Loading...
HomeMy WebLinkAbout092998 CC AgendaIn compliance with the Americans with Disabilities Act, if you need special assistance to participate in this meeting, please contact the office of the City Clerk (909) 694-6444. Notification 48 hours prior to a meeting will enable the City to make reasonable arrangements to ensure accessibility to that meeting [28 CFR 35.102.35.104 ADA Title II] AGENDA TEMECULA CITY COUNCIL AN ADJOURNED REGULAR MEETING CITY COUNCIL CHAMBERS 43200 BUSINESS PARK DRIVE SEPTEMBER 29, 1998 - 4:00 P.M. Next in Order: Ordinance: No. 98-18 Resolution: No. 98-96 CALL TO ORDER: Mayor Roberts Flag Salute: Councilmember Stone ROLL CALL: Comerchero, Ford, Lindemans, Stone, Roberts PUBLIC COMMENTS A total of 30 minutes is provided so members of the public may address the Council on items that appear within the Consent Calendar or ones that are not listed on the agenda. Speakers are limited to two (2) minutes each. If you desire to speak to the Council on an item which is listed on the Consent Calendar or a matter not listed on the agenda, a pink "Request to Speak" form should be filled out and filed with the City Clerk. When you are called to speak, please come forward and state your name for the record. For all Public Hearing or Council Business matters on the agenda, a "Request to Speak" form must be filed with the City Clerk prior to the Council addressing that item. There is a five (5) minute time limit for individual speakers. CITY COUNCIL REPORTS Reports by the members of the City Council on matters not on the agenda will be made at this time. A total, not to exceed, then (1 O) minutes will be devoted to these reports. COUNCIL BUSINESS Old Town Archways and Concrete Inlays - Project No. PW97-05 RECOMMENDATION: 1.1 Approval of contracts with engineers and contractors for installation of Old Town Archways and Concrete Inlays. R:~Agenda\092998 1 2 4 Old Town Streetscape Project, Contract Change Order No. 011 for Extra Work to Install Ground Level Electrical Outlets on the New Streetlight Standards, Project No. PW97-05 RECOMMENDATION: 2.1 Approve Contract Change Order No. 011, for ground level outlets on the streetlight standards in the Old Town, in the amount of $24,951.55 and authorize the Mayor to execute Change Order No. 011. Old Town Streetscape Project, Contract Change Order for Extra Work to Install Two Concrete Decorative Gateway Plazas and Four Concrete Intersections, Project No. PW97-05 RECOMMENDATION: 3.1 Approve attached Contract Change Order No. 026 for the Old Town Concrete Decorative Gateway Plazas and Concrete Intersections, in the amount of $197,051.00 and authorize the Mayor to execute the Change Order. 3.2 Approve an additional $9,500.00 to require that the granite inlay work be performed at night. Rancho California Off-ramp Widenin.cl RECOMMENDATION: 4.1 Oral report. ClbS~d,Sbsslen'bf~the City Cou. ncil;;pUrsu~nt'to GovernmentCode:.~SectiOns: 1 ....Conference :.~th. City Attorney::.a.lld;:~;Ib'gal .counsel.: p:,uVsuant to::::Gb..vefhment Code" "' ' Se~6:~: 5~;,~6;9'(a ) With... t~Ct;'~i:,;ohb" matter .Of: ;;~i~tjhg: lift gati~h?iinv ol,v:i hg'the ............ ." .......' ...." " CITY MANAGER'S REPORT CITY ATTORNEY'S REPORT ADJOURNMENT Next regular meeting: October 13, Park Drive, Temecula, California. 1998, 7:00 P.M., City Council Chambers, 43200 Business R:~Agenda\092998 2 ITEM 1 CITY MANAGER .~~ TO: FROM: DATE: SUBJECT: CITY OF TEMECULA AGENDA REPORT City Manager/City Council Joseph Kicak, Director of Public Works/City Engineer September 29, 1998 Authorize the purchase of Five Artistic Steel Inlays, Project No. PW97-05 PREPARED BY: zl~"~ William G. Hughes, Senior Engineer - Capital Projects RECOMMENDATION: That the City Council: 1. Purchase five artistic steel inlays from Mr. Bob Morris in the amount of $15,500.00 and authorize the Mayor to approve the purchase. BACKGROUND: On June 11, 1998 the Old Town Streetscape project was awarded to Valley Crest Inc. City staff has worked with local artist Bob Morris to develop a design concept for the steel inlays to be added to the project. This purchase will include five (5) artistic steel inlays to be installed at the intersection of Front Street and Main Street. The inlays will be approximately 46 inches in diameter. One inlay will be placed in the center of the Front Street and Main Street Intersection, and four will be placed in the sidewalk areas on the four corners of Front and Main Streets. The four sidewalk inlays will portray four periods of the City's past. Public Bidding procedures were not required for this work because this is not a public works project. The City is purchasing the artwork for installation by our Valley Crest Contractor. Mr. Morris has completed numerous projects in the City of Temecula and in the Old Town Area. FISCAL IMPACT: The Old Town Streetscape Project is an RDA Capital Improvement Project and is funded with existing RDA bond proceeds. Adequate funds are available in Account No. 280- 199-824-5804. R:~AGDRPT\98\O929\I=~/97-O5,PUR ARTWK.DOC/ajp APPROVAIL~ CITY ATTORNEY CITY OF TEMECULA AGENDA REPORT TO: City Manager/City Council FROM: Joseph Kicak, Director of Public Works/City Engineer DATE: September 29, 1998 SUBJECT: Steel Fabrication Contract for the Old Town Entry Archways, Project No. PW97-05 PREPARED BY: ~'h~/illiam G. Hughes, Senior Engineer- Capital Projects RECOMMENDATION: That the City Council: Award a contract for the steel fabrication of the Old Town Gateway Arch entry monuments to Howe Welding and Fabrication, Murrieta, California in the amount of $106,950.00 and authorize the Mayor to execute the contract. Authorize the City Manager to approve change orders not to exceed the contingency amount of $10,695.00, which is equal to 10% of the recommended agreement amount. BACKGROUND: On June 11, 1998 the Old Town Streetscape project was awarded to Valley Crest Inc. and the Public Works department was directed to pursue completion of artistic Gateway Entry Archways for the north and south entrances to Front Street. The steel archway fabrications will include the fabrication of the structural columns and archways, steel cutting of the artistic features (from templates) and site installation. The fabrication of these features is highly specialized and requires artistic oversight, structural design and unique steel sculptural work. Howe Welding has the required licensing for the structural fabrication and installation of the archways. Howe Welding and Fabrication will retain the services of Mr. Robert Morris (Archway Artist) to oversee the design incorporation and fabrication. The following proposal was received September 28, 1998: Howe Welding and Fabrication ...................................................