Loading...
HomeMy WebLinkAboutC-1143 - Newport Ocean Front parking lot improvementsCITY OF NEWPORT BEACH PARKS, BEACHES $ RECREATION COMMISSION JAN ' 0 i9iL January 10, 1972 By +he CITY COUNCIL CITY OF NEWPORT BEACH TO: MAYOR $ CITY COUNCIL FROM: Chairman, PB $ R Commission 3� SUBJECT: PROPOSED ALTERNATE USES FOR BUDGETED CAPITAL IMPROVEMENT FUNDS 161;M4011Ir .11l�i �E 1. Amend capital improvement project 02- 7697 -262, Landscaping $ Athletic Equipment at Newport Pier, to delete the installation of athletic equipment and substitute the installation of a low block wall around the southerly and westerly sides of the Newport Pier ocean-front parking lot. 2. Amend capital improvement project 02- 7797 -264, Landscaping at Balboa Pier Parking Lot, to include providing a low block wall at the parking lot of the Corona del May State $ City Beach Park. DISCUSSION: During the final planning stages of the capital improvement project to put landscaping and athletic equipment in the Newport Pier area, it was determined by the City staff that the athletic equipment was neither needed nor desirable. Simultaneously, in discussions with the General Services Director, it was determined that the installation of a low block wall on the southerly and westerly sides of the ocean-front parking lot would greatly reduce the sand drift onto the parking lot during southwesterly winds. A similar low -wall installation was made at the Balboa Pier parking lot during reconstruction last year, and has already proven to be effective against sand drift and over the years will eliminate many manhours normally used for the removal of sand as a result of southwesterly winds. The General Services Director estimates that it costs between $150 and $200 each time the winds deposit sand on the Newport Pier parking lot and these winds occur as often as three to five times a year. There is a similar problem in Corona del Mar where sand drifts into the parking lot at the Corona del Mar State $ City Beach Park during these same south- westerly winds. A construction of a low wall in this area would greatly reduce the sand -drift problem at the Corona del Mar Beach. Sufficent funds are available in the two capital improvement accounts identified to complete these two installations; therefore, no additional monies are necessary. Your approval of the alternate use of these capital improvement project funds is recommended. HALL SEELY, HS :CCS:h Chairm G -3 **. MAIL TO iaura Lagios, City Clerk 3300 Newport Blvd. Newport Beach, Calif. 92660 18780 NOTICE OF COMPLETION PUBLIC WORKS BOOK 85855 PACE 3 RECORDED AT REQUEST OF an IR MEwror llt IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIF. 9:05 AM APR 26 1968 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: FREE C4 YOU WILL PLEASE TAKE NOTICE that on March 29, 1968 the Public Works project consisting of NP&gpnrt MPan Frnnt Parking Tnt (('_114 ) on which was the contractor, a was the surety, was c I, the undersigned, say. CITY OF NEWPORT BEACH 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 April 24, 1968 at Newport Beach, California. V ERIFIC ATIC I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on_April 22, 1968 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 April 24, 1968 at Newport Beach, California. �� May 6, 1968 Robert W. Lynwn 2333 Fast Coast Highway Corona del Mar, California 92625 Subject: Surety: United States Fidelity and Guaranty Co. Boards: Faithful Performance B Labor 6 Material Project: Newport Ocean front Parking Lot Improvenents Contract No: 1143 Gentlemen: The City Council on April 22, 1968 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 Notice of Completion has been filed. Notice of Completion was filed with the orange County Recorder on April 26, 1968, in Book No. 8585, Page 316. Please notify your, surety company that boards may be released 35 days after, recording date. Very truly yours, Lauma Lagios City Clerk City of Newport Beach ih cc: Public Works Department April 25, 1968 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Improvement of Newport Ocean Front Parking lot (C -1143) on which R. W. Lynn was the contractor and United States Fidelity and Guaranty Company was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach ih Encl. April 22, 1968 TO: CITY COUNCIL 14-3 FROM: Public Works Director SUBJECT: ACCEPTANCE OF IMPROVEMENT OF NEWPORT OCEAN FRONT PARKING LOT (C -1143) RECOMMENDATIONS: 1. Accept the work. 36 2. Authorize the City Clerk to file a Notice of Completion. e c t L _, 3. Authorize the City lerk to release the bonds 35 days ter, Notice of Completion s on has been filed. y / St`s DISCUSSION: The contract for the improvement of the Newport Ocean Front Parking Lot has been completed to the satisfaction of the Public Works Department, The bid price was: $25,657,60 Amount of unit price items constructed 25,947,68 Amount of change orders: - Total Contract cost: 25,947.68 Amount budgeted 1 26,657.60 The amount budgeted includes $1,550 from Account #26- 3297 -024 for the under - grounding of phone lines to the lifeguard tower. The increase in the amount of unit price items constructed was due primarily to an increase in the aggregate base quantity. This work was required to stabilize numerous soft areas discovered after removal of the existing pavement. There was also a small in- crease in the amount of sidewalk and curb removed on McFadden Place, The Contractor is R. W, Lynam of Corona del Mar, California. Engineering was by the Public Works Department, The contract date of completion was March 2, 1968. The work was substantially completed and the lot opened to traffic on February 26, 1968- A small amount of patching and clean -up remained and this was completed on March 29, 1968, Jose P h T. Devlin L2A31" Public Works Director GPD /I dg -_s Zenitb na CERTIFICATE OF INSURANCE TO: CITY OF NEWPORT BEACH NEWPORT BEACH, CALIFORNIA Employer ROBERT W.- ,LYNAM 700 ALEPPO NEWPORT BEACH, CALIFORNIA yyON'S COMPENSATION Policy No. DM 618744 Agena$OB PALEY ASSOC., INC. From: I#O�_-1 -67 Too �p +l -68 s THIS IS TO CERTIFY that we have issued to The above named employer a valid Workmen's Compensation insurance policy in a form approved by the Insurance Commissioner of the State of California. DESCRIPTION OF OPERATIONS COVERED ALL OPERATIONS OF THE ASSURED:�WHI.CH_AR,E COVERED UNDER OUR POLICY. JOB; IMPROVEMENT OF NEWPORT.00EAN FRONT PARKING LOT. - This policy shall not be canceled nor reduced in coverage until after ten. (101 days' written notice of such cancellation or reduction in coverage shall have 6een mailed to this, carfificafe holder. COUNTERSIGNED AT I NGLEWOOD ih;s 26TH day of JANUARY 1g 68 LSH. - ZENITH NATIONAL INSURANCE COMPANY yAOTHORIZED REPRESENTATIVE CC- "V • ,.itn. .. CC- WC-48 747 *0 ._ KabQ,{,t. ,. < ... .. w+ .._ r•.._.., affi .L ,a °. 1+ .i.ni r j -I _-O jA STANDARD FORMS BUREAU FORM 199 -EZ (Nov, 1957) ENDORSEMENT OpTEO ATTpCXEO TO POLICY MO. NAME OF INfiV RANGE COMPANY Q 1 -25 -60 AND PARTOFMINV 1CC -92919 United States Fidelity & Guaranty W. Lynam, 2333 E. Coast Highway, Corona Del Mar 1551EO TO Robert FNxX _,,,MAILING ADORE.., ❑ ❑ AOCNGY AT ❑ ❑ 414 ED Bob Paley & Assoc., Inc., Costa Mesa, Calif. t A4ENT COMMENCEMENT OF POLICY EXPIRATION OF POLICY EFFECTIVE DA F THIS ENDORSEMENT 9 -6 -67 9 -6 -68 1 -25 -68 AMOUNT OF INSURANCE PERILS j OLD RATE NEW RATE ADDITIONAL PREMIUM RETVRN PREMIUM y1'i ECE IT IS HEREBY UNDERSTOOD AND AGREED THAT THE o FNxX ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ IS CORRECTED OR CHANGED TO READ AS FOLLOWS City of Newport Beach, as Additional Insured. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, mat6rially changed, nor the amount of coverage thereof reduced, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage." APrPr'0 1EDACTQFORM Dated: 30II%4,) _ /' yCf CITY AT ORNEY lU_7J R _ ... ................._......_By.... .. .. t4E'Y b ASSOCIATES, INC. Insured ..... 17th Streot (P. G. ilaX 735) '44e10, Ce!lfornl" ....:........ ................... .... ... ..... ....... ... (714) 6 199 -EZ R 6 „ Nov. 1957 Mortgagee: oT'Payee 4Z -6,p00 *Not required unless policy is reduced or restricted by this endorsement. RECEIVED JAN 2 61968 PUBLIC WOW UAPT, Gen. 348 (10-66) UXUIF�Jj oij ri1JE1,11 i AND GUARAINFari C.01VIPAN i FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. BALTIMORE, MARYLAND Name and Address To Whom Issued CERTIFICATE This is to certify that the policies listed below, sub net to their terms, City of Newport Beach I OF conditions and exclusions, have C ity Hall hs been issued by the Company do.- INSURANCE Newport Beach, Calif. ignated below to the Insured named below, f"N Named Insured and Address Robert W. Lynam, 2333 E. Coast Highway, Corona Del Mar, Calif. ,w Policy Policy Limits of Liability Type of Insurance Number Term Bodily Injury Property Damage Workmen's Compensation Statutory 'rVJ $ '000 Each Person Employers' Liability $ 000 Each Accident $ Medical -Each Person Comprehensive Automobile $ 000 Each Person $ 000 Each Occurrence $ 000 Liability Comprehensive General $ 10 (),000 Each Person Liability 1CC-92919 9-6-67 $ z; () n,000 Each Occurrence $ 50 000 Aggregate Operations $ 50 000 to Including Blanket ❑Contractual 9-6-68 Aggregate Protective $ 50 000 Liability $ c; fl 000 Aggregate Completed $ 50 000 Operations -Products aj ]Manufacturers' and $ 000 Each Person Contractors' Liability $ 000 Each Occurrence $ 1000 ❑Owners', Land1rud.'rurd Aggregate $ 000 Tenants' Liability ICt $ 000 Each Person Completed Operations and Products Liability $ 000 Each Occurrence $ '000 & $ 000 Aggregate $ 000 Contractual Liab Liability $ 000 Each Person Y9 $ 000 Each Occurrence $ '000 $ '000 IFlAggregate Description and location of operations and automobiles covered: IrI job: improvement of Newport Ocean Front Parking lot it A The Company designated below will make every effort to notify the holder of this Certificate of any materi L: ,�..41 change in or cancellation of these policies, but assumes no responsibility for failure to do so. ]UUNITED STATES FIDELITY AND GUARANTY COMPANY B013 PAVY & �15",CfATFSI INQ t:�, 471 F. 17i.h ❑FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. (P- 0. Box 7!5) c0s:n 3 (714) Date 1-24-68 By— Gen. 348 (10-66) CONTRACT NO, 1143 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR 0 NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS APPROVED BY THE CITY COUNCIL ON THIS 27TH DAY OF DECEMBER, 1967 LAURA LAGI S0 ,'CJJY CLERK f.. PAGE I -A (SHEET I OF 2) CITY OF NE'nPORT BEACH CALIFORNIA NOTICE I;,,`VITING BIDS �.'-•J F+ILL BE RECEIVED AT THE OFFICE OF T:1E C;- -' CLERK, CITY I1ALL, NEWPORT.-BEACH, `,U:00 A. til., ON THE 16th DAY OF J`;' -'.::1 ry , ig68, AT WHICH TIME - THEY, WILL A,v ,'E .4D. FGP. PE RFORiv ING WORK AS FO__Gb;:,': NEWPORT OCEAN FRG,-`,"" PARKING LOT IMPROVEMENTS CONTRACT NO. 1143 ,.._ .,E CE I`J -'D ONLESS IT !S MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS "., :•:. _,.:> _-A- :1 BID hfUST BE ACCOMPANIED G. CAS:., CERTIFIED CHECK OR BIDDER'S BOND MADE :.ECiTY OF BEACH, FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE CO-ii! <.:. i'TS .,iC LJv' -D 1. T!i;N THE SEALED BIDS `,Ji11CH REQUIRE COMPLETION AND EXECUTION ARE j DES: a NA"i ION G SUS- CONTR.. ZTORS c._ - - IDDER'S DOND ICF dOti— COLLUSION AFFIDAVIT PtC:E - CONTRACT ORIs FI NANO IAL STATUS ::FFiXED %,ITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS .J Q:,: i::S .._n. -.L�° -.. -.= BIDDER. FGR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE OR ASSISTANT SECRETA.' ARE REQUIRED AND THE CORPO ":ATE SEAL SHALL BE -0 Al-3— REQUiR;NG SIGNATURES. IN THE CASE OF A PARTNERSHIP, THE SIGNATURE G_NLr. e',L PARTNER iS REQUIRED. SE CO:i ?:.'2H :D Gi 7'r.E SAS!S OF THE EINGINEERrS ESTIMATE. THE ESTIMATED QUANTI- -.. -� Y, SE,NNG GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS. _D' FF;OA A CONTRACTOR VII-10 HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE ACC i20'.'tS „n,., C•P ;R 9� DtlVISi ON +1i OF BUSINESS AND PROFESSIONS` CODE• THE CONTRACTOR Nl.fSBER AND CLASSIFICATION IN' THE PROPOSAL. ..r_., 'F:O•d:SlC- ..'::>., ✓:ND CONTRACT OOCU >;ENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE- .-..,,-:.,L.. C 'EEACH, CALIFORNIA., AT NO COST TO LICENSED CONTRACTORS. A NON- .._.: 2.30 \” LL BE REQU I P,ZD FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND .. ...........: D .:...9Z V'iS rte,: CT.?ERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND B_` =D WITHIN 2 WE-KS AFTER ._ BID OPENING. %2,00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH ;>_....,H RESERVES THE RIGHT TO REJECT ANY OR ALL RIDS AND TO WAIVE ANY .. '..• S�Cr. �� ADS, .. _... :..__._ PI-'v' ✓iS IONS OF SECTION 17j0 OF THE LABOR .ODE, THE CITY COUNCIL OF XAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES IN C; ...:. ... "_:.._::. ,:: 4'.�., 71`I liOeiK !S TO BE PERFORi,':ED FOR EACH CRAFT OR TYPE OF WORKMAN OR •_._�.. _. -; - _ -.� CONTRACT A. HAS SET FORTH HESE IT�gS !N RESOLUTION NO. 6519 ...__....... _ , _ _.._C�:_ iH.. c _ .: v,, C:- S_'D IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT PAGE 16 p .i!,i F01-1-01/INO IS THE SCHEDULE OF PREVAILING WALE RATES2 19966-67o FOR,*— !Vir LIST OF CLASSIFICATIONS. TOGET HER WIT);'7HE INFORMATION INCLUDED.IN ZCt'* 'X , 6519 i= THIS SCHEDULE 13 TO CONSIDERED A PART or THESE-'... el. r_ PREVAILING WAGE RATES - l9bb-o( (SELECTIVE LISTING). % JG U RN E: M A N .7 Z RAL 0,-; CONSTRUCTION ;i.;_7 RAKER G. IRONER C!!A5ZR 0. ALL N04 -METALLIC PIPE i ­T 1 ONS JACK HAMMER0 PNEUMATIC TOOLS] ORILLEP.) 0: A lNG 'EINGINEERS AND ZIGNALMAN (GROUP 1) !LE:ss 3/4 YD-) (GROUP 2) CHAINMAN (GROUP .3) (CROUP ( GROUP 5 OPERATOR. (GROUP 5) OPERATOR (GROUP 6) uci,, D.F :;vzR (LESS THAN 4 YDS) *."EUCK DRIVER (25010 GAL. TO 4000 GAL.) l_,;DN..t.`,T;;UCTi ION TRADES STONE MASON -T%; C i AN i VC,jrNEYNAN WIREMAN I Ll%'c —F. i T S jD'URNZY.MAN - SPRAY LV1166 I -1/67) _ (5/ 4.83 4: 6o 4.84 3.70 3.91 3:70 78 01 4-315. (7/1766) 4 4.b2 4.86 4.97 5' : 16 5.26, (5/1/66) 4-3 4-53 5 (5/i�L66) 5-15 E 66 llil/ 4/ 16 6 8� � N, (77 /175 66) 5.22 5.55 �: o,16 3.85 x:99 4.4445 67) 4.77 5.01 5.12 5,31 5:�l 5 1 (5Z1 /61) 4 0 4:653 (5LL6il 5.15. 6 1) 55 .59 - 5.33 5-64 OMITTED NEEZIN SHALL BE THE.PREVAILING CRAFT RATE, 7`.;NDAY AND NCLiDAY -RATES ARE AT PREVAILING CRAFT RATES. CITY Or" NEWPORT BEACH, CALIFORNIA LAURA LAGIOS, CITY CLERK • PR1of3 CITY OF NEWPORT BEACH NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS CONTRACT N0, 1143 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: The undersigned declares that he has carefully examined the location of the work, has ex- amined the Plans and Specifications, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services necessary to do all the work required to complete Contract No. 1143 in accordance with the City of Newport Beach Drawing No. T- 5009 -S, consisting of two sheets, the City Standard Drawings and Specifications, and the Special Provisions, and that he will take in full payment there- for the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 28,000 Remove Existing pavement and pre - square pare subgrade feet @ no Dollars and Cents $ 0.07 $1.960.00 Per quare Foot 2. 600 Tons Construct 4" Aggregate Base @ 1~gree Dollars and Cents $ .4_03 $ 1.818.00 er on 3. 1,100 Tons Construct Asphalt Concrete Pavement @ Six Dollars and Cents $ 6.84 $1,524.00 Per orf 4. 320 Square Construct 8" Thick P.C.C. Driveway Feet Approach @ no Dollars and Cents $ OJS $ 249.60 er uar oot 0 PR2of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 525 Lineal Construct Type "B" Curb (6" Curb Feet Face) Per CNB STD -102 -L @ One Dollars and Fifty -five Cents $1.55 $ 813.75 Per Lineal Foot 6. 5,000 Construct 4" Thick P.C.C, Sidewalk Square Feet @ no Dollars and Fifty Cents $ 0.50 $2,500.00 Per Square Foot 7. 