Protect 'Markaper at 641.3311. I'll ied- pra,gs Coast Wmy. PBM Deberaper: . case, ./anuery e, 1909:: . - -- saw888.; M - ; )ecember 11, 1989 P11 CITY COUNCIL AGENDA ITEM NO. F -2(e - �) TO: CITY COUNCIL FROM: Public Works Department 1 �""e C — i` . -N = CITY COUNCIL SUBJECT: ASSESSMENT DISTRICT NO. 58 (CANNERY VILLAGE) SI.° of ;',WPORT BEACH CANNERY VILLAGE AREA STREET IMPROVEMENTS (C -2699) DEC If 1989 RECOMMENDATIONS: CIP�1_ E.i 1. Adopt a resolution making findings on petition.z'� 2. Adopt a resolution accepting petition and making appointments in a special district. 3. Adopt a resolution adopting proposed boundary map for the special district. 4. Adopt a resolution of intention. 5. Adopt a resolution passing on "Report" and setting public hearing on February 12, 1990, at 7:30 p.m. at City Council Chambers. 6. Adopt a resolution calling for construction bids, approve plans and specifications and authorize the _ or 1990 DISCUSSION: 10*019 to ,be -ape The City of Newport Beach has embarked upon a program in the Cannery Village area that involves the repair and replacement of damaged or deteriorated curbs, gutters, streets and sidewalks. Among the streets that will be receiving repair work are 30th Street from Newport Boulevard to Lafayette Avenue, 29th Street from Newport Boulevard to Lafayette Avenue, Villa Way from 28th Street to 31st Street, and Lafayette Avenue from 28th Street to 30th Street. The project will widen the westerly sidewalk along Villa Way between 29th Street and 31st Street to 6 feet wide to facilitate pedestrian traffic adjacent to the new parking facility at 30th Street. An extension of the existing storm drain in 29th Street will be built for the purpose of alleviating the low flow (puddling) problems within this area. Also included in this project will be an extension of the existing 8" water line in 29th Street which will add an additional fire hydrant and facilitate future water main improvements within Newport Boulevard. In order to successfully construct this project, it is necessary to construct curb, gutter and sidewalk adjacent to these fronting properties which are missing these improvements. The construction of new parkway improvements have been historically the financial responsibility of the fronting property owner. Several property owners in the area have suggested that streetlights be installed as a part of this area wide improvement program to increase safety and visibility for area residents and patrons during the evening hours. As of this writing, petitions in support of installing streetlighting via a special assessment district, have been received from property owners representing 64% of the area within the proposed district. Petitions in opposition to the formation of a special district to install streetlighting have been received representing 17% of the area within the proposed district boundary. It is proposed that the above mentioned improvements be built in conjunction with the City's Capital Improvement Project to construct Cannery Village Area Street Improvements and an assessment district be formed to cover the costs of the missing improvements and streetlighting. Subject: Assessment% strict No. 58 (Cannery Villag% Cannery Village Area Street Improvements (C -2699) December 11, 1989 Page 2 The cost of streetlighting would be assessed to each parcel on a C pro -rata share of costs based on the actual area of the property which benefits from streetlighting. These properties which partially front streets that will be receiving streetlighting were assigned an adjusted area based on the actual frontage benefiting from streetlight installation as a percentage of the properties total street frontage. The costs of the missing street improvements will be assessed directly to the parcels fronting the improvements. The estimated assessments to construct streetlighting range from $490 to $6400 with the median assessment at $1920. Those properties that are missing improvements have estimated assessments ranging from $1200 to $8300 with average assessments at $3500. Upon adoption of the recommended resolutions, City Council may set a public hearing date, no sooner than 30 days, at which protests may be heard. Before the hearing date, bids will be opened for the Cannery Village Area Street Improvement Project (C -2699) including the proposed assessment district improvements. Additionally, City staff will have a public information meeting to discuss the proposed improvements with interested property owners and tenants. At the public hearing, the confirmed costs, which will be compiled from the bid prices of the lowest responsible bidder, will be presented in the final report and a determination will be made whether or not to proceed with the C formation of the proposed assessment districts. At that time, City Council may form the district, levy the assessments, award the contract, and authorize the start of the 30 day cash payment period before the sale of bonds. Should the establishment of the assessment district not succeed the proposed streetlighting improvements would be deleted from the construction contract. The missing improvements; however, must not be deleted if the City is to continue with the planned capital improvement project to repair street improvements within the Cannery Village area. A copy of the Engineers Report is attached for reference. The estimated construction cost to construct the project including the assessment district improvements is $650,000. The assessment district costs total $196,650 with approximately $64,000 for missing improvements and $132,650 for the streetlighting improvements. Funds are available in the current capital improvement budget and the General Fund will be reimbursed for the assessment district improvement costs through bond sales upon establishment of the assessment district. The plans and specifications for this project have been prepared by City staff and Norris - Repke, Inc. Copies of the plans and specifications are available for review at the Public Works Department. Benjamin B. Nolan Public Works Director SB:so Attachments