$ 106,950.00 Public Bidding procedures were not required for the archways due to the highly specialized artistic creation and not a public works construction project. Also It would be uneconomical and inefficient to perform this work with formal public contract procedures. The proposal has been reviewed and is reasonable for the work required. ~\TEMEC_FS201 \DATA\D EPTS\PVV\AGDRPT\98\O929\PW97-OB,FAB ARTWK.DOC/ajp A City appointed artist will oversee the design, fabrication and installation of the work. The Public Works Department has assembled a team of craftsmen, contractors, and an engineer to properly complete the work. FISCAL IMPACT: The Old Town Streetscape Project is an RDA Capital Improvement Project and is funded with existing RDA bond proceeds. Adequate funds are available in Account No. 280- 199-824-5804. ATTACHMENTS: 1. Proposal 2. Contract \\TIEMEC_FS201\DATA\DEPTS%F~V\AGDRPT\98\0929\pW97-OB,FAB ARTVVK.DOC/ajp EXHIBIT "A" SCOPE AND TERMS OF SERVICES Contractor shall perform all tasks, provide and furnish all the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required necessary to complete the work as described in the attached proposal dated September 28, 1998 to the satisfaction of the City. The contractor is required to utilize the services of Mr. Bob Morris to coordinate and monitor all work. All work is subject to City review and approval by the City of Temecula. All labor, materials, tools, equipment, and services shall be furnished and work performed and completed under the direction and supervision, and subject to the approval of CITY. Substitute of any person, firm, or corporation as subcontractor is subject to the approval of the City of Temecula. All onsite work shall be coordinated with the City of Temecula and Valley Crest Construction to avoid interruption work being performed by others. All work performed by the contractor and his contractors shall be conducted with proper building and public encroachment permits. RECEIVED SEP 2 8 1998 41218 Nick Lane, Murrieta, CA 92562 (909) 698-6997 · FAX (909) 698-0675 CITY OF TEMECULA ENGINEERING DEPARTMENT Page City of Temecula Date September 28, Public Works Department - Attention: Bill Hughes P.O. Address P.O.Box 9033, Temecula, CA 92589 ~leph0ne 909 694-6411 ,19 98 Job Address Project #PW97-05 Old Town Streetscape (Steel Fabrication) of 2 Owner Contractor THIS PROPOSAL IS VOID UNLESS ACCEPTED WITHIN THIRTY DAYS. We propose to furnish all materials and labor necessary to perform the following: Shop fabricate two (2) steel column sets and archways..All as per drawings, architecture and structural by the City of Temecula for the project known as Old Town Streetscape (Steel Fabrication) Project #PW97-05. Includes per each two (2) support columns, two (2) imbed anchor sets, one (1) tube frame with plate center section archway. IncluSes fiel~ labor for installation of columns to footings and installation of archway to columns. Also inlcudes sand blasting and controlled rusting finish. Fabrication Labor, Material & Field Installation & Tax $ 86,950.00 Sub-contracted: technical support, architectural artwork, design, renderings and patterns. $ 20,000.00 Total Contract Price $106,950.00 Nnt included.- footings, concrete, rock, engineering, on-site inspection, structural calcs., drawings, paint finish, or any The entire amount of contract to be paid within days after completion. Any addition, alteration or deviation from the above specifications w~ll become an extra charge over the sum mentioned in this contract and owner shall pay for same weekly as such additional work, alteration or deviation progresses. Under the mechanic's Lien Law (California Code of Civil Procedure, Respectfully submitted, Section 1181 et seq.), any contractor, subcontractor, laborer, supplier or other person who helps to improve your property but is not paid for his work or supplies, has a right to enforce a claim against your property. This means that, after a court hearing, your property could be sold by a C O,'~TrZ'~ 1 ~N'U 2~ D0i~PA C-2~ 2 court officer and the proceeds of the sale used to satisfy the indebtedness. This can happen even if you have paid your own By contractor ~n full, ~f the subcontractor, laborer, or supplier remains unpaid. Contractor You are authorized to furnish all materials and labor required to complete the work mentioned in the above proposal, for which __ agree to pay the amount in the said proposal, and according to the terms thereof. I have read the conditions of proposal and contract on the reverse side hereof and agree to same. ACCEPTED DATE ,19 41218 Nick Lane, Murrieta, CA 92562 (909) 698-6997 · FAX (909) 698-0675 Page 2 of T0 City Of Temecula Date September 28, ,19 98 Public Works Department - Attention: Bill Hughes P.O. Address P.O.Box 9033, Temecula, CA 92589 Te~ephoDe 909 694-6411 Job Address Project ~PW97-05 Oldl Town Streetscape (Steel Fabrication) Owner Contractor THIS PROPOSAL IS VOID UNLESS ACCEPTED WITHIN THIRTY DAYS. We propose to furnish all materials and labor necessary to perform the following: CONTINUED FROM PAGE 1 on-site labor except for installation of columns and archway. Specified time for fabrication ann installation of project is six (6) weeks from date approved structural drawings from the City of Temecula are received by Howe Weld. ing. Note: Prevailing wa~e will be paid for on-site installation only. Total Contract Price $ 106,950.00 The entire amount of contract to be paid within 30 days after completion. Any addition, alteration or deviation from the above specifications w]ll become an extra charge over the sum mentioned in this contract and owner shall pay for same weekly as such additional work, alteration or deviation progresses. Under the mechanic's Lien Law (California Code of Civil Procedure, Section 1181 et seq.), any contractor, subcontractor, laborer, supplier or other person who helps to improve your property but is not paid for his work or supplies, has a right to enforce a claim against your property. This means that. after a court hearing, your property could be sold by a court officer and the proceeds of the sake used to satisfy the indebtedness. This can happen even if you have paid your own contractor in full, ff the subcontractor, laborer, or supplier remains unpaid. Respectfully submitted, You are authorized to furnish all materials and labor required to complete the work mentioned in the above proposal, for which __ agree to pay the amount in the said proposal, and according to the terms thereof. I have read the conditions of proposal and contract on the reverse side hereof and agree to same. ACCEPTED DATE ,19__ CITY OF TEMECULA, PUBLIC WORKS DEPARTMENT CONTRACT FOR STEEL FABRICATION PROJECT NO. PW97-05 OLD TOWN STREETSCAPE THIS CONTRACT, made and entered into the 29th, day of September, 1998, by and between the City of Temecula, a municipal corporation, hereinafter referred to as "CITY", and Howe Welding & Fabrication, hereinafter referred to as "CONTRACTOR." WITNESSETH: That CITY and CONTRACTOR, for the consideration hereinafter named, mutually agree as follows: 1.8. CONTRACT DOCUMENTS. The complete Contract includes all of the Contract Documents, to wit: Notice Inviting Bids, Instructions to Bidders, Proposal, Performance Bond, Labor and Materials Bond, Plans and Specifications entitled PROJECT NO. PW97-05, OLD TOWN STREETSCAPE (STEEL FABRICATION), Insurance Forms, this Contract, and all modifications and amendments thereto, the State of California Department of Transportation Standard Specifications (1992 Ed.) where specifically