8 Each Sawcut and Remove 4' x 4' Sections of Existing concrete sidewalk for Tree -wells 11 :7 10 11 @ Twenty Dollars and no Cents $ 20.00 $160.00 60 Cubic Furnish and Place Topsoil Yards @ Five Dollars and Fifty Cents $ 5.50 Per Cubic Yar A 330.00 130 Construct modified Type "A" Curb and Lineal Gutter (6" Curb Face) Feet @ Two Dollars and no Cents $ 2.00 $ 260.00 Per Lineal Foot 1000 Square Construct 4" Thick P.C.C. Sidewalk Feet with Cutoff Walls @ no Dollars and Seventy Cents $ 0.70 $700.00 Per Square Foot 135 Square Construct 6" Thick P.C.C. Driveway Feet Approach @ no Dollars and Fifty -Five Cents $ 0.55 $ 74.25 Per Square Foot PR3of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12, 825 Lineal Construct Monolithically, Modified Feet Type "A" curb and gutter (variable curb face), 6' wide -4" thick P.C.C. sidewalk with 18" deep cutoff wall, & 4" PVC pipe drains @ Seven Dollars and no Cents $ 7.00 $ 5.775.00 Per Lineal Foot 13. 30 Square Construct 4" Thick P.C.C.. Splash Pads Feet @ One Dollars and Ten Cents $ 1.10 $34.00 Per Square Foot 14. 1 Each Furnish and Install Service Per CNB STD @ Two hundred no Each 15. Lump Sum Furnish and Install Standard 2" Water -513 -L Dollars and Cents $ 200.00 $ Sprinkler System @ Nine hundred Dollars and no Cents $ 900.00 $900.00 LURID Sum 16. Lump Sum Construct 1" Telephone conduit in- cluding trenching and boring @ One thousand Five hundred fjfty Dollars and no Cents $1.550.00 $i. son- no Lump Sum 17. 54 Each Install Parking Meter @ Fifteen Dollars and no Each Cents $15.00 $810_n0 TOTAL PRICE WRITTEN IN WORDS Twenty five thousand, six hundred fifty seven Dollars TOTAL and sixty Cents $ 25,657.60 ?e7A67 • ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK, AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT.PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE N0. 99A3AF CLASSIFICATION A ACCOMPANYING THIS PROPOSAL IS CASH, CERTIFIED CHECK, CASHIER'S CHECK OR BOND IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. PHONE NUMBER .1An1111r"'_ "' DATE Robert .B 0 R'S NAME (SEAL) UTHOR I Z D I I.NATURE AUTHORIZED SIGNATURE Pnwnna tlal Liiw BIDDER'S ADDRESS TYPE OF G NIZATION (INDIVIDUAL, CORPORATION, CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CO-PARTNERS IF A CO- PARTNERSHIP: • 0 PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUBCONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF THE CITY ENGINEERS AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB- CONTRACTOR ADDRESS 1.-4.5.6.9 10.11.12.13 F.J. Harkey 1501 N. Hayser, Santa Ana, Calif. 2. 14 Dale Casada Anaheim 3 4. 5• 6. 7• 8. 9• 10. II. 12. Robert W. Lynam BIDDER'S NAME (s) bLygl AUTHORIZED SIGNATURE Individual TYPE OF ORGANIZATION (INDIVIDUAL, COPARTNERSHIP OR CORPCRATION) 2333 East Coast Highway Corona del Mar, California ADDRESS r 0 PAGE 4 (FOR NRPPIDDEE'Sa TOACCOMPAYROOW KNOW ALL MEN BY THESE PRESENTS) THAT WE, Rnhert W. lvynam , AS PRINCIPAL, AND Ilnited Ctates Fidelity And Guaranty rampang , AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF ten parcent of amount bid DOLLARS ($ Inx ), 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 PRINCIPAL FOR THE CONSTRUCTION OF Newport Ocean Front Parking Lot Improvements (Contract Nn_ 1143) IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE - INVITING BIDS" WITHIN TEN (IO) DAYS (NOT INCLUDING SATURDAY AND SUNDAY).FROM THE DATE OF THE MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. 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, WE HEREUNTO SET OUR HANDS AND SEALS THIS _ DAY OF January ' 19-s&° �- CORPORATE SEAL (IF CORPORATION) RINCIPAL (ATTACH ACKNOWLEDGEMENT OF 2333 E Coast Higbway ATTORNEY IN FACT) Comm do! Afar -, U l i for -►lam -- Witsd SURETY BY (c) RohertK paleg Robert K. Paley TITLE Attnrnex- in_fart Twel 0 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT 0 PAGE 5 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED jams army 77, 109A HAS AWARDED TO Rehert.W_ I )nwm , HEREINAFTER DESIGNATED AS THE "PRINCIPAL" A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. 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, PROVENDER, OR OTHER SUPPLIES OR TEAMS 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, ',;E Robert W. I.vnam AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND United States Fidelity & Guarnty Company AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF 80/100 - -- SAID SUM BEING ONE —HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT - BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE 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 PERSON OR HIS SUBCON- TRACTORS' FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE 1ATT'O1RNEY'S FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. • • PAGE 6 LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE 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 CHANGES EXTENSION OF TIMES ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR 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 t!m SURETY ABOVE NAMED, ON THE 23rd DAY OF January , 196 _8- APPROVED AS —T7O FORM: V,— CI ATTORN (SEAL) (SEAL) (SEAL) CONTRACTOR, ',I _SEAL) (SEAL) eL SURETY United States Fidelity 5 Guarnty Como'any Robert K. Paley, Attorney in fact. THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON ATE ATTEST: CITY CLERK ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF__Califo_rnia COUNTY OR CITY OF____ mange --- ------- }ss: Before me, a Notary Public, personally came_ —_ Robert R. Paley known to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa- ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board of Directors, and that the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. Given under my hand and seal this__ —_ ?4th___________day of__ -__ January - - - - -- -- 19_6 8 "iA Notary Public. `�My Commission expires-- --- --- -- - -- - -- '- - -- ; : i r i�-d. aye «avi My Commission Expires July 21, 1970 °'� • • PAGE 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTEp janUdPy -22, p68 HAS AWARDED TO -Robert W , ,,Amm , HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED THE TERMS THEREOF REQUIRE THE FURNISHING SAID CONTRACT; OR IS ABOUT TO EXECUTE SAID CONTRACT AND BOND FOR THE FAITHFUL PERFORMANCE OF NOW, THEREFORE, WE, Robert W. Lynam AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND United States Fidelity & Guarnty Company AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF Twelve `Phmieand Fiaht Hiindrpd rrwpnty Fight & DOLLARS ($ 12.82$,80 ), 80/100 --- SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS) AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD -� MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE- SENTS, THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING, AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN�THIS OBLIGATION SHALL BECOME NULL AND VOID$- OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. (PERFORMANCE BOND - CONTINUED) • PAGE 8 AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION 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 CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT 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 ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY RECUT ED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF 196! SEAL) (SEAL) : "� [ ^r ✓��•.� �'T•�.••.. (SEAL) CONTRACTOR (SEAL) 4- (SEAL) SURETY United States Fidelity & Guarnty Comnany Robert K. Paley, Attorney in fact APPROVED AS TO FORM: Cifry ATTOR y- ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF_ California___________ COUNTY OR CITY OF —___ grange _________ ss: Before me, a Notary Public, personally came_ —__ Robert K. Paley known to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa- ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board of Directors, and that the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. 24th Januray 68 Given under my hand and seal this____ _________.__.day of ____�___�__________________, 19__ —_. .,.,®.� 3 r.C' , S My Commission L, rod. 676 (0.67) My Commission Expires July 21, 1970 Notary Public. • PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESL%T AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY OF THEME 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 THEME 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 AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE- MENT 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 AT- TACHED 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 CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL- MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR 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 CONTRACTS NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAY, DELIVER TOE OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID. s ) RObert w. Lynam SUBSCRIBED AND SWORN TO BEFORE ME BY THIS °:5th DAY OF 196. MY COMMISSION EXPIRES: • PAGE 10. BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY. EXPERIENCES SKILL) AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. City of Newport Beach (Under former partnership in E.L. White Company) City of Avalon U.S. Navy - Long Beach Naval Shipyard. (s) Robert W. Lynam SIGNED 0 0 PAGE II C O N T R A C T� THIS AGREEMENT, MADE AND ENTERED INTO THIS % G(n, DAY OF , 196 , BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREIN FTER DESIG ATED AS THE CITY, PARTY OF THE FIRST PART, AND Robert Y Lynam HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. 2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSS AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREE- MENT. ?171671 1101 • PAGE 12 5- PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIAS THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY2 THE DIRECTOR OF PUBLIC WORKS2 AND THEIR OFFICERS AND EMPLOYEES) FROM ALL CLAIMSS LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KINDS NATURE, AND DESCRIPTIONS DIRECTLY OR INDIRECTLY ARISING FROMTHE''PERFORMANCE OF THE CONTRACT OR WORKS REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS LOSS, DAMAGE, INJVRY2 AND LIABILITY, HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACTS REGARDLESS OF RESPONSISIL'ITY FOR NEGLIGENCE. IN WITNESS WHEREOFS THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. CITY OOFF�NEEWWWPPO"RTT BBEAC a ALIFORN AYOR ATTEST: 2 - CITY CLERK CONTRACTOR ITLE TITLE APPROVED AS TO FORM: i ITY ATTOR E (SEAL) INDEX TO SPECIAL PROVISIONS L. SCOPE OF WORK II. CONDUCT OF WORK III, COMPLETION OF WORK IV. SCHEDULE OF WORK V. TRAFFIC CONTROL VI. CONSTRUCTION SURVEYS VII. PAYMENT VIII. GUARANTEE IX. EXISTING TRAFFIC SIGNS AND MARKERS X. NOTIFICATION TO RESIDENTS AND BUSINESSES XI, PROTECTION OF IMPROVEMENTS AND UTILITIES XII. UNFORESEEN DIFFICULTIES XIII. WATER XIV. EARTHWORK A. Pavement Removal and Subgrade Preparation B. Trench Excavation and Backfill XV, PORTLAND CEMENT CONCRETE A. General B. Payment XVI. AGGREGATE BASE XVII. ASPHALT CONCRETE A. General B. Placement XVIII. TOPSOIL XIX. PARKING METERS PAGE 1 1 1 1 1 2 L N 3 3 3 3 3 z 4 a 4 5 5 6'1 5 5 6 6 INDEX TO SPECIAL PROVISIONS (Cont'd) XX. UNDERGROUND TELEPHONE CONDUIT A. General B. Payment XXI. SPRINKLER SYSTEM A. General B. Payment PAGE 6 6 6 7 7 7 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS CONTRACT NO. 1143 I. SCOPE OF WORK The work to be done under this contract consists of reconstructing and resurfacing the parking lot pavement, constructing curb and gutter and sidewalks, constructing concrete driveway approaches, constructing planters for landscaping, installing underground conduit, and installing a sprinkler system. The work requires all labor, equipment, transportation and materials necessary to complete all the work as shown on the City of Newport Beach Drawing No, T- 5009 -S consisting of two sheets, and in accordance with the City of Newport Beach Standard Drawings and Specifications and these Special Provisions. II. CONDUCT OF WORK The Contractor shall maintain the job site in a neat and orderly condition at all times, Excess spoil, debris, and broken pavement must be immediately removed from the job site. The site must be returned to an orderly condition as approved by the Engineer as soon as the work is completed. The cost of all removal and cleanup work shall be included in the unit prices bid for the various items of work and no separate compensation will be made therefor. III- COMPLETION OF WORK The Contractor shall complete all work on the contract within 40 calendar days after award of the contract by the City Council, Award is estimated to be made on January 22, 1968, IV. SCHEDULE OF WORK The Contractor shall meet with the Engineer prior to construction to schedule the work and to discuss phases of the project affecting public convenience. V. TRAFFIC CONTROL Traffic flow shall be maintained or restricted as specified below for each portion of the work area: A. Parking Lot 1. Northerly part between Sta. 2 +00 and Sta. 10 +00 - open to traffic except for minimum period of time required for placing of asphalt concrete leveling course and 1" cap. 0 0 SP 2 of % 2. Westerly part up to Sta. 2 +00 - may be closed to through traffic during construction. 3. Southerly part between Sta. 2 +00 and Sta. 5 +50 - may be closed to through traffic during construction, 4. Southerly part between Sta, 5 +50 and Sta. 10 +00 - open to through traffic except for placing of asphalt concrete leveling course and 1" cap. B. Intersections 1. McFadden Place and 22nd Street - open to traffic except for placing of 1" asphalt concrete cap and asphalt concrete leveling course. 2. 21st Place and 23rd Street - may be closed to through traffic during intersection construction. Barricades, signs, warning devices, and flagmen must be employed as necessary to insure the public safety at all times. When the intersections of 21st Place and 22nd Street, and 23rd Street are closed to through traffic, a sign and barricades indicating this condition shall be placed at the intersection of each of these streets with Balboa Boulevard. Pedestrian access shall be maintained to businesses between McFadden Place and 22nd Street except for minimum period of time required for placing of new 4" thick P.C.C. sidewalk. VI. CONSTRUCTION SURVEYS Grades and lines will be set by the City. The Public Works Department shall be notified 48 hours in advance when grades or lines are required. VII. PAYMENT The prices bid for the various items of work shall include full compensation for all materials and labor necessary for construction of the items complete in place. Pay- ment for incidental items of work not separately provided for in the proposal shall be included in the price bid for other items of work. Where applicable, the prices bid for items of new construction shall include removal and disposal of the existing improvements. The Contractor shall balance his costs (labor, materials, overhead, profit, etc.) evenly among the unit prices bid for the various items of work. The City reserves the right to delete any proposal item in its entirety (in particular, Proposal Item No.'s 7, 8, 15 & 17) without renegotiation of the remaining bid items, if the total bid price exceeds the funds available. VIII. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the contract by the City Council, all materials and workmanship against any defects whatso- ever, including trench and pavement settlement. Any such defects shall be immediately repaired at the Contractor's expense. SP3of7 IX. EXISTING TRAFFIC SIGNS AND MARKERS All traffic signs and markers that interfere with the work in this contract, whether shown on the Plans or not, shall be either (1) protected in place, or (2) removed, salvaged, and reinstalled by the Contractor in a manner and location designated by the Engineer. The cost of protecting or replacing traffic signs and markers shall be included in the various items of work and no separate compensation will be made therefor. X. NOTIFICATION TO RESIDENTS AND BUSINESSES The Contractor shall distribute to each affected residence and business a written notice forty -eight (48) hours in advance of commencing any construction work that will involve temporary inaccessibility to their properties. Said notice shall state when his operations will start and approximately when they will end. XI. PROTECTION OF IMPROVEMENTS AND UTILITIES The Contractor shall be responsible for the protection of all existing improvements adjacent to the work, such as store fronts, sidewalks, drain pipes, plantings, etc. located on either public or private property. If any improvements are removed or damaged, other than those designated for removal on the drawings, then such improve- ments shall be replaced in kind at the Contractor's expense. The exact location of utilities shown or not shown on the Plans shall be verified in the field at the time of construction. The Contractor shall request each utility company to locate their underground lines prior to commencing work. The City does not guarantee the presence or absence of utilities in any location. XII. UNFORESEEN DIFFICULTIES Should unknown conditions, subsurface or otherwise, be discovered during the progress of the work, the City shall be notified immediately. The City will then make a determination as to whether these conditions constitute extra work and so notify the Contractor in writing within 48 hours. XIII. WATER The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work and as set forth in Section 10 -11 of the Standard Specifications. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchases by contacting the City's Utilities Super- intendent, Mr. Tom Phillips, at (714) 673 -2110, Ext. 74. XIV. EARTHWORK A. Pavement Removal and Suborade Preparation The work to be done under this item shall conform to Section 10 of the City Standard Specifications. The removal of all existing asphalt concrete pavement as shown by the cross - hatched area on the Plans and the preparation of the subgrade in the same area shall be included in the unit price bid for this item of work. The costs of removing the existing wooden guard rail and 6" wheel stop header, removing the existing concrete median between Stations 1 +61 and 1 +82, removing the existing sections of concrete • 1 • • SP4of7 curb and sidewalk at the easterly end of the parking lot, and removing and sal- vaging the parking meters along the southerly edge of the parking lot shall be included in the unit price paid for this item of work. Salvaging of parking meters shall include knocking off the existing lump of concrete on the bottom of the parking meter post. The Contractor is cautioned to handle the parking meters carefully and store them safely. Any parking meters lost or damaged as a result of the Contractor's operation shall be replaced or repaired at the Contractor's expense. A pavement breaker or other acceptable method may be used for removal of existing asphalt concrete. The broken edge shall be kept smooth as possible. Existing concrete curb and sidewalk sections to be removed shall be sawcut at the first score line at or beyond the planned joint or removed to the nearest existing expansion joint. B. Trench Excavation and Backfill The Contractor's pavement removal, excavation, and backfilling operations shall conform to Section 16 of the City Standard Specifications. When excavating near landscaped areas, existing curbs, sidewalks, street light conduits, and other improvements, special care shall be taken to leave these improvements in a condition acceptable to the Engineer. If damage occurs to these improvements as a result of the Contractor's operations, he shall replace them at his own expense. Trench compaction shall be achieved by the use of water and /or whatever supple- mentary means are necessary, such as vibratory compactors or rollers, mechanical tampers, concrete vibrators, etc., to achieve a uniform relative compaction of not less than 95% and to positively prevent any trench settlement. Payment for trench excavation acid backfill shall be included in the unit price bid for the various items of work and no separate compensation will be made therefore. Xv. PORTLAND CEMENT CONCRETE A. General Portland cement concrete for curbs, gutters, sidewalks, and driveways shall be Class B, lz" gradation conforming to Section 13 of the City Standard Speci- fications. Construction of Portland cement concrete curbs, gutters, sidewalks, and driveways shall conform to Section 15 of the City Standard Specifications. Attention is directed to sawcutting existing improvements as described in Section 15 -03. Weakened plane joints may be formed by the placement of a polyethylene plastic joint material such as "quick joint ", or equal. All new concrete placed shall be immediately barricaded and no vehicular traffic will be permitted thereon until the expiration of at least seven (7) days after curing, as described in Section 13 -08 of the Standard Specifications, has commenced. At least three (3) days shall elapse from the time the concrete is placed before any mechanical tamper, spreader, or finisher which will be supported by the edge of the new pavement may be operated in adjacent areas. Pedestrians will be permitted on new concrete after 24 hours of curing has elapsed. XVI XVII 0 B. Payment SP 5 of 7 1. The unit price bid for Proposal Item No. 4 shall include the cost of re- moving the existing concrete pavement and preparing the subgrade. 2. The unit price bid for Proposal Item No. 5 shall include the cost of re- moving the existing curb or sidewalk where applicable and preparing the subgrade. 3. The unit price bid for Proposal Item No. 6 shall include the cost of re- moving the existing concrete sidewalk, removing and salvaging the existing parking meters, protecting, preserving, and adjusting existing roof drains, preparing the subgrade, constructing block -outs for tree -wells and parking meters, and adjusting utility boxes and miscellaneous structures to grade. 4. The unit price bid for Proposal Item Nos. 9, 10, 11 and 13 shall include the cost of preparing the subgrade. 5. The unit price bid for Proposal Item No. 12 shall include the cost of the reinforcing steel and dowels as shown in the details on the Plans, the widening of the section from about Station 9 + 80 to 9 + 90, furnishing and installing the 4" diameter polyvinyl chloride (PVC) drain pipes, and providing the 12" x 12" block -outs for parking meters. AGGREGATE BASE All aggregate base to be furnished and placed in this project shall be in conformance with Section 11 of the City Standard Specifications. ASPHALT CONCRETE A. General All asphalt concrete to be furnished and placed in this project shall be in conformance with Section 12 of the City Standard Specifications with the following exceptions: (1) the mineral aggregate shall be 3/8 inch maximum - medium instead of 1/2 inch, and (2) the asphalt concrete leveling course may be spread and com- pacted in layers exceeding 0.17 feet in compacted thickness. The unit price bid for asphalt concrete shall apply to the asphalt concrete to be placed (1) on aggregate base, (2) as a leveling course, and (3) as an overlay. The unit price bid shall also include the cost of furnishing and placing the prime coat or paint binder as applicable in the various areas. B. Placement The asphalt concrete leveling course shall be of variable thickness and may be blade -laid. All other asphalt concrete shall be placed with an asphalt paver approved by the Engineer. The leveling course shall fill in low areas and smooth out uneven areas in such a manner that placement of the 1" thick asphalt concrete overlay will result in a smooth, even surface constructed to the elevations given on the Plans. SP 6 of 7 XVIII. TOPSOIL The topsoil to be furnished in this project shall be placed in the treewells along the northerly side of the parking lot and in the planter areas at the westerly end of the parking lot. The topsoil shall be placed at a depth as shown in the details on the Plan. The unit price bid for furnishing and placing the topsoil shall include the cost of any necessary excavation as well as spreading, leveling, and breaking up all lumps and clods. Topsoil shall consist of fertile, friable soil of loamy character, and shall con- tain an amount of organic matter normal to the region. It shall be obtained from well drained arable land and shall be reasonably free from subsoil, refuse, roots, heavy or stiff clay, stones larger than one inch in diameter, coarse sand, noxious weeds, sticks, brush, litter, and other deleterious substances. Topsoil shall be capable of sustaining healthy plant life. The topsoil to be used shall be approved by the City Parks, Beaches, and Recreation Director before placing. XIX. PARKING METER INSTALLATION All parking meters removed and salvaged under other items of work shall be reinstalled under this item of work. Installation shall be in the 12" x 12" block -outs provided in other items of work. The parking meter posts shall be encased in concrete approx- imately 18" deep and 12" in diameter. The top of the concrete encasement shall be placed flush with the adjacent concrete and completely fill the 12" x 12" opening. The finished surface shall be similar to the adjoining concrete surfaces. The unit price bid for installation of each parking meter shall include all associ- ated costs and shall be applicable to the reinstallation of the two parking meters in the new planter area at the westerly end of the median. XX. UNDERGROUND TELEPHONE CONDUIT A. General The installation of the underground telephone conduit shall conform to the details shown on the Plans. All metallic materials shall be galvanized and the 1" dia- meter steel pipe conduit shall be double galvanized. A #12 galvanized pull wire shall be furnished and installed in the conduit. The Pull wire shall be securely fastened at both ends to prevent it from slipping back into the conduit. Trench excavation and backfill shall conform to Section XIV of these Special Provisions. Trench resurfacing shall be 4" thick P.C.C. in sidewalk areas, 4" thick asphalt concrete in the alley and 6" thick asphalt concrete in the parking lot. Conduit shall be pushed or bored under curbs and under the parking lot median. The Contractor shall be responsible for protecting and working around utility service lines, roof drains, etc. that will be encountered when trenching for the underground conduit installation. B. Payment The lump sum price bid for furnishing and installing the underground telephone conduit shall include all associated costs such as trenching, boring, resurfacing, conduit couplings, condulet, 3" galvanized steel riser pole, #12 pull wire, #3,,Brooks pullbox, and any other incidental items of work necessary for construction of the underground telephone conduit complete in place. XXI. SPRINKLER SYSTEM A. General 0 SP7of7 The plastic pipe and fittings to be furnished and installed in this project are generally limited to those areas receiving major surface improvements, and is intended as a partial sprinkler system only. All plastic pipe shall be extruded from 100% virgin polyvinyl chloride (PVC) Type II, Class 2110, Schedule 40 as manufactured by Lasco Industries, or an approved equal. All plastic pipe shall be continuously and permanently marked with the following information: manufacturer's name, the date the pipe was extruded, nominal pipe size, PVC 2110, SDR (Standard Dimension Ratio, or the pressure rating in P.S.I.) N.S.F. All plastic fittings shall be PVC II, IPS, Schedule 40, N.S.F. as manufactured by Lasco Industries or Sloane Manufacturing Company, or equal. Solvent shall be No. 793 as manufactured by Industrial Polychemical Service Company, or equal. A 1z" x 1z" x 2" tee section shall be furnished and installed in each of the treewell block -outs in the new sidewalk between McFadden Place and 22nd Street. All tees and pipe ends shall be securely plugged to prevent any foreign material from entering the pipe. The PVC pipe to be installed shall have a minimum cover of 18" under sidewalks and 30" under street sections. PVC pipe under street sections shall be encased in 6" of concrete. Trench excavation and backfill shall conform to Section XIV of these Special Provisions. Trench resurfacing shall be 6" thick asphalt concrete in the parking lot, Pipe shall be bored or pushed under curbs and under the parking lot median. The exact location of the sprinkler lines shall be determined in the field. Existing street lights, utility lines and boxes, etc. will require adjustment of the alignment. B. Payment The lump sum price bid for furnishing and installing the various sized sections of plastic pipe for the sprinkler system shall include all associated costs such as tees, elbows, crosses, plugs, trenching, boring, encasement, resurfacing, and any other incidental items of work necessary for construction of the sprinkler system complete in place. • • PRIof3 CITY OF NEWPORT BEACH NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS CONTRACT NO, 1143 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: The undersigned declares that he has carefully examined the location of the work, has ex- amined the Plans and Specifications, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services necessary to do all the work required to complete Contract No. 1143 in accordance with the City of Newport Beach Drawing No. T- 5009 -S, consisting of two sheets, the City Standard Drawings and Specifications, and the Special Provisions, and that he will take in full payment there- for the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 28,000 Remove Existing pavement and pre - square pare subgrade feet @ Dollars and Cents $ $ Per Square Foot 2. 600 Tons Construct 4" Aggregate Base @ Dollars and Cents $ $ Per Ton 3. 1,100 Tons Construct Asphalt Concrete Pavement @ Dollars and Cents $ $ Per Ton 4. 320 Square Construct 8" Thick P.C.C. Driveway Feet Approach @ Dollars and Cents $ $ Per Square Foot Per Square Foot • PR2of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 525 Lineal Construct Type "B" Curb (6" Curb Feet Face) Per CNB STD -102 -L @ Dollars and Cents $ $ Per Lineal Foot 6. 5,000 Construct 4" Thick P.C.C. Sidewalk Square Feet @ Dollars and Cents $ $ Per Square Foot 7. 8 Each Sawcut and Remove 4' x 4' Sections of Existing concrete sidewalk for Tree -wells @ Dollars and Cents $ $ Each 8. 60 Cubic Furnish and Place Topsoil Yards @ Dollars and Cents $ $ Per Cubic Yard 9, 130 Construct modified Type "A" Curb and Lineal Gutter (6" Curb Face) Feet @ Dollars and Cents $ $ Per Lineal Foot 10. 1000 Square Construct 4" Thick P.C.C. Sidewalk Feet with Cutoff Walls @ Dollars and Cents $ $ Per Square Foot 11. 135 Square Construct 6" Thick P.C.C. Driveway Feet Approach @ Dollars and Cents $ $ Per Square Foot PR 3 of 3 ITEM QUANTITY ITEM DESCRIP ?ION UNIT TOTAL N0, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. 825 Lineal Construct Monolithically, Modified Feet Type "A" curb and gutter (variable curb face), 6` wide -4" thick P.C.C. sidewalk with 18" deep cutoff wall, & 4" PVC pipe drains @ Dollars and Cents $ Per Lineal Foot 13. 30 Square Construct 4" Thick P.0 C. Splash Pads Feet @ Dollars and Cents $ Per Square Foot 14, 1 Each Furnish and Install Standard 2" Water Service Per CNB STD -513 -L @ Dollars and Cents $ Each 15, Lump Sum Furnish and Install Sprinkler System @ Dollars and Cents $ 16. Lump Sum Construct 1" Telephone conduit in- cluding trenching and boring @ Dollars and Cents Lump Sum 17, 54 Each Install Parking Meter A @ Dollars and Cents $ TOTAL PRICE WRITTEN IN WORDS Dollars and R TOTAL 1 K 3 4 5 6 7 8 9i 10 11 12' 13 14 15 16 17 181 19 20: 21 22 23 24 ! 