referenced in the Plans and Technical Specifications, and the latest version of the Standard Specifications for Public Works Construction, including all supplements as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Associated General Contractors of California (hereinafter, "Standard Specifications") as amended by the General Specifications, Special Provisions, and Technical Specifications for PROJECT NO. PW97-05, OLD TOWN STREETSCAPE (STEEL FABRICATION). Copies of these Standard Specifications are available from the publisher: Building New, Incorporated 3055 Overland Avenue Los Angeles, California 90034 (213) 202-7775 The Standard Specifications will control the general provisions, construction materials, and construction methods for this Contract except as amended by the General Specifications, Special Provision, and Technical Specifications for PROJECT NO. PW97-05, OLD TOWN STREETSCAPE (STEEL FABRICATION). In case of conflict between the Standard Specifications and the other Contract Documents, the other Contract Documents shall take precedence over, and be used in lieu of, such conflicting portions. Where the Contract Documents describe portions of the work in general terms, but not in complete detail, it is understood that the item is to be furnished and installed completed and in place and that only the best general practice is to be used. Unless otherwise specified, the CONTRACTOR shall furnish all labor, materials, tools, equipment, and incidentals, and do all the work involved in executing the Contract. CONTRACT CA-1 R:\cip%projects%pw97%pw97-05 %howeweldcontract The Contract Documents are complementary, and what is called for by anyone shall be as binding as if called for by all. Any conflict between this Contract and any other Contract Document shall be resolved in favor of this Contract. SCOPE OF WORK. CONTRACTOR shall perform everything required to be performed, shall provide and furnish all the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required for the following: PROJECT NO. PW97-05, OLD TOWN STREETSCAPE (STEEL FABRICATION) All of said work to be performed and materials to be furnished shall be in strict accordance with the Drawings and Specifications and the provisions of the Contract Documents hereinabove enumerated and adopted by CITY. CITY APPROVAL. All labor, materials, tools, equipment, and services shall be furnished and work performed and completed under the direction and supervision, and subject to the approval of CITY or its authorized representatives. CONTRACT AMOUNT AND SCHDULE. The CITY agrees to pay, and CONTRACTOR agrees to accept, in full payment for, the work agreed to be done, the sum of: ONE HUNDRED SIX THOUSAND NINE HUNDRED FIFTY DOLLARS and NO CENTS ($106,950.00), the total amount of the base bid. CONTRACTOR agrees to complete the work in a period not to exceed Sixty (60) working days, commencing with delivery of a Notice to Proceed by CITY. Construction shall not commence until bonds and insurance are approved by CITY. CHANGE ORDERS. All change orders shall be approved by the City Council, except that the City Manager is hereby authorized by the City Council to make, by written order, changes or additions to the work in an amount not to exceed the contingency as established by the City Council. PAYMENTS LUMP SUM BID SCEHDULE: Before submittal of the first payment request, the CONTRACTOR shall submit to the City Engineer a schedule of values allocated to the various portions of the work, prepared in such form and supported by such data to substantiate its accuracy as the City Engineer may require. This schedule, as approved by the City Engineer, shall be used as the basis for reviewing the CONTRACTOR's payment requests. UNIT PRICE BID SCHEDULE: Pursuant to Section 20104.50 of the Public Contract Code, within thirty (30) days after submission of a payment request to the CITY, the CONTRACTOR shall be paid a sum equal to ninety percent (90%) of the value of the work completed according to the bid schedule. Payment request forms shall be submitted on or about the thirtieth (30th) day of each successive month as the work progresses. The final payment, if unencumbered, or any part thereof unencumbered, shall be made sixty (60) days after acceptance of final payment and the CONTRACTOR R:~cip\projects\pw97\pw97-05\howeweldcontract 2 filing a one-year Warranty and an Affidavit of Final Release with the CITY on forms provided by the CITY. Payments shall be made on demands drawn in the manner required by law, accompanied by a certificate signed by the City Manager, stating that the work for which payment is demanded has been performed in accordance with the terms of the Contract, and that the amount stated in the certificate is due under the terms of the Contract. Partial payments on the Contract price shall not be considered as an acceptance of any part of the work. Interest shall be paid on all undisputed payment requests not paid within thirty (30) days pursuant to Public Contracts Code Section 20104.50. Public Contract Code Section 7107 is hereby incorporated by reference. In accordance with Section 9-3.2 of the Standard Specifications for Public Works Construction and Section 9203 of the Public Contract Code, a reduction in the retention may be requested by the Contractor for review and approval by the Engineer if the progress of the construction has been satisfactory, and the project is more than 50% complete. WARRANTY RETENTION. Commencing with the date the Notice of Completion is recorded, the CITY shall retain a portion of the Contract award price, to assure warranty performance and correction of construction deficiencies according to the following schedule: CONTRACT AMOUNT $25,000 0 $75,000 RETENTION PERIOD RETENTION PERCENTAGE 180 days 3% $75,00-$500,000 180 days $2,250 + 2% of amount in excess of $75,000 Over $500,000 One Year $10,750 + 1% of amount in excess of $500,000 LIQUIDATED DAMAGES - EXTENSION OF TIME. In accordance with Government Code Section 53069.85, CONTRACTOR agrees to forfeit and pay to CITY the sum of one thousand dollars ($1,000.00) per day for each calendar day completion is delayed beyond the time allowed pursuant to Paragraph 4 of this Contract. Such sum shall be deducted from any payments due to or to become due to CONTRACTOR. Such sum shall be deducted from any payments due to or to become due to CONTRACTOR. CONTRACTOR will be granted an extension of time and will not be assessed liquidated damages for unforeseeable delays beyond the control of, and without the fault or negligence of, the CONTRACTOR including delays caused by CITY. CONTRACTOR is required to promptly notify CITY of any such delay. WAIVER OF CLAIMS. On or before making each request for payment under Paragraph 6 above, CONTRACTOR shall submit to CITY, in writing, all claims for compensation as to work related to the payment. Unless the CONTRACTOR has disputed the amount of the payment, the acceptance by CONTRACTOR of each payment shall constitute a release of all claims against the CITY related to the payment. CONTRACTOR shall be required to execute an affidavit, release, and indemnity agreement with each claim for payment. R:\cip\projects\pw97\pw97-05\howeweldcontract 3 10. 11. 12. 13. 14. 15. 16. PREVAILING WAGES. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of workman needed to execute this Contract, from the Director of the Department of Industrial Relations. These rates are on file with the City Clerk. Copies may be obtained at cost at the City Clerk's office of Temecula. CONTRACTOR shall post a copy of such wage rates at the job site and shall pay the adopted prevailing wage rates as a minimum. CONTRACTOR shall comply with the provisions of Section 1773.8, 1775, 1776, 1777.5, 1777.6, and 1813 of the Labor Code. Pursuant to the provisions of 1775 of the Labor Code, CONTRACTOR shall forfeit to the CITY, as a penalty, the sum of $25.00 for each calendar day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the stipulated prevailing rates for any work done under this Contract, by him or by any subcontractor under him, in violation of the provisions of the Contract. TIME OF THE ESSENCE. Time is of the essence in this contract. INDEMNIFICATION. All work covered by this Contract done at the site of construction or in preparing or delivering materials to the site shall be at the dsk of CONTRACTOR alone. CONTRACTOR agrees to save, indemnify, hold harmless and defend CITY, its officers, employees, and agents, against any and all liability, injuries, or death of persons (CONTRACTOR's employees included) and damage to property, arising directly or indirectly out of the obligations herein undertaken or out of the operations conducted by CONTRACTOR, save and except claims or litigations arising through the sole active negligence or sole willful misconduct of the CITY. The CONTRACTOR shall indemnify and be responsible for reimbursing the CITY for any and all costs incurred by the CITY as a result of Stop Notices filed against the project. The CITY shall deduct such costs from Progress Payments or final payments due to the CITY. GRATUITIES. CONTRACTOR warrants that neither it nor any of its employees, agents, or representatives has offered or given any gratuities or promises to CITY's employees, agents, or representatives with a view toward securing this Contract or securing favorable treatment with respect thereto. CONFLICT OF INTEREST. CONTRACTOR warrants that he has no blood or marriage relationship, and that he is not in any way associated with any City officer or employee, or any architect, engineer, or other preparers of the Drawings and Specifications for this project. CONTRACTOR further warrants that no person in its employ has been employed by the CITY within one year of the date of the Notice Inviting Bids. CONTRACTOR'S AFFIDAVIT. After the completion of the work contemplated by this Contract, CONTRACTOR shall file with the City Manager, its affidavit stating that all workmen and persons employed, all firms supplying materials, and all subcontractors upon the Project have been paid in full, and that there are no claims outstanding against the Project for either labor or materials, except certain items, if any, to be set forth in an affidavit covering disputed claims or items in connection with a Stop Notice which has been filed under the provisions of the laws of the State of California. NOTICE TO CITY OF LABOR DISPUTES. Whenever CONTRACTOR has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely R:~cip\projects\pw97\pw97-05\howeweldcontract 4 17. 18. 19. 20. 21. 22. performance of the Contract, CONTRACTOR shall immediately give notice thereof, including all relevant information with respect thereto, to CITY. BOOKS AND RECORDS. CONTRACTOR's books, records, and plans or such part thereof as may be engaged in the performance of this Contract, shall at all reasonable times be subject to inspection and audit by any authorized representative of the CITY. INSPECTION. The work shall be subject to inspection and testing by CITY and its authorized representatives during manufacture and construction and all other times and places, including without limitation, the plans of CONTRACTOR and any of its suppliers. CONTRACTOR shall provide all reasonable facilities and assistance for the safety and convenience of inspectors. All inspections and tests shall be performed in such manner as to not unduly delay the work. The work shall be subject to final inspection and acceptance notwithstanding any payments or other prior inspections. Such final inspection shall be made within a reasonable time after completion of the work. DISCRIMINATION. CONTRACTOR represents that it has not, and agrees that it will not, discriminate in its employment practices on the basis of race, creed, religion, national origin, color, sex age, or handicap. GOVERNING LAW. The City and Contractor understand and agree that the laws of the State of California shall govern the rights, obligations, duties and liabilities of the parties to this Contract and also govern the interpretation of this Contract. Any litigation concerning this Contract shall take place in the municipal, superior, or federal district court with geographic jurisdiction over the City of Temecula. In the event of litigation between the parties concerning this Contract, the prevailing party as determined by the Court, shall be entitled to actual and reasonable attorney fees and litigation costs incurred in the litigation. ADA REQUIREMENTS. By signing this contract, Contractor certifies that the Contractor is in total compliance with the Americans with Disabilities Act of 1990, Public Law 101- 336, as amended. WRITTEN NOTICE. Any written notice required to be given in any part of the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of the CONTRACTOR as set forth in the Contract Documents, and to the CITY addressed as follows: Joseph Kicak, Director of Public Works/City Engineer City of Temecula P.O. Box 9033 Temecula, CA 92589-9033 43200 Business Park Drive Temecula, CA 92590-3606 R:~cip\projects~pw97\pw97-O5\howeweldcontract 5 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the date first above written, DATED: CONTRACTOR Howe Welding & Fabrication 41218 Nick Lane Murrieta, CA 92562 (909) 698-6997 By: Randy Howe, Owner DATED: APPROVED AS TO FORM: CITY OF TEMECULA By: Ron Roberrs, Mayor Peter M. Thomon, City Attorney ATTEST: Susan W. Jones, CMC, City Clerk R:\cip\projects~pw97\pw97-05\howeweldcontract 6 TO: FROM: DATE: SUBJECT: CITY OF TEMECULA AGENDA REPORT City Manager/City Council Joseph Kicak, Director of Public Works/City Engineer September 29, 1998 Professional Services Agreement with McDaniel Engineering for Structural Design for the Old Town Gateway Plaza Steel Arches - Project No. PW97-05 PREPARED BY: William G. Hughes, Senior Engineer- Capital Projects RECOMMENDATION: That the City Council: 1. Approve a Professional Services Agreement with McDaniel Engineering for Structural Design for the Old Town Gateway Plaza Steel Arches for the Old Town Streetscape Project, in the amount of $25,000.00 and authorize the Mayor to execute the contract. 