251 26i 27 28 29 30 31 32 1 (12) . ,* RESOLunn got 6694 A RESOLUTION OF THR+ Z COUNCIL OF THE CITY OF MWORT BEACH AWUDZWG A COACT FOR THE MOM 00W n=T 'PARluns LoT (connJ NO. •1143) . WHEERrA$', pursuant to the notice luviting bids for work C;Onelatlng of the Seaport Ocean Front parking lot improvements, in accorda40e with the plats and specifications heretofore adopted, bids were reasivad on the 16th day of January, 1466, and publicly OPOM d and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Robert W. Lynam; NOW,, 2M E, BE IT RESOLVED that the bid of Robert W. Lynam in the amount of $25,657.60 be accepted and that the Contract for the construction work be awarded to said bidder. BE rP FURTHER RESOLVED that the Mayor and City Clerk are hereby authorised and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport leach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADO?TED this 22nd day of January , 1968. mayor ATTEST: k F p c 9 r a vj rC''k _,1i3 s<+ r c, s ✓> a - +E {_ I .CCS �-%�, 1y t 4sa +, _SI T *.y�h .�n fi� y °t,`Sf .��.• f �� f. � s'P»..4 fq' ie v ky, id•, �"P� ix f rF✓*}. rr 12, I< •>f + '4-�' e3 r r «±,x 9 S7 �rx x f t s y�p rw YX41i t i) fkd,.g � / t ('4PlY��V i+B JAk..$ i+k }"/. Y ) �eR- f :•I�ly Pm N!:l r 4 _I.sF { .... ar��Y. �t.i4 •5 fir. j h "'Auk, 'w ktip `4 f k �} t,.a � -ddn' ]Q � �j': ak a la, � i 1 � �../ � W •rtk fyN, -f ki i p� •serer rY" t Iw �. � d .i,.l 3a t'v,r y� j Y �, Fap- r��'y� €krp, �fK✓ day,'�x ,,F h,�6�: 1 �, n +Q' 3 '�"r r -I �} ��� t 9r R .Jf! �' d q. ` 6 ��,,,,��33 ' p[�y��{,�j. f, p y 9 �yy <J( } j y ; �� � •� . S �YZi Iy1lV� i" p.y >' ��/ {GYP ii �R •mNR" . °Y'��f5 t� �� �� �2Xi ale .� y�,�6 Yif � �i�rs� � ft �` �k f t 1 F .. i y T.• 3 *OW. '� •F9'�' e.X• �' ✓� �.r 'l.-- �"�t€..3y 3`i }4'xr v".'�,rrti` j'�"r +� v�,. tF•r�� )� €� �� � 5' 1 ... � �-" `�iy \i�l�1n'.`�4{ §.� IFY�A�rY��31` W�u� ✓�rvY.6�}'R 'qi+k= 0€4R�/ �I f � ; a a`.e � € .n >.,�y . SF +5.t. rt +. ss S �, a }��y Ya'✓� ,� t ¢y w v 40k' a*OAA }.,t r .d� �'� � : s°srro ¥�+C"i't•a i � c � `'dY, ��.'t'nl"X .. .'. �vA i ytiii'' [A Y 1x C F3 Y r Vs I ]' Yf�. y r ey.,,...'S.'xY.rews*•< ~z dR.4 6 ° v f ° �, '° +v ryr- s rf_%, ' t �_F .. 5 r i Fa •�) l i�`i�l. r� �1 N � e �M: ii` A �" ' r �` `T v✓ r � e H F _ kYx 't .t 4 ,� :s) � :.; tpr "� l lr 1f q % ., i' .T. � .'i RJ.^ r � 'x � -� i� r✓' I Y 6K $ S d dlz a *a sr'84 � �+* x� aE 3 t a .}� z�dyr 'Py x -Wv'�1 }e' az Y } r.:• �'f .� 4 l$a „� a•� • i �]� t 7t "I r) 4 -� �. •L i7-. `'f' ' b' `&"ft n.+` � '.r'� f >° .t h4ft 4... iL +..Yi'. .i � ._ ._. i_ :. #-r +� {�. ..a<C. iy. _: £.. `.@: `�. �'. a Str.r z".. ar..rs,. :S .ir ...��.aW_,.iFiI.:S:d.,•c -. r.sY rrN.'rl2't�� 0 TO: Public Works Department FROM: City Clerk 0 Date February 8. 1968 SUBJECT: Contract No. 1143 Project Newport dc—san Front Parking Lot Improvements Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Robert W. Lynam Address: 2333 E. Coast Highway. Corona del May Amount: $ 25.657.60 Effective Date: February 7, 1968 Resolution No. 6694 Laura Lagios LL:dg Att. cc: Finance Department CITY OF NEW NT BEACH January 31, 1968 TO: CITY CLERK FROM: Public Works Department SUBJECT: NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS, C -1143 Attached are two sets of Contract Documents and one set of Insurance Certificates for the subject project. These documents have been reviewed and approved, as noted, by the City Attorney's office. When all documents have been executed by the Mayor and your office, please retain the Insurance forms and your copy and return the contractor's copy to me for transmittal. Derek H. White Design Engineer DHW:naj Att: __""W PR1of3 CITY OF NEWPORT BEACH NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS CONTRACT N0, 1143 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: i� The undersigned declares that he has carefully examined the location of the work, has ex- amined the Plans and Specifications, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services necessary to do all the work required to complete Contract No. 1143 in accordance with the City of Newport Beach Drawing No. T- 5009 -S, consisting of two sheets, the City Standard Drawings and Specifications, and the Special Provisions, and that he will take in full payment there- for the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 28,000 Remove Existing pavement and pre - square pare subgrade feet @ Dollars and Cents $ D•07 $ lgyn, o Per Square Foot 2, 600 Tons Construct 4" Aggregate Base @ Dollars and ee Cents $ 3.03 Per Ton 3. 1,100 Tons Construct Asphalt Concrete Pavement Dol tars and Cents $ 'Per ffon 4. 320 Square Construct 8" Thick P.C.C. Driveway Feet Approach @ Dollars and �v1 Cents Zw9.bO Per Siquare oot PR2of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 525 Lineal Construct Type "B" Curb (6" Curb Feet Face) Per CNB STD -102 -L Dollars and Cents $ /,SS $ 1.3,Tf Per Iineal Foot 6. 5,000 Construct 4" Thick P.C.C. Sidewalk Square Feet @ Dollars and Cents $ ©ISO $ Z.SaO,Co Per Nuare Foot 7. 8 Each Sawcut and Remove 4' x 4' Sections of Existing concrete sidewalk for Tree -wells @� Dollars and Cents $ Z0•o:) $ 16o, c)r Each 8. 60 Cubic Furnish and Place Topsoil Yards @ Q0 4�, Dollars and 'I-- !„ Cents $ S. 5ti $ 33c, Per Cubic Yard 9, 130 Construct modified Type "A" Curb and Lineal Gutter (6" Curb Face) Feet Dollars and Cents Per Lineal Foot 10. 1000 Square Construct 4" Thick P.C.C. Sidewalk Feet with Cutoff Walls $ Z , a-> @ Dollars and S Q � Cents $ 0.70 Per Silluare Foot $ Z "t 0. o � 11. 135 Square Construct 6" Thick P.C.C. Driveway Feet Approach @ Dollars and Cents $ 01•19- J $ -7 Per Square Foot ITEM QUANTITY ITEM DESCRIPTION 12. 825 Lineal Construct Monolithically, Modified Feet Type "A" curb and gutter (variable curb face), 6' wide -4" thick P.C.C. sidewalk with 18" deep cutoff wall, & 4" PVC pipe drains 13 14 15 16 17. PR3of3 UNIT TOTAL PRICE PRICE Dollars and Cents $ Per Lineal Foot 30 Square Construct 4" Thick P.C,C. Splash Pads Feet 7.oc-, $_'T 7 7.S` oc:l @ e Dollars and +� Cents $ /, / o $ 3 3, Per Square Foot 1 Each Furnish and Install Standard 2" Water Service Per CNB STD -513 -L Dollars and Cents $ $ 2.00,o-0 Each Lump Sum Furnish and Insltall Sprinkler System @ h; hl� Dollars and Cents $ qoo• $ gLk C ,v Lump Sum Lump Sum Construct 1" Telephone conduit in- cluding trenching and boring @�� �,�e LU a Do11ars ` � and Cents $ / �•� $ 155�.� Lump Sum 54 Each Install Parking Meter Dollars and Cents $ /S.aa $ a /0-6-:-� TOTAL PRICE WRITTEN IN WORDS Ay sp.e _ Dollars TOTAL i and _�„� Cents $ 2-S 6 S 7 c.-.z i. 1 ' 'ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK, AS INDICATED IN THIS PROPOSAL' TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT .PRICEY THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE SASIS.OF THE CORRECTED TOTALS. Mks THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY$ BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY$ AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF TH STATE OF CALIFORNIA PROVIDI G FOR THE REGISTRATION OF CONTRACTORS, LICENSE N0. (� 23 S 396 CLASSIFICATIONS_ ACCOMPANYING THIS PROPOSAL IS� O CASH$ CERTIFIED CHECK$ CASHIER'S CHECK OR BOND IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF — INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE$ AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF �THEJ WO RK OF THIS CONTRACT. // PHONE NUMBER BIDDER'S NAM n 1 n (SEAL) J e', %t, f96 DATE 233 II o�sA�,I 10tu4 If IZED 5'YGNATURE AUTHORIZED SIGNATURE J1 "AIV�Iw BIDDER'S ADDRESS TYPE OF ORGANIZATION (INDIVIDUAL$ CORPORATION, CO— PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CO—PARTNERS IF A CO— PARTNERSHIP% k ' - PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB- CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB- CONTRACTOR ADDRESS I. 5)5'69, jO�II 12 I3 P J, msr�Ry 2. 3 •. 4. 5• 6. 7• 8. 9• 10. k.c; A lJ . L,., N rk IDDER'S NAME AUTHORIZED SIGNATUR Ik �W•�`C TYPE OF ORGANIZATION (INDIVIDUAL, COPARTNERSHIP OR CORPCRATION) ADDRESS ~ • • PAGE 9 NON— COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BIDS BEING DULY SWORN ON THEIR OATHS SAYS 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 MONEYS OR HAS GIVEN OR IS TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE- MENT 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 AT- TACHED 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 CONTRACTOR FROM CONSIDERING ANY 810 FROM ANY SUBCONTRACTOR OR MATERIAL— MAN WHICH IS NOT PROCESSED THROUGH SAID BID.DEPOSITORY) OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR 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 THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAYS DELIVER T0, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER ANY OF THE PROCEEDS OF THE CONTRACTS SOU IS D. SUBSCRIBED AND SWORN TO1 BEFORE ME BY THIS DAY OF 196 my COMM I SS I O , . PATRICIA L. HILL 1/ / NOTA PUBLIC CALIFORNIA PRINCIPAL OFFICE FICE I N k:. ADA.1c rnutir. OTARY PUBLIC My Commission Expires July 5, 1970 •• PAGE 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY., EXPERIENCE, SKILL, AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. 5 IGNED J FpEtl IY 4Np':( UNITED STATES FIDEI GUARANTY COMPANY sAi:N,a,, YLAND any) BID BOND KNOW ALL MEN BY THESE PRESENTS: Robert W, Lynam BOND ............. ............................... ............................of .2 3.3.3... F..... Cora, s ,t „HighwaX.r................... Corona Del Mar j, (a43 „j,f........ as Principal , and UNITED STATES FIDELITY AND .... ............................... . ..... allARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto........... City of Newport,,, Beach ........... ............................... as Obligee, in the full and just sum of .... 10% ... -.-.-. ..... .---. r..-. c.-.-.-.- ................. .- . ..... .---- :-- .- .- .- :.- . -. - - -- -------------------------------------------------------------- ................................................................................................................................................. ............................... Dollars, s lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal is herewith submiffing its proposal ........ ............................... Contract #1143, Newport Ocean front parking lot,, improvements .., .................................................................................................. ............................... ................................................................................................................................................................. ............................... The condition of this obligation is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then This obligation to be void; otherwise the Princi- pal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, in no event shall the Surety's liability exceed the penal sum hereof. 1 -15 -68 Signed, sealed and delivered ....................... (Date) .......... . ..................(SEA L) t W, Lyn ................................................................. ............................... ................................................... .............................(SEAL) UNIT ST TES FIDELITY AND ANTY COMPANY ` �-� Vie. Rob ert K, Paley — Attorne in —fact _ v Coetceet 1 1 (Re i"d) (7 -66) O C STATE OR COMMONWEALTH COUNTY OR CITY ATTORNEY -IN -FACT AFFIDAVIT California sa: Rober t K , paicy Before me, a Notary Public, personally came ___ —___ known to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa- ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board of Directors, and that the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. i fGiven under my hand and seal this_____15th __________ day of___ _January_- _ ---- ------- _--- 1968 DOROTHY A. ADAMS NOTARY PUBLIC CALIFORNIA- " " "- ;_ - P IN.IPALOFFICEIN Notary Public. - .My Commission expires_ _____ —___G GAME COUNTY 79a. 876 (asv) spy Commission Exoires July 11. 1970 T0: CITY COUNCIL FROM: Public Works Department SUBJECT: NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS, C -1143 RECOMMENDATIONS: January 22, 1968 G -s- 1, Adopt a resolution awarding the contract to R, W. Lynam of Corona del Mar for $25,657.60 and authorizing the Mayor and City Clerk to execute the contract. 2e Authorize the Finance Director to encumber funds in the amount of $26,657.60, DISCUSSION: Six bids were received and opened in the office of the City Clerk at 10:00 A,M on January 16, 1968- L10111w, R. W. Lynam, Corona del Mar Sully - Miller, Orange E. L, White, Garden Grove R, W. McClellan, Costa Mesa D- C, Muralt, San Clemente Griffith Co,, Costa Mesa Account No, 02- 5697 -180 Account No, 26- 3297 -024 Total Funds Budgeted Additional Funds Required TOTAL $23,000,00 1,550,00 $24,550,00 2,107 60 $26,652.60 TOTAL $ 25,657,60 27,202,00 27,929,50 28,251,25 29,566,00 40,493,60 The funds from Account 26- 3297 -024 are to cover the cost of underground in- stallation of the telephone line to the lifeguard tower, 3C The project includes replacement of curb and sidewalk between McFadden Place and 22nd Street, construction of a 6 foot wide sidewalk along the ocean side of the parking lot, repair and resurfacing of the lot, and provisions for landscaping, Sprinkler lines have been included in areas where new paving is being constructed. Page 2 January 22, 1968 Subject: Newport Ocean Front Parking Lot Improvements Additional funds are needed for the following items: Sprinkler lines $11100.00 Contingencies 1,007,60 $2,107,60 In the event that the recommendations are approved, a budget amendment is being submitted for consideration by the Council. DHW /ldg lin Director 0 0 36 CITY OF NEWPORT BEACH CITY ATTORNEY DEPARTMENT January 19, 1968 To: City Clerk 5 From: City Attorney Subject: Newport Ocean Front parking lot improvements (Contract No. 1143) Transmitted is a resolution which, if adopted by the City Council, will award the contract for the Newport Ocean Front parking lot improvements to Robert W. Lynam for the amount of $25,657.60. Tul y H. Seymour THS :mec City Attorney cc - City Manager Public Works Director (Attention: Derek H. White) IN T n -i i N M r) 0zz zz m0 A -1 cn z rn Fn z m �D O M A O z --I A X z G) r O 0 ral it 2 a r r 0 C 3 3 D S ' � f � G� � N _ p Qi J (i (71 {� - ia<n ~ � -moo o fl 11 $ U N S 3 rl Q o n f. � S ! ^ j n t' M 0 n 9 D A �� o o.- ;'� n p m CO rCD c° '0 i fD G N N C. )C r) n J (4 f Y l7f p r r- O N O 00 w 0 S o Cb O p GI N N O s p o y rn �n L9 ^1 N O o O O (n Ln no _ $ z 0 0 0 0 o b oo_° 0 0 0 0 0 O N 00 NNW - 04 N n ym R1 Ul 0 0oW -0_ In (" H O N p N O O 0 p C ]� O O O O 0 O� OO QO 00 OO p,Zi jib _ 0 0 0 o O O 0 0 00 n O 0 n 0° 00 ro O �C 0 O W 0 z p G 0 0 0 p Cn Oo 0 ::4 D' 00 O j r v v1 V 0 c 0 oc„ S 61 c a 5� o c O jV c000 000 0° 70 N � 100 0 N 0 J 000 W 0 0 o ooN� o iU r a{ N v z Nay Jt SoN PP 000z 7mn C, o o tv .'I o z D m rcC tT� O 0 0 O a b Co r o f O o =.� v G p D P D o (V C71 INI - . L, r.� On NI G, > ry rn !! g ou IpaQ T� '.5' -� N�� WO C> 00 0.