2. Authorize the City Manager to approve change orders not to exceed the contingency amount of $2,500.00, which is equal to 10% of the contract amount. BACKGROUND: On June 11, 1998 funds were appropriated for artistic Gateway Entrance Archways at the north and south entrances to Front Street. These arches require specialized design to ensure its proper construction and installation. City staff has worked with McDaniel Engineering and we have confidence in their ability to properly complete this engineering design. The Public Works Department is assembling a team of craftsmen, contractors, and an engineer to properly complete the artist archway work. FISCAL IMPACT: This project is a Capital Improvement Project funded through Redevelopment Agency bond proceeds. Adequate funds are available for this agreement of $25,000.00 and the contingency amount of $2,500.00 for a total agreement cost of $27,500.00 in account No. 280-199-824-5804. ATTACHMENT: Mc Daniel Engineering Agreement R:tAGDRPTi198tO929tPR09 7-05A.DOC/ajp CITY OF TEMECULA AGREEMENT FOR PROFESSIONAL DESIGN SERVICES OLD TOWN STREETSCAPE PROJECT NO. PW97-05 THIS AGREEMENT, is made and effective as of September 29, 1998, between the City of Temecula, a municipal corporation ("City") and McDaniel Engineering, ("Consultant"). In consideration of the mutual covenants and conditions set forth herein, the parties agree as follows: 1. TERM. This Agreement shall commence on September 29, 1998. And shall remain and continue in effect until tasks described herein are completed, but in no event later than September 29, 1999, unless sooner terminated pursuant to the provisions of this Agreement. 2. SERVICES. Consultant shall perform the tasks described and set forth in Exhibit A, attached hereto and incorporated herein as though set forth in full. Consultant shall complete the tasks according to the schedule of performance which is also set forth in Exhibit A. 3. PERFORMANCE. Consultant shall at all times faithfully, competently and to the best of his or her ability, experience, and talent, perform all tasks described herein. Consultant shall employ, at a minimum, generally accepted standards and practices utilized by persons engaged in providing similar services as are required of Consultant hereunder in meeting its obligations under this Agreement. 4. PAYMENT. a. The City agrees to pay Consultant monthly, in accordance with the payment rates and terms and the schedule of payment as set forth in Exhibit B, attached hereto and incorporated herein by this reference as though set forth in full, based upon actual time spent on the above tasks. This amount shall not exceed Twenty Five Thousand Dollars and No Cents ($25,000.00) for the total term of the Agreement unless additional payment is approved as provided in this Agreement. b. Consultant shall not be compensated for any services rendered in connection with its performance of this Agreement which are in addition to those set forth herein, unless such additional services are authorized in advance and in writing by the City Manager. Consultant shall be compensated for any additional services in the amounts and in the manner as agreed to by City Manager and Consultant at the time City's written authorization is given to Consultant for the performance of said services. The City Manager may approve additional work not to exceed ten percent (10%) of the amount of the Agreement, but in no event shall such sum exceed twenty five thousand dollars ($25,000.00). Any additional work in excess of this amount shall be approved by the City Council. c. Consultant will submit invoices monthly for actual services performed. Invoices shall be submitted on or about the first business day of each month, for services provided in the previous month. Payment shall be made within thirty (30) days of receipt of each invoice as to all nondisputed fees. If the City disputes any of consultant's fees it shall give written notice to Consultant within 30 days of receipt of an invoice of any disputed fees set forth on the invoice. - 1 - R:~cip\projects~pw97\pw97-O5\mcdanielengagrmt 5. SUSPENSION OR TERMINATION OF AGREEMENT WITHOUT CAUSE. a. The City may at any time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion hereof, by serving upon the consultant at least ten (10) days prior written notice. Upon receipt of said notice, the Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. b. In the event this Agreement is terminated pursuant to this Section, the City shall pay to Consultant the actual value of the work performed up to the time of termination, provided that the work performed is of value to the City. Upon termination of the Agreement pursuant to this Section, the Consultant will submit an invoice to the City pursuant to Section 3. 6. DEFAULT OF CONSULTANT. a. The Consultant's failure to comply with the provisions of this Agreement shall constitute a default. In the event that Consultant is in default for cause under the terms of this Agreement, City shall have no obligation or duty to continue compensating Consultant for any work performed after the date of default and can terminate this Agreement immediately by wdtten notice to the Consultant. If such failure by the Consultant to make progress in the performance of work hereunder arises out of causes beyond the Consultant's control, and without fault or negligence of the consultant, it shall not be considered a default. b. If the City Manager or his delegate determines that the consultant is in default in the performance of any of the terms or conditions of this Agreement, it shall serve the Consultant with written notice of default. The Consultant shall have (10) days after service upon it of said notice in which to cure the default by rendering a satisfactory performance. In the event that the Consultant fails to cure its default within such period of time, the City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice to any other remedy to which it may be entitled at law, in equity or under this Agreement. 7. OWNERSHIP OF DOCUMENTS a. Consultant shall maintain complete and accurate records with respect to sales, costs, expenses, receipts and other such information required by City that relate to the performance of services under this Agreement. Consultant shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. Consultant shall provide free access to the representatives of City or its designees at reasonable times to such books and records, shall permit City to make transcripts therefrom as necessary, and shall allow inspection of all work, data, documents, proceedings and activities related to this Agreement. Such records, together with supporting documents, shall be maintained for a period of three (3) years after receipt of final payment. b. Upon completion of, or in the event of termination or suspension of this Agreement, all original documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared in the course of providing the services to be performed pursuant to this Agreement shall become the sole property of the City and may be used, reused or otherwise disposed of by the City without the permission of the Consultant. With respect to computer files, Consultant shall make available to the City, upon reasonable written request by - 2 - R:~cip\projects\pw97\pw97-05\mcdanielengagrmt the City, the necessary computer software and hardware for purposes of accessing, compiling, transferring and printing computer files. c. With respect to the design of public improvements, the consultant shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the wdtten consent of the Consultant. 8. INDEMNIFICATION. The Consultant agrees to defend, indemnify, protect and hold harmless the City, its officers, officials, employees and volunteers from and against any and all claims, demands, losses, defense costs or expenses, or liability of any kind or nature which the City, its officers, agents and employees may sustain or incur or which may be imposed upon them for injury to or death of persons, or damage to property arising out of Consultant's negligent or wrongful acts or omissions in performing or failing to perform under the terms of this Agreement, excepting only liability adsing out of the negligence of the City. 9. INSURANCE REQUIREMENTS. Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. a. Minimum Scope of Insurance. Coverage shall be at least as broad as: (1) Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001 ). (2) Insurance Services Office form number CA 0001 red. 1187) covering Automobile Liability, code I (any auto). (3) Workers Compensation insurance as required by the State of California and Employers Liability Insurance. (4) Errors and omissions liability insurance appropriate to the consultant's profession. b. Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage. (3) Employers Liability: $1,000,000 per accident for bodily injury or disease. (4) Errors and omissions liability: $1,000,000 per occurrence. c. Deductibles and Self-Insured Retention's. Any deductibles or self-insured retentions must be declared to and approved by the City Manager. At the option of the City Manager, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Consultant shall - 3 - R:~cip\projects\pwg7~pw97-05\rncdanielengagrmt procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. d. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: The City, its officers, officials, employees and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Consultant; products and completed operations of the Consultant; premises owned, occupied or used by the Consultant; or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees or volunteers. (2) For any claims related to this project, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self-insured maintained by the City, its officers, officials, employees or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. (3) Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees or volunteers. (4) The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability, (5) Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' pdor wdtten notice by certified mail, return receipt requested, has been given to the City. e. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the City. f. Verification of Covera.qe. Consultant shall furnish the City with odginal endorsements effecting coverage required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. The endorsements are to be on forms provided by the City. All endorsements are to be received and approved by the City before work commences. As an alternative to the City's forms, the Consultant's insurer may provide complete, certified copies of all required insurance policies, including endorsements effecting the coverage required by these specifications. 10. INDEPENDENT CONTRACTOR. Consultant is and shall at all times remain as to the City a wholly independent contractor. The personnel performing the services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees or agents shall have control over the conduct of Consultant or any of Consultant's officers, employees or agents, except as set forth in this Agreement. Consultant shall not at any time - 4 - R:~cip\projects\pw97\pw97-05Vncdanietengagrmt or in any manner represent that it or any of its officers, employees or agents are in any manner officers, employees or agents of the City. Consultant shall not incur or have the power to incur any debt, obligation or liability whatever against City, or bind City in any manner. b. No employee benefits shall be available to Consultant in connection with the performance of this Agreement. Except for the fees paid to Consultant as provided in the Agreement, City shall not pay salaries, wages, or other compensation to Consultant for performing services hereunder for City. City shall not be liable for compensation or indemnification to Consultant for injury or sickness arising out of performing services hereunder. 11. LEGAL RESPONSIBILITIES. The Consultant shall keep itself informed of State and Federal laws and regulations which in any manner affect those employed by it or in any way affect the performance of its service pursuant to this Agreement. The Consultant shall at all times observe and comply with all such laws and regulations. The City, and its officers and employees, shall not be liable at law or in equity occasioned by failure of the Consultant to comply with this section. 12. RELEASE OF INFORMATION. a. All information gained by Consultant in performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. Consultant, its officers, employees, agents or subcontractors, shall not without written authorization from the City Manager or unless requested by the City Attorney, voluntarily provide declarations, letters of support, testimony at depositions, response to interrogatodes or other information concerning the work performed under this Agreement or relating to any project or property located within the City. Response to a subpoena or court order shall not be considered "voluntary" provided Consultant gives City notice of such court order or subpoena. b. Consultant shall promptly notify City should Consultant, its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed thereunder or with respect to any project or property located within the City. City retains the right, but has no obligation, to represent Consultant and/or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, City's right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. 