� 0C> kj O z O �U ~ C, ft a n O � Ot O N v% � o o c c o° p p` . o 7j- M r) 0zz zz m0 A -1 cn z rn Fn z m �D O M A O z --I A X z G) r O 0 ral it 2 a r r 0 C 3 3 D S ' � f T ct 'CIO Ir Lo c C, I: ul o Iv Co oo tA lul C) 1, t j0 C> LA Q 0 0 n 17 D D 0 C, :�7 (> rn k- C-- icoc> . > Ll L(> I-z .4. C) bbb c o - cq III i� 1� Zs in RR cl rl I, Rcv-4 :C> 11 I-C, I IZI 'CIO Ir Lo c 'CIO 12.._7.67 D1 POSITION: FILE T0: CITY COUNCIL v7- y6� FROM: Public Works Department SUBJECT: NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS (C -1143) RECOMMENDATIONS: 1: Approve the Plans and Specifications, December 27, 1967 # -__D 2, Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on January 16, 1968, DISCUSSION: The estimated cost of the work is $24,500.00, The funds available in Account Number 02- 5697 -180 are $23,000:00. The funds available in Account Number 26- 3297 -024 are $2,000.00, The work in this contract includes replacement of curb and sidewalk between McFadden Place and 22nd Street, construction of a 6 -foot wide sidewalk along the ocean side of the parking lot, and repair and resurfacing of the parking area, The telephone line to the lifeguard tower will be placed underground where it crosses the parking lot. Also provided are 4 -foot square tree wells to be cut out of the existing sidewalk between 22nd Street and the westerly end of the parking area and con- struction of planters at the westerly end of the median and the parking area. Portions of a sprinkler system will be installed in areas affected by these repairs so that they may be linked with future installations and made operable at that time. The work will begin approximately the first week of February, 1968 and should be completed within six weeks. Lv -��. J seph Devlin P blic s Director HW /Idg 1�- SEALED BIDS will be received at the office of the City Clerk;"' Cif( Hall, Newport Beach, ,California, until 10:00 a.m. on the 16th day of January, 1968, at;which time they will be opened and read, for performing work as follows: NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS CONTRACT NO. 1143 No bid will be received unless it is made on a proposal form furnished h the Public Works Department. Each bid must be accompanied by cash, certified check or Bidder's Bond made payable '. h City of Newport Beach, for on amount equal to at least 10 percent of the amount bid. The. documents included within the sealed bids which require completion and execution are the following: 1. — proposal 2. Page 3 — Designation of Sub - contractors 3. Page 4 — Bidder's Bond 4. Page 9 — Non- collusion Affidavit S. Page 10 — Contractor's Financial Status The documents shall be affixed with the appropriate signatures 1 and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Coo- poste Seal shall be affixed to all documents requiring signa- 1 tures, In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, bung given solely as a basis for the comparison of bids. - No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Divi- sion III of Business and Professions' Code. The Contractor shall state his license number and classification in the propo --' sal.",'' c Plans, Special Provisions, and Contract Documents may bap _ obEaine -d at the Public Works Department, City Hall, Newport F -r "Beach, California, at no cost to licensed contractors. A non- b , refundable charge of $2.00 will be required for each set of plans, s z ' cial Provisions, and contract documents for others than -r' ' P ' tcensed contractors, It is requested that the plans and Special; +' provisions be returned within 2 weeks after the bid opening p,Ji {c It X non - refundable charge of 82.00 will be required for each se �V*City of Newport Beach Standard Specifications. ,� a City of Newport Beach reserves the right to reject any aM bids and to waive any informality in such bids. accordance with the provisions of Section 170 of the La 4. atCede, the City ,Council of the City of Newport Beach has 3 -' certamed the general prevailing rate of per diem wages in t I ality in which the work is to be, performed for each craft k t e of workman or mechanic needed to execute the contract '.set forth these items in Resolution No. 6519. `t �.' ,.copy of said Resolution is available in the office of the .;. _trk In the City of Newport Beach, r - -' '`1'he following is the ahedule of prevailing wage rates, 1966 67, for a selective list of classifications Together with the information included in Resolution No. 6519, this schedule is - a to be considered a part of these contract specifications. G i Ll gy !$I v ".W r y�` 4 {} ` {4 T ti5 a, y Prevailing Wage Rates - 1966 -67 Classification (Selective Listing) (511166) Carpenters 4.83 Cement Mason Journeyman 4.60 Laborers General or Construction 3.70 Asphalt Raker & Ironer 3.91 Flagman 3.70 Guinea Chaser 3.78 Layin of all non- metallic pipe lassifications 4.01 Tunnel Vibratorman, Jack Hammer, Pneumatic Tools, (except driller) 4.315. (7/7/66) O erating Engineers (Group 1) 4.38 Oiler and signalman �yd:) Ski loader (Less % (Group 2) 4.62 Rodman and Chainman (Group 3) 4.86 Ip strumentman Group 4) brede CheckeriAmttp 5) �16.- Pavem,¢- breaker operator (Group 5) 5.16 Grade -all operator (Group 6) 5.26 Teamsters (511166) Dump Truck Driver (Less than 4 yds) 4.35 Water truck driver (2500 gal. to 4000 gal.) 4.53 Building and Construction trades (5/1/66) Bricklayer & Stone Mason 5.15 Electrician (711166) Journeyman Wireman 6.11 {4/28/66) Lather 4.765 Painters Journeyman - Spray 5.22 P' trades (5/1/67) 4.84 .- 3.85 4.06 3.85 3.93 4.16 4.4445 (7/l/67) 4.53 4.77 5.01 5.31 5.31 5.41 (5/1/67) 4.50 4.68 (5/1/67) 5.15 (7/1/67) 6.55 (r /1/67) 5.33 ` e lumber 5.55 5.64 An classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk Publish: Jan. 4, 1968, in the Newport Harbor Ensign r" re, TO: CITY COUNCIL April 22, 1968 /43 FROM: Public Works Director SUBJECT: ACCEPTANCE OF IMPROVEMENT OF NEWPORT OCEAN FRONT PARKING LOT (C -1143) RECOMMENDATIONS: 1, Accept the work. 2. Authorize the City Clerk to file a Notice of Completion, 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the improvement of the Newport Ocean Front Parking Lot has been completed to the satisfaction of the Public Works Department, The bid price was: $25,657,60 Amount of unit price items constructed 25,947,68 Amount of change orders: - Total Contract cost: 25,947.68 Amount budgeted 26,657.60 The amount budgeted includes $1,550 from Account #26- 3297 -024 for the under - grounding of phone lines to the lifeguard tower, The increase in the amount of unit price items constructed was due primarily to an increase in the aggregate base quantity. This work was required to stabilize numerous soft areas discovered after removal of the existing pavement. There was also a small in- crease in the amount of sidewalk and curb removed on McFadden Place, The Contractor is R. W. Lynam of Corona del Mar, California, Engineering was by the Public Works Department. The contract date of completion was March 2, 1968, The work was substantially completed and the lot opened to traffic on February 26, 1968, A small amount of patching and clean -up remained and this was completed on March 29, 1968, ):j_ Jose h T. Devlin �'"' P APPROVED - „E,, Public Works Director � / f l l COU GPO /ldg RATE APR 2 2 1868 NCIL a 4 Ln TO: CITY COUNCIL FROM: Public Works Department SUBJECT: NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS, C -1143 RECOMMENDATIONS: January 22, 1968 Cy "S 1, Adopt a resolution awarding the contract to R. W. Lynam of Corona del Mar for $25,657 -60 and authorizing the Mayor and City Clerk to execute the contract. 2. Authorize the Finance Director to encumber funds in the amount of $26,657,60, DISCUSSION: Six bids were received and opened in the office of the City Clerk at 10:00 A.M on January 16, 1968. BIDDER R. W. Lynam, Corona del Mar Sully - Miller, Orange E. L. White, Garden Grove R. W, McClellan, Costa Mesa D, C. Muralt, San Clemente Griffith Co,, Costa Mesa Account No. 02- 5697 -180 Account No. 26- 3297 -024 Total Funds Budgeted TOTAL $ 25,657.60 27,202,00 27,929.50 28,251,25 29,566000 �rr 0,493.60 $23,000.00C�FD 1, 550.00 OgTF 14N +, /�� $24,550.00 1,968 Additional Funds Required 2,107,60 TOTAL $26,651.60 !S 4.-� . ,. AcAe- 'I1R1+ Tr ,: y.k•.:. f 162q'i i .. ^< 1.7 �. �/r i� 0c9 The funds from Account 26- 3297 -024 are to cover the cost of underground in- stallation of the telephone line to the lifeguard tower. COO The project includes replacement of curb and sidewalk between McFadden Place and 22nd Street, construction of a 6 foot wide sidewalk along the ocean side of the parking lot, repair and resurfacing of the lot, and provisions for landscaping. Sprinkler lines have been included in areas where new paving is being constructed. Page 2 January 22, 1968 Subject: Newport Ocean Front Parking Lot Improvements Additional funds are needed for the following items: Sprinkler lines $11100.00 Contingencies 1,007,60 $2,107.60 In the event that the recommendations are approved, a budget amendment is being submitted for consideration by the Council. J seph TT. evlin P b l i c CIO s Director DHW /ldg 7' 0 December 27, 1967 -3 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS (C -1143) RECOMMENDATIONS: 1, Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on January 16, 1968, DISCUSSION: The estimated cost of the work is $24,500.00. The funds available in Account Number 02- 5697 -180 are $23,000.00. The funds available in Account Number 26- 3297 -024 are $2,000.00. The work in this contract includes replacement of curb and sidewalk between McFadden Place and 22nd Street, construction of a 6 -foot wide sidewalk along the ocean side of the parking lot, and repair and resurfacing of the parking area. The telephone line to the lifeguard tower will be placed underground where it crosses the parking lot. Also provided are 4 -foot square tree wells to be cut out of the existing sidewalk between 22nd Street and the westerly end of the parking area and con- struction of planters at the westerly end of the median and the parking area. Portions of a sprinkler system will be installed in areas affected by these repairs so that they may be linked with future installations and made operable at that time. The work will begin approximately the first week of February, 1968 and should be completed within six weeks. J :blic h Devlin P s Director dg DATE OEC 2 7 1967 01 PAGE I -A (SHEET I OF 2) CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT BEACH, CALIFORNIA, UNTIL 10:00 A.M., ON THE 16th DAY OF January , 1968, AT WHICH TIME THEY WILL BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS: NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS CONTRACT NO. 1143 NO BID WILL BE RECEIVED UNLESS IT IS MADE ON DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT BID. A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS CASH, CERTIFIED CHECK OR BIDDERS BOND MADE AMOUNT EQUAL TO AT LEAST IO PERCENT OF THE THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWING: I. — PROPOSAL 2. PAGE 3 — DESIGNATION OF SUBCONTRACTORS ePAGE 4 — BIDDER'S BOND PAGE 9 — NON— COLLUSION AFFIDAVIT 5. PAGE 10 — CONTRACTOR'S FINANCIAL STATUS THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIP, THE SIGNATURE OF AT LEAST ONE GENERAL PARTNER IS REQUIRED. ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEER'S ESTIMATE. THE ESTIMATED QUANTI- TIES ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS. NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL. PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE- PARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING. A NON— REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH STATNDARD SPECIFICATIONS. THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY INFORMALITY IN SUCH BIDS. IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES IN THE LOCALITY IN WHICH THE WORK 15 TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION NO. 6519. A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT BEACH. • PAGE iB THE FOLLOWING IS THE SCHEDULE OF PREVAILING WAGE RATES, 1966 -67, FOR A SELECTIVE LIST OF CLASSIFICATIONS. TOGETHER WITH -THE INFORMATION INCLUDED IN RESOLUTION NO. 6519 1 THIS SCHEDULE IS TO BE CONSIDERED A PART OF THESE CONTRACT SPECIFICATIONS. PREVAILING WAGE RATES - 1966 -67 CLASSIFICATION (SELECTIVE LISTING. (511166) (5/1/67 CARPENTERS 4.83 CEMENT MASON JOURNEYMAN 4.60 4.84 LABORERS GENERAL OR CONSTRUCTION 3.70 3.85 ASPHALT RAKER & IRONER 3.91 &.O6 FLAGMAN 3.70 3.85 GUINEA CHASER 78 �.Ol �.9 LAYING OF ALL NON- METALLIC PIPE 19 TUNNEL CLASSIFICATIONS VIBRATORMAN, JACK HAMMER, PNEUMATIC TOOLS, (EXCEPT DRILLER) 4.-315. 4.4445 OPERATING ENGINEERS 66 (-7/1/67) OILER AND SIGNALMAN (GROUP 1) •/l ^ 53 SKIPLOADER (LESS 3/4 YD.) (GROUP 2) 4. 2 1'­77 RODMAN AND CHAINMAN (GROUP, 3) 4.86 5.01 I NSTRUMENTMAN (GROUP 4) 4.97 5.12 GRADE CHECKER /(GROUP 5 5.16 5.31 PAVEMENT- BREAKER OPERATOR, GROUP 5) 5.16 5. 1 GRAVE -ALL OPERATOR (GROUP O) 5.26 5. 1 TEAMSTERS (5/1/66) �5 /1 6 ) DUMP TRUCK DRIVER (LESS THAN 4 YDS) 4 .3 5 ff 50 WATER TRUCK DRIVER (2500 GAL. TO 4000 GAL.) 4.53 4.68 BUILDING AND CONSTRUCTION TRADES (5/1/66) (5/1/67) BRICKLAYER & STONE MASON 15 5.15 ELECTRICIAN 1 66 1 6 ) JOURNEYMAN WIREMAN 11 55 4 ) LATHER 77/1/66) PAINTERS ( '7/1/67) JOURNEYMAN - SPRAY 5.22 5.33 PIPE TRADES PLUMBER 5.55 5.64. ANY CLASSIFICATION OMITTED HEREIN SHALL BE THE PREVAILING CRAFT RATE. OVERTIME, SUNDAY AND HOLIDAY RATES ARE AT PREVAILING CRAFT RATES. CITY OF NEWPORT BEACH, CALIFORNIA LAURA LAGIOS, CITY CLERK CONTRACT N0, 1143 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS APPROVED BY THE CITY COUNCIL ON THIS 27TH DAY OF DECEMBER, 1967 w 4 r c a sus --oi LAURA LA CLERK 0 CITY OF NEWPORT BEACH 0 PRIof3 NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS CONTRACT NO. 1143 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: The undersigned declares that he has carefully examined the location of the work, has ex- amined the Plans and Specifications, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services necessary to do all the work required to complete Contract No. 1143 in accordance with the City of Newport Beach Drawing No. T- 5009 -S, consisting of two sheets, the City Standard Drawings and Specifications, and the Special Provisions, and that he will take in full payment there- for the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO� AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 28,000 Remove Existing pavement and pre - square pare subgrade feet @ Dollars and Cents $ G.C7 $ /, S'60 Per Square Foot 2. 600 Tons Construct 4" Aggregate Base @ Dollars and Cents $ .7. 03 $ i /d• Per Ton ' 3. 1,100 Tons Construct Asphalt Concrete Pavement @ Dollars and Cents $ 6rd� $ 7 Per Ton 4. 320 Square Construct 8" Thick P.C.C. Driveway Feet Approach @ Dollars and Cents $ e 7,? $ �'4%• G Per Square Foot PR2of 3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 525 Lineal Construct Type "B" Curb (6" Curb Feet Face) Per CNB STD -102 -L @ Dollars and Cents $ 1­5-s- $ S/,?. .7.5- Per Lineal Foot 6. 5,000 Construct 4" Thick P.C.C. Sidewalk Square Feet @ Dollars and Cents $ D -.Sc $ ZScc -ca Per Square Foot 7. 8 Each Sawcut and Remove 4' x 4' Sections of Existing concrete sidewalk for Tree -wells @ Dollars and Cents $ Each 8. 60 Cubic Furnish and Place Topsoil Yards @ Dollars and Cents $ .5 "s� $ X30. ca Per Cubic Yard 91 130 Construct modified Type "A" Curb and Lineal Gutter (6" Curb Face) Feet @ Dollars and Cents D. �� o Per Lineal Foot 10. 1000 Square Construct 4" Thick P,C.C. Sidewalk Feet with Cutoff Walls @ Dollars and Cents $ - -'70 $ 7cc c v Per Square Foot 11. 