13. NOTICES. Any notices which either party may desire to give to the other party under this Agreement must be in writing and may be given either by (I) personal service, (ii) delivery be a reputable document delivery sen/ice, such as but not limited to, Federal Express, that provides a receipt showing date and time of delivery, or (iii) mailing in the United States Mail, certified mail, postage prepaid, return receipt requested, addressed to the address of the party as set forth below or at any other address as that party may later designate by Notice: To City: City of Temecula Mailing Address: P.O. Box 9033 Temecula, California 92589-9033 43200 Business Park Drive Temecula, California 92590 Attn: City Manager - 5 - R:~cip\projects\pw97\pw97-05\mcdanielengagrmt To Consultant: McDaniel Engineering Company 5030 Camino De La Siesta, Suite 204 San Diego, CA 92108 (619) 692-1920 Attn: Jack E. Abcarius, P.E., Vice President 14. ASSIGNMENT. The Consultant shall not assign the performance of this Agreement, nor any part thereof, nor any monies due hereunder, without prior written consent of the City. Because of the personal nature of the services to be rendered pursuant to this Agreement, only Jack E. Abcadus, shall perform the services described in this Agreement Jack E. Abcarius may use assistants, under their direct supervision, to perform some of the services under this Agreement. Consultant shall provide City fourteen (14) days' notice pdor to the departure of Jack E. Abcadus from Consultant's employ. Should he or she leave Consultant's employ, the City shall have the option to immediately terminate this Agreement, within three (3) days of the close of said notice pedod. Upon termination of this Agreement, Consultant's sole compensation shall be payment for actual services performed up to, and including, the date of termination or as may be otherwise agreed to in wdting between the City Council and the Consultant. 15. LICENSES. At all times dudng the term of this Agreement, Consultant shall have in full force and effect, all licenses required of it by law for the performance of the services described in this Agreement. 16. GOVERNING LAW. The City and Consultant understand and agree that the laws of the State of Califomia shall govern the rights, obligations, duties and liabilities of the parties to this Agreement and also govern the interpretation of this Agreement. Any litigation concerning this Agreement shall take place in the municipal, superior, or federal distdct court with geographic jurisdiction over the City of Temecula. In the event of litigation between the parties concerning this Agreement, the prevailing party as determined by the Court, shall be entitled to actual and reasonable attorney fees and litigation costs incurred in the litigation. 17. ENTIRE AGREEMENT. This Agreement contains the entire understanding between the parties relating to the obligations of the parties described in this Agreement. All prior or contemporaneous agreements, understandings, representations and statements, oral or written are merged into this Agreement and shall be of no further force or effect. Each party is entering into this Agreement based solely upon the representations set forth herein and upon each party's own independent investigation of any and all facts such party deems material. 18. AUTHORITY TO EXECUTE THIS AGREEMENT. The person or persons executing this Agreement on behalf of Consultant warrants and represents that he or she has the authority to execute this Agreement on behalf of the Consultant and has the authority to bind Consultant to the performance of its obligations hereunder. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year above written. CITY OF TEMECULA By Ron Roberts, Mayor - 6 - R:~cip~projects\pw97\pw97-05\mcdanielengagrmt Attest: Susan W. Jones, CMC, City Clerk Approved As to Form: Peter M. Thorson, City Attorney CONSULTANT McDaniel Engineering Company 5030 Camino De La Siesta, Suite 204 San Diego, CA 92108 (619) 692-1920 By: Jack E. Abcadus, P.E. Vice President - 7 - R:~cip\projects\pw97\pw97-05\mcdanielengagrmt EXHIBIT A TASKS TO BE PERFORMED PAYMENT SCHEDULE - 8 - R:~cip\projects\pwg7\pw97-O5\mcdanielengagrmt lFriday September 25, 1998 7:Z~88 -- F~'om '619 692 06,~' -- Page 2I 09/25/98 FRI 10:38 FAX 619 692 0634 IcDANIKL EN43 CO. , , 13ANlIvL ENGINEERING I~O0! SelY tv25, 1995 T--wrde~ CA 92590 iAtteatiosc IDe~ Bffi Mr. Bill HuBbe~ 8eeior EaBims m .,~v,-I fer the Siredreal .DealIra of the Gaiety PLan Steel Arch : Wop~' TO ~e. ls~es~3eM~n ny Tree CONSULTANT & ~ Camino De La Siesta, Suite 204 · San Oie9o, Caifomia'92108 · (6t9) 692-1920 Fax (619) 692-0634 E-Mail: ktcOanielOlntemelMCI.com i L.Lfz. i~clLa_y September 25, 1998 7::36am -- Froin '619 692 06.'.'.'.'.'.'.'.'.~.' -- Page 3i 09/25/98 F'R:[ 10:39 FAX 619 692 0634 ICDANII~I'. !~IG C0, 1~003 G. bxx~F. k ,-e, ae,'-"o,,efar ,cbik..-hsddelaibimle~'-i,--dapecw. c~omff~. I-L Suimdtdaerequimimalxwofplansets, c-ale~L..eom I-L L De."_- L. Smka.,b~oo,.a~(~beco,,mxlbyafmmeFirMcesnry). M. ComforaSeecypemimaadia,,,c~;.Sfecs. Welookforwanimhauingftmyou. Verytna'yyoun, AUacim~ent: 1998 Scheduks of Fees ITEM 2 APPROVAL CITY ATTORNEY DIRECTOR OF FINANC~ CITY MANAGER TO: FROM: DATE: SUBJECT: CITY OF TEMECULA AGENDA REPORT City Manager/City Council Joseph Kicak, Director of Public Works/City Engineer September 29, 1998 Old Town Streetscape Project, Contract Change Order No. 011 for Extra Work to Install Ground Level Electrical Outlets on the New Streetlight Standards, Project No. PW97-05 PREPARED BY: William G. Hughes, Senior Engineer- Capital Projects RECOMMENDATION: That the City Council: Approve Contract Change Order No. 011, for ground level outlets on the streetlight standards in the Old Town, in the amount of $24,951.55 and authorize the Mayor to execute Change Order No. 011. BACKGROUND: On June 11, 1998 the City Council awarded a construction contract to Valley Crest Landscape, Inc. to complete the Old Town Streetscape project. The original project includes streetlights with electric outlets on top for decorative accent lighting. Outlets were not originally requested at ground level. During a Monday night merchants meeting ground level outlets were requested for street fair events. Staff has negotiated with the Contractor to add 84 ground level outlets in the amount of $ 24,951.55 The additional work consists of installing new circuit breakers, conduits, weather proof aluminum locking covers, and retrofitting the light standards. The ground level outlets will be on light standards on Front Street from Moreno Ddve to First Street and Main Street from Mercedes to Murrieta Creek. Time is of the essence because the light standards are being manufactured and they will be delivered in the next few weeks. Note that the numbering sequence of the change order is not representative of the number of approved change orders. Valley Crest creates a new change order number for every request for a change regardless if the change is approved or not. At this time the only approved changes have been for the westerly temporary road behind the Chaparral Building, the easterly temporary road to be constructed between First Street and Mercedes, and special granite cutting for the flag pole dedication plaques. FISCAL IMPACT: The Old Town Streetscape Project is a RDA Capital Improvement Project and is funded with existing RDA bond proceeds. Adequate funds are available in Account No. 280-199- 824-5804. ATTACHMENTS: Contract Change Order No. 011 R:\AGDRPT\98\O929'~PV~/97-OIS,CCO 011 .DOC/ajp 16. 1998 1:66pm -- From '909 788 1Z56' /16/98 WED 16:51 FAX 909 788 1256 ..: -- Page A A WEBB ASSOC VALLEY CREST ESTIMATE NO. 011 · TO: AlbertA, Webb ASSociates 28481 Rancho. CaEfomla Road Temecula. CA 92590 Phmte(90g) 886-107o Fax (909) 788-1256 JOB NAME: Temectda Sb,o~tsc~ape Yernecu cA NO,: 103124 ATTN: Scott scope, OF Wom~ SCHEDULE OF COSTS in rc~por~c I~ Webb's writlen fequed t~ .VC R$I # X Orderb Dei.;fltstk,,,: Irud~atkm oflght pole ~*_,._-Ia system, r...,lt'OTAL 500.00 914 ~0 2,4J~1.55 NOTES; TOTAL ~ THIS ESTIMATE: ' $ 24.9$1 1. Thl~ worn w'dl n~ be done uNi/approved and · written change order Is issued. X 2. Asigr~t~m~teloweuthoTtz~us!o~wlBltheworkde6crlxdsbove, ai~heei-ladPhces, X 3. ~k~n of time neces~n/for thb cl.~,~Jo: 2 w~t~ng days. X ~- This 6~tirr~l~ will terrain in effect for 30 d~/s one/. Altar expirstlon a new e~imatc will be tulm~ted upon requesL X 5. Th~ work was done in accadance wnh your omer to ~ p~ase issue change omer. APPROVED: Clients Name: Foam 294S0~3C fib, e, VALLEY CREST ITEM APPROVAL CITY ATTORNEY TO: FROM: DATE: SUBJECT: CITY OF TEMECULA AGENDA REPORT City ManagedCity Council Joseph Kicak, Director of Public Works/City Engineer September 29, 1998 Old Town Streetscape Project, Contract Change Order for extra work to install Two Concrete Decorative Gateway Plazas and Four Concrete Intersections, Project No. PW97-05 PREPARED BY: ~ RECOMMENDATION: 1. William G. Hughes, Senior Engineer - Capital Projects That the City Council: Approve attached Contract Change Order No. 026 for the Old Town Concrete Decorative Gateway Plazas and Concrete Intersections, in the amount of $197,051.00 and authorize the Mayor to execute the Change Order. Approve an additional $9,500.00 to require that the granite inlay work be performed at night. BACKGROUND: On June 11, 1998 the City Council awarded a construction contract to Valley Crest Landscape, Inc. to complete the Old Town Streetscape project. On September 8, 1998 the City Council authorized the Public Works Department to advertise for new bids for the concrete intersection. We have now successful negotiated a change order for the concrete gateway and intersection work with Valley Crest for an acceptable pdce and without adding working days to complete the contract. The additional work consist of specially treated concrete street surfacing at both gateway entrances, and at the intersections on Front Street and 3% 5th, 6th and Main Street. Also granite enhancements are proposed at both gateway entrances, and at the intersection of Front Street and Main Street and 6th Street. We are recommending approving the Change Order with the stipulation that the granite inlays be accomplished at night to minimize road closures. This will cost an additional $9,500.00. Time is of the essence to complete the additional work within the current contract time. Note that the numbering sequence of the change order is not representative of the number of approved change orders. Valley Crest creates a new change order number for every request for a change regardless if the change is approved or not. At this time the only approved changes have been for the westerly temporary road behind the Chaparral Building, easterly temporary road to be constructed between First Street and Mercedes, and special granite cutting for the flag pole dedication plaques. R:\AGDRPT~98\O929\PVV97-O5,CCO O26.DOC/ajp FISCAL IMPACT: The Old Town Streetscape Project is a RDA Capital Improvement Project and is funded with existing RDA bond proceeds. Adequate funds are available in Account No. 280- 199-824-5804. ATTACHMENTS: Contract Change Order 026 Vicinity Map R:\AGDRPT\98\O929~PW97-05,CCO 026.DOC/ajp IThursday September 2~,, 1<~8 l:20pm-- Page 8EP--24--98 84:24 PM VALLEY CREST 8450 Miramar Place * San Diego, Celifomia 92121 Phone (819) 458-9900 · Fax (619) 458-9904 P.02 To: Albert A. Webb Associates 28481 Ranco California Road, Suite 106 Temecula, CA 92590 TRANSMITTAL 1030 Date: September 24, 1998 Attention: Scott Hildebmndt Job Name: Temecula Streetscape VC Job No: 103124 Ladies and/or Gentlemen: We are sending you of Copies Date I 9124/98 Herewith ['] Under separate cover as follows: Description ................ Cost Estimate #026 - REVISED QUOTE, Intersections Scott, Please respond to Valley Crest in writing by 9-28498. Very truly yours, Project Manager xc: Distribution Received by: Date: 233SD.DOC (Revised 10/97) [Thursday September 24, 19~8 1:20pro -- Page SEP-24-98 84:25 PH VALLEY CREST ESTIMATE NO. 026 P. O~; TO: ATTN: Atbert A. Webb Associates 28481 Rancho Califomia Road Ternecule, CA 92590 Phone (909) 686-t070 Fax (909) 788-t256 Scott Hildebrandt JOB NAME: Temecula Streetscape Temecule, CA JOB NO.: 103124 We submit the following ~ Wdtten request ESTIMATE' .... X "'S~H~DULE OF C~TS in response to: Field dire~on by Webb Verbal Order to request Foceed Peecrlptlon.: REVISED SCOPE OF WORK/COSTS: Add for Concrete Decorative Gateway Plazas (2) and Concrete Intersections (4). . .... THlr. FOLI.OWINC IS TIIr. PROPOSR1} WORK ARF. A.~ PER YOUR RF.01LrR,qr !~oR RX'TIIA WORK: , Gateway PIR T~-~ - two (2) · Intersection of Main Street and Fzont Street · Into'section orFront SWeet and 3'd Street · Intersection of Front Street and 5' S~zeet · Intcrscction ofFfont Street and 6* Strcct SCOPE. Olz WORld: l. Demo ~-xisting intersections ofFfont Street and 6* Street, Front Street and 5t Street and the Gateway ,~-ntzance at Front Street and Morcno Street, 2. Supply and install Class H Base rnatcrial pcr approved detail drawing for four (4) intersections and two (2) gateway entrances, 3. Supply and install concrete sub-base and stamped decorative structures per approved detail drawing. (Artwork supplied and installed by others). Supply and install Granite per approved dcta~ drawing (1200 s.f-). · ADD - Installation of granite at night C3 5- Provide traffic control for installation of this work requested at each intersection (hard closures at each intersection - NO THROUGH TRAFFIC). Clcan up work areas to n condition equal to or better than site conditions prior to proposed work activltlcg. Fore12g4,~D.DOC (Rev. 12/8~7) 8450 Mkemer Pbc~ * San Diego. Caif0ff~ie 92121 Phoee (610)458-9900 * Fax (819) 458-9904 ~Thursday September 2/,, 1998 l:20pm -- Page SEP--24--98 84:25 P,el4 TIlI~ AROV~. rd'~P!~. fiF WORK IR RA,~.. fin ~- ~I,I ~G ~~ON~ A~ EX~,U~ONS: 1, ~cb ~o~on ~11 ~ c~pl~!y c!~ m ~gh n~c ~3c ~rk is ~g ~H, ~s d~ ~ wct conditi~s, additi~al c~ ~1 ~ ~u~ for all ~int~ wor~ 3. Valley ~t ~!1 ~t ~ re~nsible rot ~e scheduling of~ ~mlla~ of~e p~ ~ork. 4. ~work to ~ s~li~ ~d ins~llcd by o~, in ~rdiuU~ wi~ Vallcy ~e~'s ~ work r~u~ ~ · e ~ty. S. Work shall ~ ~o~ed on a mi~mum o~o (2) ~t~U~s at n ~me. 6. G,~i~ m ~ s~Hed ~ ~tewa~ R~k ~d 8~ly ~. - ~ple ~v~ by ~ Ci~. 7. Bid b~ ~ Re~ ~~ ~ 9-17-98 by ~ ~~ No ~fore~t ~]ud~ - No~ i&nti~ ~ ~win~. · E~ATE IN~/-~g8 A DRDU~ ~O~ OF $17~.~ ~OM CO~~D WO~ · COST IMPACT: AMOUNT REQUESTZD 195,100.00 1.951.00 197,051.00 NOTES: X 2. 3. 4. TOTAL ADD THIS ESTIMATE: $.197.05t.00 This work will not be done unti~. approved and a written change order is issued. A Signature below authorizes us to proceed wlth the work described above, at the stnted prices. Extension of time necessary for this change: 0 working days. This estimate wgl remain in effect fo~ 80 days only. Alter expiration a new estimate will be submitted upon request. 6. This work was done in accordance with your order to proceed: please Issue change order. APPROVED: Clienrs Name: By: Date: VALLEY CREST Tie: M Date: 9-24-98 Form 2945D.DO C (Rev. 12/8/97) 8450 Mlram~r Plate * :San Diego. CIIlilomlll 92121 Phor~ (6t9) 458-11900 · Fax (619) 458*9904 ITEM 4 ORAL REPORT