135 Square Construct 6" Thick P.C.C. Driveway Feet Approach @ Dollars and Cents $ e2.5 " $ ;7 -,4e Z S Per Square Foot 0 TOTAL PRICE WRITTEN IN WORDS Dollars and Cents TOTAL PR3of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12, 825 Lineal Construct Monolithically, Modified Feet Type "A" curb and gutter (variable curb face), 6` wide -4" thick P.C.C. sidewalk with 18" deep cutoff wall., & 4" PVC pipe drains @ Dollars and Cents $ c C' $ S»s • c Per Lineal Foot 13, 30 Square Construct 4" Thick P.C.C. Splash Pads Feet @ Dollars and Cents Per Square Foot 14, 1 Each Furnish and Install Standard 2" Water Service Per CNS STD -513 -L @ Dollars and Cents Each 15, Lump Sum Furnish and Install Sprinkler System @ Dollars and Cents Lump Sum 16, Lump Sum Construct 1" Telephone conduit in- cluding trenching and boring @ Dollars and Cents $ 5 0 - Lump Sum 17, 54 Each Install Parking Meter @ Dollars and Cents 'y/0 • c Each TOTAL PRICE WRITTEN IN WORDS Dollars and Cents TOTAL INDEX TO SPECIAL PROVISIONS PAGE I. SCOPE OF WORK 1 II. CONDUCT OF WORK 1 III. COMPLETION OF WORK 1 IV. SCHEDULE OF WORK 1 V. TRAFFIC CONTROL 1 VI. CONSTRUCTION SURVEYS 2 VII. PAYMENT 2 VIII. GUARANTEE 2 IX. EXISTING TRAFFIC SIGNS AND MARKERS 3 X. NOTIFICATION TO RESIDENTS AND BUSINESSES 3 XI. PROTECTION OF IMPROVEMENTS AND UTILITIES 3 XII. UNFORESEEN DIFFICULTIES 3 XIII. WATER 3 XIV. EARTHWORK 3 A. Pavement Removal and Subgrade Preparation 3 B. Trench Excavation and Backfill 4 XV, PORTLAND CEMENT CONCRETE A A. General 4 B. Payment 5 XVI. AGGREGATE BASE 5 XVII. ASPHALT CONCRETE 5 A. General 5 B. Placement 5 XVIII. TOPSOIL 6 XIX. PARKING METERS 6 INDEX TO SPECIAL PROVISIONS (Cont'd) PAGE XX. UNDERGROUND TELEPHONE CONDUIT 6 A. General 6 B, Payment 6 XXI. SPRINKLER SYSTEM 7 A. General 7 B. Payment 7 I II III IV 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS CONTRACT NO. 1143 SCOPE OF WORK The work to be done under this contract consists of reconstructing and resurfacing the parking lot pavement, constructing curb and gutter and sidewalks, constructing concrete driveway approaches, constructing planters for landscaping, installing underground conduit, and installing a sprinkler system. The work requires all labor, equipment, transportation and materials necessary to complete all the work as shown on the City of Newport Beach Drawing No. T- 5009 -S consisting of two sheets, and in accordance with the City of Newport Beach Standard Drawings and Specifications and these Special Provisions, CONDUCT OF WORK The Contractor shall maintain the job site in a neat and orderly condition at all times. Excess spoil, debris, and broken pavement must be immediately removed from the job site. The site must be returned to an orderly condition as approved by the Engineer as soon as the work is completed. The cost of all removal and cleanup work shall be included in the unit prices bid for the various items of work and no separate compensation will be made therefor. COMPLETION OF WORK The Contractor shall complete all work on the contract within 40 calendar days after award of the contract by the City Council. Award is estimated to be made on January 22, 1968, SCHEDULE OF WORK The Contractor shall meet with the Engineer prior to construction to schedule the work and to discuss phases of the project affecting public convenience. V, TRAFFIC CONTROL Traffic flow shall be maintained or restricted as specified below for each portion of the work area: A. Parking Lot Northerly part between Sta. 2 +00 and Sta. 10 +00 - open to traffic except for minimum period of time required for placing of asphalt concrete leveling course and 1" cap. 0 0 SP 2 of 7 2. Westerly part up to Sta. 2 +00 - may be closed to through traffic during construction. 3. Southerly part between Sta. 2 +00 and Sta. 5 +50 - may be closed to through traffic during construction. 4. Southerly part between Sta. 5 +50 and Sta. 10 +00 - open to through traffic except for placing of asphalt concrete leveling course and 1" cap. B. Intersections McFadden Place and 22nd Street - open to traffic except for placing of 1" asphalt concrete cap and asphalt-concrete leveling course. 2. 21st Place and 23rd Street - may be closed to through traffic during intersection construction. Barricades, signs, warning devices, and flagmen must be employed as necessary to insure the public safety at all times. When the intersections of 21st Place and 22nd Street, and 23rd Street are closed to through traffic, a sign and barricades indicating this condition shall be placed at the intersection of each of these streets with Balboa Boulevard. Pedestrian access shall be maintained to businesses between McFadden Place and 22nd Street except for minimum period of time required for placing of new 4" thick P.C.C. sidewalk. VI. CONSTRUCTION SURVEYS Grades and lines will be set by the City. The Public Works Department shall be notified 48 hours in advance when grades or lines are required. VII. PAYMENT The prices bid for the various items of work shall include full compensation for all materials and labor necessary for construction of the items complete in place. Pay- ment for incidental items of work not separately provided for in the proposal shall be included in the price bid for other items of work. Where applicable, the prices bid for items of new construction shall include removal and disposal of the existing improvements. The Contractor shall balance his costs (labor, materials, overhead, profit, etc.) evenly among the unit prices bid for the various items of work. The City reserves the right to delete any proposal item in its entirety (in particular, Proposal Item No.'s 7, 8, 15 R 17) without renegotiation of the remaining bid items, if the total bid price exceeds the funds available. VIII. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the contract by the City Council, all materials and workmanship against any defects whatso- ever, including trench and pavement settlement. Any such defects shall be immediately repaired at the Contractor's expense. E IX. EXISTING TRAFFIC SIGNS AND MARKERS SP 3of7 All traffic signs and markers that interfere with the work in this contract, whether shown on the Plans or not, shall be either (1) protected in place, or (2) removed, salvaged, and reinstalled by the Contractor in a manner and location designated by the Engineer. The cost of protecting or replacing traffic signs and markers shall be included in the various items of work and no separate compensation will be made therefor. X. NOTIFICATION TO RESIDENTS AND BUSINESSES The Contractor shall distribute to each affected residence and business a written notice forty -eight (48) hours in advance of commencing any construction work that will involve temporary inaccessibility to their properties. Said notice shall state when his operations will start and approximately when they will end. XI. PROTECTION OF IMPROVEMENTS AND UTILITIES The Contractor shall be responsible for the protection of all existing improvements adjacent to the work, such as store fronts, sidewalks, drain pipes, plantings, etc. located on either public or private property. If any improvements are removed or damaged, other than those designated for removal on the drawings, then such improve- ments shall be replaced in kind at the Contractor's expense. The exact location of utilities shown or not shown on the Plans shall be verified in the field at the time of construction. The Contractor shall request each utility company to locate their underground lines prior to commencing work. The City does not guarantee the presence or absence of utilities in any location. XII. UNFORESEEN DIFFICULTIES Should unknown conditions, subsurface or otherwise, be discovered during the progress of the work, the City shall be notified immediately. The City will then make a determination as to whether these conditions constitute extra work and so notify the Contractor in writing within 48 hours. XIII. WATER The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work and as set forth in Section 10 -11 of the Standard Specifications. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchases by contacting the City's Utilities Super- intendent, Mr. Tom Phillips, at (714) 673 -2110, Ext. 74. XIV. EARTHWORK A. Pavement Removal and Subgrade Preparation The work to be done under this item shall conform to Section 10 of the City Standard Specifications. The removal of all existing asphalt concrete pavement as shown by the cross - hatched area on the Plans and the preparation of the subgrade in the same area shall be included in the unit price bid for this item of work. The costs of removing the existing wooden guard rail and 6" wheel stop header, removing the existing concrete median between Stations 1 +61 and 1 +82, removing the existing sections of concrete Ll 0 SP 4 of 7 curb and sidewalk at the easterly end of the parking lot, and removing and sal- vaging the parking meters along the southerly edge of the parking lot shall be included in the unit price paid for this item of work. Salvaging of parking meters shall include knocking off the existing lump of concrete on the bottom of the parking meter post'. The Contractor is cautioned to handle the parking meters carefully and store them safely. Any parking meters lost or damaged as a result of the Contractor's operation shall be replaced or repaired at the Contractor's expense. A pavement breaker or other acceptable method may be used for removal of existing asphalt concrete. The broken edge shall be kept smooth as possible. Existing concrete curb and sidewalk sections to be removed shall be sawcut at the first score line at or beyond the planned joint or removed to the nearest existing expansion joint. B. Trench Excavation and Backfill The Contractor's pavement removal, excavation, and backfilling operations shall conform to Section 16 of the City Standard Specifications. When excavating near landscaped areas, existing curbs, sidewalks, street light conduits, and other improvements, special care shall be taken to leave these improvements in a condition acceptable to the Engineer. If damage occurs to these improvements as a result of the Contractor's operations, he shall replace them at his own expense. Trench compaction shall be achieved by the use of water and /or whatever supple- mentary means are necessary, such as vibratory compactors or rollers, mechanical tampers, concrete vibrators, etc., to achieve a uniform relative compaction of not less than 95% and to positively prevent any trench settlement. Payment for trench excavation add backfill shall be included in the unit price bid for the various items of work and no separate compensation will be made therefore. Xv. PORTLAND CEMENT CONCRETE A. General Portland cement concrete for curbs, gutters, sidewalks, and driveways shall be Class B, 1?" gradation conforming to Section 13 of the City Standard Speci- fications. Construction of Portland cement concrete curbs, gutters, sidewalks, and driveways shall conform to Section 15 of the City Standard Specifications. Attention is directed to sawcutting existing improvements as described in Section 15 -03. Weakened plane joints may be formed by the placement of a polyethylene plastic joint material such as "quick joint ", or equal. All new concrete placed shall be immediately barricaded and no vehicular traffic will be permitted thereon until the expiration of at least seven (7) days after curing, as described in Section 13 -0B of the Standard Specifications, has commenced. At least three (3) days shall elapse from the time the concrete is placed before any mechanical tamper, spreader, or finisher which will be supported by the edge of the new pavement may be operated in adjacent areas. Pedestrians will be permitted on new concrete after 24 hours of curing has elapsed. B. Payment 0 SP 5 of 7 1. The unit price bid for Proposal Item No. 4 shall include the cost of re- moving the existing concrete pavement and preparing the subgrade. 2. The unit price bid for Proposal Item No. 5 shall include the cost of re- moving the existing curb or sidewalk where applicable and preparing the subgrade. 3. The unit price bid for Proposal Item No. 6 shall include the cost of re- moving the existing concrete sidewalk, removing and salvaging the existing parking meters, protecting, preserving, and adjusting existing roof drains, preparing the subgrade, constructing block -outs for tree -wells and parking meters, and adjusting utility boxes and miscellaneous structures to grade. 4. The unit price bid for Proposal Item Nos. 9, 10, 11 and 13 shall include the cost of preparing the subgrade. 5. The unit price bid for Proposal Item No. 12 shall include the cost of the reinforcing steel and dowels as shown in the details on the Plans, the widening of the section from about Station 9 + 80 to 9 + 90, furnishing and installing the 4" diameter polyvinyl chloride (PVC) drain pipes, and providing the 12" x 12" block -outs for parking meters. XVI. AGGREGATE BASE All aggregate base to be furnished and placed in this project shall be in conformance with Section 11 of the City Standard Specifications. XVII. ASPHALT CONCRETE A. General All asphalt concrete to be furnished and placed in this project shall be in conformance with Section 12 of the City Standard Specifications with the following exceptions: (1) the mineral aggregate shall be 3/8 inch maximum - medium instead of 1/2 inch, and (2) the asphalt concrete leveling course may be spread and com- pacted in layers exceeding 0.17 feet in compacted thickness. The unit price bid for asphalt concrete shall apply to the asphalt concrete to be placed (1) on aggregate base, (2) as a leveling course, and (3) as an overlay. The unit price bid shall also include the cost of furnishing and placing the prime coat or paint binder as applicable in the various areas. B. Placement The asphalt concrete leveling course shall be of variable thickness and may be blade -laid. All other asphalt concrete shall be placed with an asphalt paver approved by the Engineer. The leveling course shall fill in low areas and smooth out uneven areas in such a manner that placement of the 1" thick asphalt concrete overlay will result in a smooth, even surface constructed to the elevations given on the Plans. 0 0 XVIII. TOPSOIL SP 6 of 7 The topsoil to be furnished in this project shall be placed in the treewells along the northerly side of the parking lot and in the planter areas at the westerly end of the parking lot. The topsoil shall be placed at a depth as shown in the details on the Plan. The unit price bid for furnishing and placing the topsoil shall include the cost of any necessary excavation as well as spreading, leveling, and breaking up all lumps and clods. Topsoil shall consist of fertile, friable soil of loamy character, and shall con- tain an amount of organic matter normal to the region. It shall be obtained from well drained arable land and shall be reasonably free from subsoil, refuse, roots, heavy or stiff clay, stones larger than one inch in diameter, coarse sand, noxious weeds, sticks, brush, litter, and other deleterious substances. Topsoil shall be capable of sustaining healthy plant life. The topsoil to be used shall be approved by the City Parks, Beaches, and Recreation Director before placing. XIX. PARKING METER INSTALLATION All parking meters removed and salvaged under other items of work shall be reinstalled under this item of work. Installation shall be in the 12" x 12" block -outs provided in other items of work. The parking meter posts shall be encased in concrete approx- imately 18" deep and 12" in diameter. The top of the concrete encasement shall be placed flush with the adjacent concrete and completely fill the 12" x 12" opening. The finished surface shall be similar to the adjoining concrete surfaces. The unit price bid for installation of each parking meter shall include all associ- ated costs and shall be applicable to the reinstallation of the two parking meters in the new planter area at the westerly end of the median. XX. UNDERGROUND TELEPHONE CONDUIT A. General The installation of the underground telephone conduit shall conform to the details shown on the Plans. All metallic materials shall be galvanized and the 1" dia- meter steel pipe conduit shall be double galvanized. A #12 galvanized pull wire shall be furnished and installed in the conduit. The pull wire shall be securely fastened at both ends to prevent it from slipping back into the conduit. Trench excavation and backfill shall conform to Section XIV of these Special Provisions. Trench resurfacing shall be 4" thick P.C.C. in sidewalk areas, 4" thick asphalt concrete in the alley and 6" thick asphalt concrete in the parking lot. Conduit shall be pushed or bored under curbs and under the parking lot median. The Contractor shall be responsible for protecting and working around utility service lines, roof drains, etc. that will be encountered when trenching for the underground conduit installation, B. Payment The lump sum price bid for furnishing and installing the underground telephone conduit shall include all associated costs such as trenching, boring, resurfacing, conduit couplings, condulet, 3" galvanized steel riser pole, #12 pull wire, #32,Brooks pullbox, and any other incidental items of work necessary for construction of the underground telephone conduit complete in place. E XXI. SPRINKLER SYSTEM A. General SP7of7 The plastic pipe and fittings to be furnished and installed in this project are generally limited to those areas receiving major surface improvements, and is intended as a partial sprinkler system only. All plastic pipe shall be extruded from 100% virgin polyvinyl chloride (PVC) Type II, Class 2110, Schedule 40 as manufactured by Lasco Industries, or an approved equal. All plastic pipe shall be continuously and permanently marked with the following information: manufacturer's name, the date the pipe was extruded, nominal pipe size, PVC 2110, SDR (Standard Dimension Ratio, or the pressure rating in P.S.I.) N.S.F. All plastic fittings shall be PVC II, IPS, Schedule 40, N.S.F. as manufactured by Lasco Industries or Sloane Manufacturing Company, or equal. Solvent shall be No. 793 as manufactured by Industrial Polychemical Service Company, or equal. A 12" x 12" x 2" tee section shall be furnished and installed in each of the treewell block -outs in the new sidewalk between McFadden Place and 22nd Street. All tees and pipe ends shall be securely plugged to prevent any foreign material from entering the pipe. The PVC pipe to be installed shall have a minimum cover of 18" under sidewalks and 30" under street sections. PVC pipe under street sections shall be encased in 6" of concrete. Trench excavation and backfill shall conform to Section XIV of these Special Provisions, Trench resurfacing shall be 6" thick asphalt concrete in the parking lot. Pipe shall be bored or pushed under curbs and under the parking lot median. The exact location of the sprinkler lines shall be determined in the field. Existing street lights, utility lines and boxes, etc. will require adjustment of the alignment. B. Payment The lump sum price bid for furnishing and installing the various sized sections of plastic pipe for the sprinkler system shall include all associated costs such as tees, elbows, crosses, plugs, trenching, boring, encasement, resurfacing, and any other incidental items of work necessary for construction of the sprinkler system complete in place. CITY OFin 1 10% BEACH - PUBLIC WORKS DEPARTMENT May 27, 1968 PROGRESS PjME rt 04cean Pro FOR PERIOD ENDING PROJECT: 02- 5697 -180: $2,386.62 26- 3297 -024: 208.15 BUDGET NO. CONTRACT NO. ITEM NO. CONTRACT ITEM CONTRACT, PRICE PERCENT COMPLETE AMOUNT EARNED fn jt J $ Z5,657.6U ORIGINAL CONTRACT 309.65 EXTRAS 'TO DATE 25,967.45 CONTRACT TO DATE 25,947.68 AMOUNT EARNED LESS IO% RETENTION 23,352.91 LESS PREVIOUS PAYMENTS 2,594.77 AMOUNT DUE THIS REQUEST Send payment to: R. W. Lynam 2333 Pacific Coast Highway Corona del Mar, California I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED SIGNED ENGINEER CONTRACTOR BY A CITY OF NEWPORT BEACH CALIFORNIA May 6, 1.968 Robert W. Lynam 2333 East Coast Hi _*way Corona del Mar, California 92625 Subject: Surety: United States Fidelity and Guaranty Co. Bonds: Faithful Performance 6 Labor 6 Material Project: Newport ocean front Parking Lot Improvements Contn:ct No_ 1143 Gentlemen: The City Council on April 22, 1968 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 Notice of Ow,pletion has been filed. Notice of Completion was filed with the Orange County Recorder on April 26, 1966, in Book No. 6585, Page 316. Please notify your surety clay that bonds may be released 35 days after recording date. Very truly yours, Laura Lagios City Clerk City of Newport Beach ih cc: Public Works Department r eW y.,X,g At Fr 0 +dam 3k''Y Yi J > A 1 . <f �, JIB T� ''t .:_ y„��.4yts�S•'< {a° '�yy i. ` t fa ,mss -y �W, Ea-t p{' > < F -0t* a - :•a w .. x- r : x Y h 4 ; , ,Td.$`h � i 2 }5��Y $ �k� xr YOA fit yq�-S,„�'�'�-0�,�s.r �, � {1�':,'� �Y-`YX s; T�����'A � r r � .•��`ae � r� �.� �l"� ��. �A � s a� �.��ZY 1 � ��Y $yF � -_ i -Yai P'�,,, �� � �*yf `d`ef,t �+,rr�,� ♦�,,d.� +� �k .i�� ('.,� µ., �f °�' "�ai�`�aVW a'� .y�rr� n�r i,� 9i w ,,_ FA y i v. Y. ! .+e E r a {, F ` e fit, •T V' ! t y x FrIM s t/ .IV � t aSt ✓ •T ", .a t Y Y � i .. vb�t".Y �vf"' „L x 3 Y,d" +y r its ai tf 54 x Why x + a.,,4 Tu { t 5 '.s 4 )'#` . a d"' v ,+ r• r' .r f � nt s.... MAT �, {��x. .3s is ,,.+_ v . JL � e . .� �''�' .�._ � ,^"+': ro+'a�•"` . eC C s �M NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on March 29, 1966 the Public Works project consisting of NgWrt Ocean Fmnt Parking Lot (C -1143) on which R. W. Lynn was the contractor, and Lhited States Fidelity and Guarenty Ccimpany was the surety, was completed. CITY OF NEWPORT BEACH ublic �rks Director VERIFI TON I, the undersigned, say: 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 April 24, 1968 at Newport Beach, California. VERIFICATION I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on April 22, 1968 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 April 24, 1968 at Newport Beach, California. ►1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard To: R. W. Lynam 2333 Pacific Coast Highway Corona del Mar, California ATTENTION: K W. Lynam SUBJECT: Contrac .Jo. 1143 We are Transmitting the following: 6 Date April 16, 1968 No. Copies Description 3 Remarks: Progress Payment Request No. 3 (f) Please sign the original and one copy and return to our office. Retain one copy for your files. Copies to: By: / &/ Dunigan, Jr. Assistant Civil Engineer 9 0 CITY OF NEWPORT BEACH - PUBLIC WORKS.DEPAR PROGRESS PAYMENT REQUEST NO. 3 (F) FOR PERIOD PROJECT: BUDGET NO. 26- 3297 -024 CONTRACT / ' L. Ii5 ri1 15, 1968 ITEM NO. CONTRACT ITEM, CONTRACT PRICE PERCE C TE AMOUNT EARNED 1. Rem. Pavement 0.07 1SF ,507 SF $2,065.49 2. A.B. 3.03 /Ton 808:08 Tons 2,448.48 3. A.C. 6,84 /Ton 1,023.11 Tons 6,998.07 4. 8" P.C.C. Drive Approach 0.78 /SF 368 SF 287.04 5. "B" Curb 1.55 /LF 578 LF 895.90 6. 4" P.C.C. Sidewalk 0.50 /LF 5,284 SF 2,642.00 7. Rem. Tree -well sections 20.00 Each 8 Each 160.00 8. Topsoil 5.50 /CY 40 CY 220.00 9. "A" Curb and gutter 2.00 /LF 150 LF 300.00 10. 4" P.C.C. sidewalk w /walla 0.70 /SF 936 SF 655.20 11. 6" P.C.C. drive approach 0.55 /SF 130 SF 71.50 12. Special curb, walk, wall 7.00 /LF 818 LF 5,726.00 13. 4" P.C.C. splash pads 1.10 /SF 30 SF 33.00 14. 2" Water service 200.00 Each 1 Each 200.00 15. Sprinkler system 900.00 /LS 100% 900.00 16. Telephone Conduit 1550.00 LS 100% 1,550.00 17. Parking Meter Post 15.00 Each 53 Each 795.00 ORIGINAL CONTRACT 025,657.60 p EXTRAS TO DATE "i - //� LI- / / ( CONTRACT TO DATE -- Send payment to: AMOUNT EARNED $25,947.68 R.W, Lynam LESS IO% RETENTION 2,594.77 2333 Pacific Coast Highwa}k-___,____- LESS PREVIOUS PAYMENTS 22,561.06 Corona del Mar, California AMOUNT DUE THIS REQUEST 791.85 I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE 0 S I S I GNED E N01 hE ER �O RAC R BY ' oua %1 31 Le �a , Or i.•, ,. u.i is c U PPAENT RENTAL PA SALES 'INC. :City of Newport Beach =j: .Construction and Engineering -Newport Beach, California JJY. 2501 W. ROSECRANS AVE., COMPTON, CALIFORNIA 9022: NEwmark 95711 • NEvada 62336 • CABLE: Paragaip D Visi011s: Equipment Rental • Sales • Metal . Fabrication RECEIVEp . I _K_j Public Agency .. UeneraL Contractor F E 8 2;: 1968 Owner Lender PUBLIC YYUeenJ UGr, (1) You are hereby notified that PARANOUNT EQUIPMENT RENTAL has furnished within the last 20 days, or will furnish: OPERATED EOUIPMENT RENTAL - 955 LOADER (2) For the building, structure or other work of improvement at: NEWPORT PIER (3) The estimated cost of said labor, services or material is: $360.00 TO -DATE (4) The name and address of the oarty rorith whom contracted is: BOB LYNAM 2333 EAST PACIFIC COAST Wk. CORONA DEL MAR, CALIF. PLEASE BE ADVIScD TH.' -t A PRELIMINARY NOTICE FILED IN ORDER TO SATISFY THE REQUIREMENTS OF PL -594 DOES NOT REFLECT ON THE CREDIT RA'Z'ING OF ANY OF THE CO:TRACTING INDIVIDUALS OR COMPANIES `ArITH ?AR ; UNT EQ[1I'r; ✓ENT RENTAL AND SALES, INC. YOUR ATTENTION IS DIRECTED , iCrs't�S? , TO SECTIONS 1193c CALIFORNIA CODE OF CIVIL PROCEDUR3 3EGARDING MECHANICS' LIENS; AND 1x209 AND 1:210 OF -HE CALIFORNIA GOVERNMENT CODE DATED 2/19/68 Paramount Equipment Rental BY X _ ContrI511V ;uoneral Contractor J ., :er � Lendar ile This notice is given as required in California Code of Civil Procedure as amendod by The 1967 California Legislature. up 00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard Date March 15, 1968 TO: Robert L. Lynam 2333 Pacific Coast Highway Corona del Mar, California ATTENTION: SUBJECT: Newport Ocean Front Parking L We are Transmitting the following: No. Copies Description Remarks: 3 Progress Payment tequest No. 2 Please sign and return to this office the original and one copy; retain the other copy for your files. Copies to: By: G.P. Dunigan, Jr. Asst. Civil Engineer 0 04 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 2 FOR PERIOD ENDING March 15, 1968 PROJECT: NEWPORT OCEAN FRONT PARKING LOT 02 -5697 -180 BUDGET NO. 26- 3297 -024 CONTRACT NO. 1143 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. Rem. Pavement 0.07 1SF 29,507 SF $2,065.49 2. A.B. 3.03 /Ton 568 Tons 1,721.04 3. A.C. 6,84 /Ton 1,000.83 Tons 6,845.67 4. 8" P.C.C. Drive Approach 0.78 /SF 368 SF 287.04 5. "B" Curb 1.55/LF 578 LF 895.90 6. 4" P.C.C. Sidewalk 0.50 /LF 5,284 SF 2,642.00 7. }Rem. Tree -well sections 20.00 Each 8 Each 160.00 S. I -Topsoil 5.50 /CY 40 CY 220.00 9. "A" Curb and gutter 2.00 /LF 150 LF 300.00 10. 4" P.C.C. sidewalk w /walls 0.70 /SF 936 SF 655.20 11. �6" P.C.C. drive approach 0.55 /SF 130 SF 71.50 12. Special curb, walk, wall 7.00 /LF 818 LF 5,726.00 13. i4" P.C.C. splash pads 1.10 /SF 30 SF 33.00 14. �2" Water service 200.00 Each 1 Each 200.00 15. Sprinkler system 900.00 /LS 100% 900.00 16. Telephone Conduit 1550.00 LS 100% 1,550.00 17. Parking Meter Post 15.00 Each 53 Each 795.00 25 067.84 ORIGINAL CONTRACT $25,657.6 EXTRAS To DATE r/� •', // CONTRACT TO DATE iS"end payment to: AMOUNT EARNED $25,067.84 R.L. Lynam LESS ;0% RETENTION 2,506.78 2333 Pacific Coast Highway LEss PREVIOUS PAYMENTS 14,518.75 Corona del Mar, California AMOUNT DUE THIS REQUEST 8,042.31 i HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. 11 SEGNED�f� -_;� SIGNED ,AMl �;. LNG I NE R C 1TRACTOR BY CHANGE ORDER NO. CONTRACT NO. CONTRACTOR'S NAME CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER DATE February 5, 1968 PURCHASE ORDER NO. _ BUDGET NO. 8 PROJECT NAME AND NO. Newport Ocean Front Parkins Lot ACTION: Extend the curb and sidewalk replacement approximately 37 LF northerly on McFadden from the planned end of project. The work shall be done under the appropriate proposal items at the unit prices bid. The approximate increase in quantity and cost is: 5. 8 curb 37 LF @ $1.55 LF $ 57.35 6. P.C.C. sidewalk 475 SF @ $0.50 SF 237.50 17. Parking meter post 1 ea.@ 15.00 ea. 15.00 Approximate total $309.85 1 CONTRA R: BY DATE z— 7 - b APPROVAL: Field Engintrer Date cc: Purchasing ❑ Preliminary tests prior to award o contract. COUNTY OF ORANGE INITIAL WT. TEST SAND 4B. 7p ROAD DEPARTMENT 68 19.40 Material Testing Section �1 TEST NO. C— '%JET C9• /0 D FIELD NO. / o- COnfrol tests On RELATIVE COMPACTION ` ° "T "° OR (W .O. OR P.O OR AHFP) Q24"`C materials actually F VOLUME CONE + RING entering into works. 43. 1544/z O DATE REPTO. •711-14 If contract, use contract item WT. EXC. SAMPLE + TARE PROJECT UCA :'AY^/ LaT C� RESIDENT ENGINEER (INSPECTOR) J.oC. 4. 0%e CONTRACTOR +. SEND REPORT CONSTRUCTION ❑ AGEN VE D MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION n ^Etai.� � ,(S= ~. 3Z a?�>t �+i._G_i/./r/ RT LT OF CL STA �fG✓ REPRESENTING LIMITS DRY DENSITY IN PLACE 142.0 TYPE MATERIAL =, DEPTH 2., TO G" BELOW FINISHED GRADE _ DATE - =- TESTED BY: l�r" - f✓ "'��' - -- IN PLACE DENSITY A INITIAL WT. TEST SAND 4B. 7p B WT. SAND RETAINED 19.40 C WT. SAND USED C9• /0 D TEST SAND DENSITY �J. sS E VOLUME SAND USED ,483 F VOLUME CONE + RING . /sacy G VOLUME TEST HOLE •711-14 H WT. EXC. SAMPLE + TARE 25.go I TARE WEIGHT 2go J WET WT. EXC, SAMPLE 2z,Go K WET DENSITY IN PLACE 1Q9.e L DRY DENSITY IN PLACE 142.0 GORQ. METHOD A MOISTURE SAMPLE MAXIMUM DENSITY RATHOLE DATA FIELD LAB WET WT. 3 y O DRY WT. 8'52 % MOIST. M s (p N SP. GR. ROCK 2. 6O WET WT. ROCK DRY WT. COMP. SPEC. Y. 0 dk' DRY WT. ROCK Q WET WT. - a %, MOISTURE 14. 60 DRY WT. - Vre TOTAL DRY WT. CONDITION OF MOLD 2I, SO % ROCK 1470 CORR.MAX.DENSITY 135.5 oNART . MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 2 3 4 O INITIAL WT. SPECIMEN P WET WT. AT COMPACTION Q DRY WT. COMP. SPEC. R %, MOISTURE CONDITION OF MOLD S HT. COMPACTED SPECIMEN T WET DENSITY VI DRY DENSITY CONV. FACTOR -0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C e D UNIT CONE +UNIT G =E - F K =J =G CONE .1667 - L =K= (100 % +N) Q =0 = (100 % +N) SM. RING .0143 .1810 R = (P -Q) _ Q V = FACTOR x Q - S LG. RING .0302 .1 969 REMARKS: Test Method Calif. 216•F I B- METHOD A B ❑ SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY )42 13� MOISTURE 6 1 9 RC = _100 % TENT. RC = % SPECIFICATION: NL__ %. j ® BILLING WILL BE MADE AT END OF MONTH • RESIDENT ENGINEER (CITY ENGR.) F3a11 .93 RELATIVE COMPACTION ❑ Preliminary tests prior COUNTY OF ORANGE to .word of contract. ROAD DEPARtinTMENT Material Tesg Section TEST o8C- 7.S5 S FIELD NO. Z 0 RELATIVE COMPACTION CONT. NO.OR Control tests on (W O OR P 0 0R A PI a24 -K materials actually - -' • entering into works. 4.B l3LC/EQ DATE REPTD -its /f If contract, use contract item PROJECT- SbE.oN C�wr i-vs Ki cam- AGEiVCYc ;.,. 'r 9rT.Fac.r RESIDENT ENGINEER (INSPECTOR) CONTRACTOR Rues GY is ' SEND REPORT TO: CONSTRUCTION 13 AGENCY MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION 6'L RT LT OF rL STA REPRESENTING LIMITS TYPE MATERIAL .r e e;c" O DEPTH %1" TO G" BELOW FINISHED GRADE DATE �.1G -19�T TESTED BY: C •rs- IN PLACE PLACE DENSITY Al INITIAL WT. TEST SAND MOLD NO. B WT. SAND RETAINED 20.3 C WT. SAND USED SS D TEST SAND DENSITY 835"5' E VOLUME SAND USED . L90" F VOLUME CONE + RING . 1667 G VOLUME TEST HOLE -1271 H WT. EXC. SAMPLE + TARE 2/. VS I TARE WEIGHT Z &o J WET WT. EXC. SAMPLE 1.9 -15 K WET DENSITY IN PLACE /.5 -a.7 L DRY DENSITY IN PLACE 140- -1 G6QR, METHOD A MOISTURE SAMPLE MAXIMUM DENSITY RATHOLE DATA FIELD MOLD NO. LAB WET WT. 9®O 4 01 DRY WT. 2 MOISTURE 9 % MOIST. M $, $ WET WT. AT COMPACTION N SP. GR. ROCK SPECIFICATION: NL_ Z, to CJ WET WT. ROCK DRY WT. COMP. SPEC. 3,$O DRY WT. ROCK '7 WET WT. - % MOISTURE DRY WT. - TOTAL DRY WT. CONDITION OF MOLD 17. H 7. ROCK 2170 CORR.MAX. DENS I TY 13 7.3 & 9 c,NART . MAXIMUM DENSITY RATHOLE DATA SUMMARY MOLD NO. 1 2 3 4 01 INITIAL WT. SPECIMEN DENSITY MOISTURE 9 9 P WET WT. AT COMPACTION TENT. RC = % SPECIFICATION: NL_ %, Q DRY WT. COMP. SPEC. R % MOISTURE CONDITION OF MOLD S HT. COMPACTED SPECIMEN T WET DENSITY V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C+ D UNIT CONE +UNIT G =E - F K =J . G CONE .1667 - L = K . (100% +N) Q = 0 _ (100`7 + N) SM. RING .0143 .1610 R = (P -Q) _ Q V = FACTOR x Q _ S LG. RING .0302 .1969 REMARKS: Test Method Colif. 216 -F 0 RESIDENT. ENGINEER (CITY ENGR.) F3a11 -83 140 1 B� METHOD A VB ❑ SUMMARY RECORD WHOLE NUMBERS IN PLACE OPT. 140 I 7 DENSITY MOISTURE 9 9 RC= 100+ % TENT. RC = % SPECIFICATION: NL_ %, ® BILLING WILL BE MADE AT END OF MONTH RELATIVE COMPACTION 0 0 ❑ Preliminary tests prior COUNTY OF ORANGE to award of contract. ROAD DEPARTMENT 0 Material Testing Section TEST bo C— 7X6 i FIELD NO. RELATIVE COMPACTION ".0 N.OR t- 1cOntrel tests On IW O OR P O OR AHFP) LJ.d� materials actually , • entering into works. — DATE REPTO. If contract, use contract item PROJECT_ Acca cpv.•.r F rk'.ri.vG car AGENCY cr` �F^ -"` ASL `C � RESIDENT ENGINEER (INSPECTOR) �L CA CONTRACTOR caoa CYN SEND REPORT TO:' . CONSTRUCTION E] AGENCY AGENCV 0AINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION ccEnn.- :ci7o. -ir Grti'.4T/ .: !. N RT LT OF CL STA °T'/0 REPRESENTING LIMITS TYPE MATERIAL ms's acuE O DEPTH 20. TO BELOW FINISHED GRADE DATE % -iG -GB TESTED BY: C4.9r : METHOD A MOISTURE SAMPLE MAXIMUM DENSITY RATHOLE DATA FIELD LAB WET WT. 3 y0C2, Oj DRY WT. 6,�f 7 % MOIST. M �.S N SP. GR. ROCK '�7,�C WET WT. ROCK I DRY WT. COMP. SPEC. 7:40 DRY WT. ROCK 7 2$ WET WT: - a % MOISTURE ). L DRY WT. - n 2C.O TOTAL DRY WT. CONDITION OF MOLD 27. 34 % ROCK 21010 CORR.MAX. DENS] TY 191.5 • MAXIMUM DENSITY RATHOLE DATA MOLD NO. 1 2 3 4 Oj INITIAL WT. SPECIMEN P I WET WT, AT COMPACTION Q I DRY WT. COMP. SPEC. R % MOISTURE CONDITION OF MOLD S HT. COMPACTED SPECIMEN T WET DENSITY V DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C+ D UNIT CONE +UNIT G =E - F K = J +G CONE .1667 - L =K= (1 Do- +N) Q =O= (100 % +N) SM. RING .0143 .1810 R = (P -Q) _ Q V - FACTOR x Q+ S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F • 1 B- METHOD A RE3 ❑ SUMMARY RECORD WHOLE NUMBERS IN OPT, PLACE DENSITY �Jppg 13 MOISTURE O RC = 100 % TENT. RC = % SPECIFICATION: NL_ %, ® BILLING WILL BE MADE AT END OF MONTH BY RESIDENT ENGINEER (CITY ENGR.) RELATIVE COMPACTION r3011 -e3 •i FOR: C] ACTION & DISPOSITION ❑ PUBLIC WORKS ❑ INFORMATION TQ� DIRECTOR Date ❑ RETURN MAYOR ❑ MARINA PARK ❑ COUNCILMAN ❑ MARINE SAFETY [_] MANAGER [] PARKS & REC. ATTORNEY ❑ PERSONNEL [] BUILDING [] PLANNING [_] CITY CLERK ❑ POLICE [J FINANCE (] PUBLIC WORKS [] FIRE { ] PURCHASING [] GEN. SERVICES [] TRAFFIC [] LIBRARY ❑ FOR: C] ACTION & DISPOSITION ❑ FILE ❑ INFORMATION ❑ REVIEW & COMMENT ❑ RETURN Remarks:I am pleased to see you taking this strong position that you have on this ocean ,ront sidewalk problem. I asked Jake to have his concrete foreman express an opinion on the workmanship. The enclosed observations might be of some value to you in following through on this matter. CITY OF NEWPORT BEACH CALIFORNIA February 16, 1968 Mr. Robert Lynam 2.300 East Coast Highway Corona del Mar, California Subject: Ocean Front Parking Lot Construction Dear Mr. Lynam: The concrete work placed by your sub - contractor, P. J. Markey Construction Company, on the Ocean Front parking lot, has been reported to ne to be of very poor quality. As a result of this report I have made a personal inspection of the site and certainly concur with the findings. This is the City's first experience with P. J. Markey as a sub- contractor and we are very disappointed in his performance. In future projects the City will not accept Mr. Markey as a qualified sub - contractor unless satisfactory evidence can be presented to the City that shows that his firm has the capability of doing this type of work in an acceptable manner. Before the project is accepted by the City, I would like to make a visit to the site with you and our Field Engineer to see what can be done to approve the appearance of the work. Very truly yours, Joseph T. Devlin Public Works Director JTD /ldg CC: City Manager Field Engineer . CZ r ( l/ 2�^LC� c,I,7GG[G� ie ILeC�i1p , Ll CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard TO: R. L. Lynam 2333 Pacific Coast Highway Corona del Mar. California ATTENTION: SUBJECT: NEWPORT OC ARKING LOT Contrac o. 1143 We are Transmitting t wing: 0 �- No. Copies Description 3 Remarks: Progress Payment Request No. 1 Please sign the original and one copy and return to our office. Retain one copy for your file. Copies to: ldg By: _ Assistant Civil Enginewr CITY OFNEWPORT BEACH - PUBLIC WORKS DEPA TMENT PROGRESS PAYMENT REQUEST NO. 1 FOR PERIOD ENDING February 115, 1968 PROJECT: N-E'; PORT CC :AN FRONT PARKING LOT 02 -5697 -180 B DGE7 N0. 26- 3297 -024 CONTRACT NO. 1143 `�i✓ NO CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE k4CL'tv7 EARNED I i I Rem. Pavement 0.07 /SF 28,000 SF i 1,960.00 2. IA.B. 3.03 /Ton 600 Tons i 1 1,818.00 I 3. 1A.C• 6,84 /Ton - 4. 18" P.C.C. Drive Approach 0.78 /SF 320 SF I 249.60 S. "3" Curb 1.55/LF 562 LF 871.10 6. 4" P.C.C. Sidewalk 0.50 /LF 5,000 SF 2,500.00 7. �Re;,,. Tree -well sections 20.00 Each 8 ea. 160.00 8. +Topsoil 5.50 /CY 20 CY 110.00 9. "A" Curb and gutter i 2.00 /LF 127 LF 254.00 10. I i4" P.C.C. sidewalk w /walls 0.70 /SF 900 SF 630.00 '6" P.C.C. drive approach 0.55 /SF 135 SF 74.25 12. ispeciA curb, walk, wall 7.00 /LF 725 LF ' 5,075.00 I I 13. ?4" P.C.C. splash pads 1.10 /SF - 1 - + 14. i 12" [dater service 200.00 Each 1 - 90% 180.00 15. 1 Sprinkler system 900.00 /LS 95% + 855.00 16. ;Telephone Conduit 1550.00 LS 1 ! 90% 1,395.00 17. Parking Meter Post i ] 15.00 Each $16,131.95 ORIGINAL CONTRACT 625,657.60 EXTRAS TO DATE CONTRACT TO DATE Send payment to: ;.;cuNr EARNED 16,131.95 R.L. Lynam LESS .Ou RETENTION 1,613.20 2333 Pacific Coast Highway LESS PREVIOUS PAYMENTS - Corona del Mar, California AMcUNT DUE THis REQUEST 14,518.75 i HEREBY CERTIFY THAT THE "ABOVE AMOUNTS AND VALUES ARE T. 5!GNED� /: :u��•y� /i 51GNED _ 47 ENGI WEER C0NT RAC OR BY Date February 8 1968 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1143 Project Newport Ocean Front Parking Lot Improvements Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Robert W. L nam Address: 2333 E. Coast Hi hwa , Corona del Mar Amount: $ 25, 657. 60 Effective Date: February 7 1968 Resolution No. 6694 Laura Lagio LL:dg Att. cc: Finance Department Q r-1 LJ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard To: Robert Lynam 2333 E. Coast Highway Corona del Mar, California ATTENTION: Robert Lynam SUBJECT: Newport Ocean Front Parking Lot We are Transmitting the following: n U No. Copies Description 3 Remarks: Change Order it Please sign the copies (original & one) and return to our dfice. Retain one copy for your file. Copies to: ldg By: G. P. Dunigan, Jr. Assistant Civil Engineer so CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RECORD OF ORAL INFORMATION FROM: v J F IN PERSON i I FIRM: C. x,,, TEL. TELCON I7� To: FIRM: TEL. - /z6- - S— M NO. INIT. DATE P.W. DIRECTOR ASST.P.W. DIR. UTILITY SUPT, TRAFFIC ENGR. ASST. CITY ENGR. SUBDIV. ENGR. DESIGN ENGR. CO -OP, PROJ. ENGR. FIELD ENGR. SECRETARY SUBJECT: &�NPT. roc :"a`L FILE: C — DATE: / -3/ -G8 OUTLINE OF INFORMATION RECEIVED 17 1 GIVEN 11-t'� ��� ✓J ��u�X C� �iY'7 �Q.. '^�4.e "° .--vim Crrf- as/2G f�C ACTION REQUIRED PERSON RESPONSIBLE NOTE: MAKE COPIES FOR ADDRESSEES INDICATED BY "C" IN NO. BLOCK. DATE DUE E U) J J 4 2 } U C.� U O — ¢ } J 0 Ld V I 0 M I Q' Q. H 3 pw zz N U w ¢w wiz -oz F U w 2 o ° o D o N o c N u N ¢ �C OO oV Z O o 0 �Osr L 1 N� 0� f-� � � y T S00 J p J¢ W o a O J •900° N v0 0 o v N n-��}s - z N 0 M4io r a o j O O O N N N OL $ o o 0 0 N p 1z o ¢ O o O O �9 _j CV- N S 2 J -u Z h Opq� Ip °QOr o ,.o 3 (n 0 o 00 0 0 0 0 0 0 0 0 0° 0 0 0 0 0 0 o 0 p 0 o p 0 o O W F z 0 0 0 O O 6 0 0 In O 6 p p p O Lci a OD a q- W ¢ N N P N N Z� in 0 0 0 o Z O idi O o W M y f=- V) p �- v1 J vi lU O 0 h J �i W N W O g 0 N N 0 0 0 h In N O J J d O h + N 4 y _� s ° h > m Y 3 g/ 6 v f 6 3 v iv fj 6- S 0 t,1a S Q a��Ud Ot 4A N s� °r f¢s wa £ �S1 c 3 v u oa s m U0. s d �¢Qd �H ie v 9� 1- to s>_ o d 1+ u+ 'n vi s "I 0 0 h W W , x: n L `J 0 r a � O J 7 7�— Cz Z�O � 11 �1 4 {ppg pp , U Q J 1 i v7 W 7 Z ^ J W G I W ti Z .Z 1 - G 4 {ppg pp , 1 I 1 Z) j oO �1 r 1 I d i I �� � Nr H 1:Z1to [12 U i7-- N r i 4 O$ 00 o Ba oojc�oi oola� i i til rpQ i i ` 14 L9 ' p� i I J 1 V' IO�00 JO O 'o O o e' In o; h o O c In a + Q2 bi I! I 1 N C� ;viU J p O G O U VI O Ci J p of OI CkD oecr loo -z �2; •�I Lr) 1<) Q I i L I 1 nA .• S Oi QF ) � i= � `•i _ N U 4� � L': h J Cj W� Ol� V1 a IL I Iv` �p� n PiG 1 1 i I •)- :. 'L. �>! e) Cr r� l.' et U r 1. 1 � p + rL rl i 1 I 3, 1 w • A. vZOOLAMON or *COWL Or To Cm Or T MA" & IMA COMPA9V I% TO "PAWT 3 yam l'R Lu�off !bllDiMlllfMMlli' °C I 4 5 WmarAss "` 1 to the notieo iavit:itg bids for work 6 c sisst%g of the !Rmpoft 40om 1tvat: parking let taqsrvveaeets. is 7 8000*dssseo 'sl,Qie too plans and speessiiaatims bolsolfora adey"d, 8 .beads tewts ries"Ved'on the lbtb clay of JattAWYO 1%81 and po"Isly 9 OPOM& sad declarod; and 10 VICUMS. it appoe" that the to est" responsible bidder 11 thexotor is It t W. Lyssn; 12 NW9 TMWYM a IR It iti .VBD that tbb bid of sett V. 13 LYUM 14, tilts s usat *f SU.631.60 be aOC*Pt4A SAd that the coscraet 14 for t lse oaetstsastUs work be awarded to said bidder• " 15 OX IT iMIM UJOLM that tbe mayor acrd Cj" Clark 16 arc boveby autbaclood sod direated to execute a oestract: in 17 scoordamee wsitth the speciflostlens, bid seed, this award rd an beeMW 181 of the City of Nomport Smacko Baal that the My Clark be dtsesttsd 19 to furnish as executed Wvy to the o"ec sssfiial bidder. 20 ' Aib *U day of 21 22 23i AT'it 24 25i I 261 27 28` 29` 30 31 32 Ny A, .. y tx a Sg ! r S y p y t �� �vy.fs •« yr a Y 'I" a Yr�x4 px - aYtq x �t iti 2J`c`rR r.A r J� :V Rtk ti L � f fi 1 v t 5:y r a a a a S �y+ Y- •'�6�YvFi a';-+4 t- 7"�s'`Y S "mss Yl`F�Y,a r i 4 11 .31^ tA4.=i a -- f [ H x +� ny y i W t # fL 4 Nfh. trn7' y R i•� 'N'S�11' "tromp' c n/ � i /. y �'s .t it ' P �' � -'"j.� < + i} 1"t"• Yi! l . t d a^- ! 3 x a ^ffif' le fiT 1 r N a �- s 4: T / CITY PI(l W(NtT MACH m P,wIC. wms NT ESTIMATING EOW PROJECT NEWPoe7- L)CE/; 4 FRONT PAeKl t4G LOT r— 114-3 p DiVISBON e. DATE iArjuApY 5 /9108 1 `I BY3 G. P. P. PRELIMINAff FINAL l , NO. I TEM QUANTITY. UNIT PRICE AMOUNT I , R� '; e P4ve �- Pre are 5 rake Z8 occ S. F, 0, i0 2,800. 03 Z . Co,,s4,-,,, c+ 4-" Th ; c ,C A re nT� �asC loOC) To, s Soo 3 0 00.00 3. Cohs- ,C-I A.C. Lj. Cuhx� ca P.CC. �r;vewc.• �Iln oac� 320 S.F. 1.00 324.00 T Pe 525 F . , 0 %. C.1544 uc� 4 TL,:c� P.C.;. 5,c1� a `� 5, 600 S.F 0.5 2,500.00 7. p , ^e..,/e 4'x4 /5.00 120.00 Fl.tY' . .sG,',A alGcc- lop's o, 1 ;p0 C.Y. 5.00 3CO.o0 9. C �,/,od, +;ecl I pe d Chu �Co° C.F-. /30 L.F 2,00 2150. co /0. Co,. 4 TI-. P..C.0 S; l 11 000 S. F' 0.75 750 •60 ! . 11. �o�•;+ TL cl �r vewa. �pP o�� h 135 S'. F-, 1.00 125.00 12, % YP RLS L. F, 4,950.00 r _.. ..� /�' Co, -ta. ¢' 7ti:cl� PC C. S lash meads 30 S.F. 1.00 ?C'.GC 14. Z. W +�� ,,r ;�.� 1 rA 300.00 goo•oo 1.57 Fv„ -�.;S l-.r . -rd ��! �->'(', V-, 'K\._!. e. ��� ^. i-t+•. -.._ L.S. .�}'200�U6 /l0. /.L �r�s`1 \v 1.0 1 -.-1 I VhLil V'(i, /i —', E_'�lk' l'l t, ♦(.'i �`4,'. :�'.n'.T 1 L.`•) L �O 0. 00 /7 l 1 LnsFc II n rw -. 1v�e_4 .ti s 54 C-A l0 Dc 540.00 T /4 L. '80285. r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TO: FILE C -1143 December 5, 1967 FROM: GAIL PICKART SUBJECT: NEWPORT OCEAN FRONT PARKING LOT IMPROVEMENTS, C -1143 An informal meeting was held in the City Manager's office this date. Attending were the following people: City Manager - Harvey Hurlburt Public Works Director - Joe Devlin City Engineer - Ben Nolan Asst. Civil Engineer - Gail Pickart Two plans for improving the area were presented. The first consisted of accomplishing only those items of work proposed in the Capital Project Request and the second consisted of complete recon- struction of the parking lot. The second plan which was estimated to cost approximately $60,000 was eliminated from further consideration. Mr. Hurlburt stated t%t the purpose of this project was to improve the parking lot to the degree that it would be useful and last for a 10 -year period. With this limited requirement, there didn't seem to be any need to spend the large amount of money for complete reconstruc- tion. Accordingly, under the first plan, the following items of work will be included in the design: 1. Construct 8" thick driveway approach (P.C.C.) at 21st P1. 2. Construct curb and gutter and 4" thick P.C.C. sidewalk from McFadden Place to 22nd Street(4' x 4' tree block - outs spaced at 40' intervals will be provided). 3. Sawcut and remove portions of existing sidewalk to pro- vide for a 4' x 4' treewells between 22nd Street and the westerly edge of the parking lot. 4. Construct curb, remove portion of existing median, and place topsoil for planter area at westerly end of median. 0 Subject: C -1143 Page 2 5. Construct curb and gutter (8" curb face) and 4" thick sidewalk with planter areas along westerly edge of parking lot. 6. Construct 6" thick P.C.C. driveway approach at south- westerly corner of parking lot for beach cleaner access and egress. Posts and a chain will be provided to pro- hibit unauthorized access. 7. Construct monolithically along entire southerly edge of the parking lot a curb and gutter (8" curb face), 4" thick sidewalk and 12" cutoff wall. Sidewalk, including cutoff wall, to be 6' wide. 8. Reconstruct approximately 25,000 ft2 of the parking lot with 2" A.C. /4" A.B. 9. Cap remainder of parking lot with I" thick asphaltic con- crete. 10. Place 6" diameter perforated transite pipe at about 50' intervals through monolithic curb and gutter and sidewalk eerier to provide for drainage. Sec4.on This plan will not correct the following deficiencies: 1. The curb on the northerly side of the median (easterly half) will still be excessively high and car bumpers will scrape. 2. The 1" A.C. cap will nearly cover up the curb face along the southerly side of the median and the face of the curb from 22nd Street to the westerly edge of the parking lot. 3. Drainage will be improved, but a few "birdbaths" and ponds will remain. 4. Most of the places where the pavement should be completely removed and a new structural sectiomconstructed will be accomplished. The 1" a.c. cap will have to fill in some of the chuckholes. The project will be designed to do as much work as possible within the amount of money ($23,000) budgeted. Gail Pickart Asst. Civil Engineer GP:naj -4a, - CITY AWORT 6EACH - PUBLIC raWS W "T ESTIHATgNG FORK PROJECT NHWP02T- OcFAw. Fri LT Pa w i _ Lo7 DIVISION EMG2 . DATE 11 -Z8 - lo7 p FL A N1 I. BTs G. P. P. PRELBMBNART FINAL i NO. ITEM QUAN79TY• UNIT PRICE AMOUNT /� 1..0X13 +rum+ 8' Tk- ,L-, PC,C. yr��e. -ic.. A roac .3400 S.F. � /.GO r 3!40.00 �I..Lltides Re....oJ�.l u: Ex.si Con,c. Approac(.� t � 2. C.o L""n e .A.. C G 8" Curb F'F.e-) 875 L. F. Ir�lHd fz .'Q'.I �G Ey:s1 C ,1. a..e s1 L h +. . e< ..,,.. c.;,+ PV—t. 4� r GJtier 3• C� S� �+ 4 c S: k1c 8300 S.F 180.00 �. \.fOn S�ru L� ,nr �' �,n v`lp rI <G L. F �.�� 270. oo 1 G 3..L.I .. dam:. �C w.J4� U♦ P6,4IG- 4� xIS .\ a.,A PIuCe. TO 50. 50 C y 00 Pc.0 130 5. F. 0.80 /05.00 7 o�s�r „ <� 4” rh..: �. i' c..G. 5. \� .J�� w: X50 L, F G. oO 3 980.0 0 \r/au And Mod, ;e Types "A' c .beC tyl 8. C.•�..n3.�rnL 4-< Ifs:cIC�P C.0 S; �2...Aly- A ro.' O 5.F. �v 50 80 C1hCk as ee. WJal ci hp.i:� hi p cx;s{'. L) q° P C.C. S;Ac wq �tt �1 . 1 <ic..' o VU S. F, -44 7 1 0. $0 500. 00 :4r...c� rvlU�.�Ctl t....ibE! i 'i-GJ L.F 2$o,oa Lx: � r. I.C. l ay.2,_.; ,..,-+ f ✓`_ �; -;., Zla o00 S. F 0, I O 2 (coo.0 12. 1 + 4 J a�Q �Se boo Totes 4.06 2 400. off' - 3. Z " A Tows 8. 2 4oa.00 A.L Ca SGo Ta„ /O.oc 5 ovo 00 Kc ¢..� tea�k•r Me- A, er L.S. 3"00.00 To i R L a �. -.�.. 3 O.OU TA.'.s pl< ..,ia+ tipPro ¢ or aez:9n. AS o. r � sJ . J CITE' ^WONT OEACII - PIALBC. WORKS AWNT ESTIMATING FORM PROJECT NEWP02'r OCF_A'4 FFZaQ-r PARKIKG Lo-r Sys G.PP !Mt�20vE M EhtTS PRELBMiItrU Y DIVISBON EriGz DATE 12-5 -loi 0 PIWAL Pi_ P. tQ 71 r ..... uc 1 NO. ITEM QUANTITY. UNIT PRICE AMOUNT I• (fie .,ov Ex 15%. tww,4 Pre parC Suo Jd /OCiDuo J. F, 0.10 IO,000 Z. �C ,uvc: �x•s�. Co .c. M��l:av� Co, 5U0 S. F,' 6.20 1,300 -3• CO,-•Sirt ,C S Th;cL P.C.C. L�r:ve way Appwa ck rncl,.das Re —.Val of Ex:s�. Co..c. Apyrcnc4 360 S. F' /•DO 3/00 . `I Co r�ruc"} Type °A " C,r. Gu -tier V�e" C...6 Face Sr.cta�e rc. -moo. I � - . -4 -- a° Tti',�l Pc.c S" A- K Q?, ..,,.., 375 L.F 3.00 (, 125 5300 S. F. 0.(oo 3 180 } T B C r1� lo" C .Yb t .;:- /35 L. Z. 0c) 270 : 7. 1 fur ;5h a. Mace T: ;:c 5o C.Y (�•o0 300 T1",,ck P.C.G. b.^Vewa ,/ � 0,9 C) lay 9. l'.+l.,c�l1� C�•.(�, £` C�.,iic': r s:�_ >ar. is �oF w�11 X50 L. F. 9.00 5$54 '; /,3 o e Il. Co s Lr - k C b e C- �.4 A, G,4 �c. 14-0 L.F. Z oo 280 f2 . a-° i ti � C _ BZO L. r $ o o SloO 13. Co,.s ,- ,< 4 (o" A r<_ - +c t, 3 (000 Tc S 4.0o /4 40 0 4 Co..S-i-",_,. -� '� /�. !+ L re F.._ f'vrrt. / Zo lo. hl r +e 2,,5:)0 t` j o -FP L r '= �EC MMEtiIT BUDGE rlr.iG �k too 000 TLI.s plan. VA's C- ro used Ca l 4e reco str.nc.i-ior% of Fl,e tjCWP02T- OCCAN F00"T PA12 W 0W.6 Lo H/o5 i el e,AoA 4'ra. V,. c arms :dera f, om as C, re ul4. a� w:4 , -FLT C;4y Man er � Pw6k7 Works