Loading...
HomeMy WebLinkAboutC-2288 - Parking Lot Improvements (A & B, 30th Street & Police Department0 CITY OF NEWPORT BEACH P.U. BOX 1768, NER'PORT BEACH, CA 92663 -3881 September 15, 1982 All American Asphalt 932 Town & Country Road Orange, CA 92668 OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety: Fremont Indemnity Company Bond No.: B 212769 Project: Parking Lot Improvements Contract No.: C -2288 The City Council on August 23, 1982 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bond 35 days after the Notice has been recorded. The Notice was recorded with the Orange County Recorder on August 27, 1982, reference No. 82- 304219. Please notify your surety company that the bond may be released 35 days after this recording date. Sincerely, r: Wanda E. Andersen City Clerk WEA :lr cc: Public Works 3300 Newport Boulevard, Newport Beach pWna return td fou,' ADI B a City of Newport Beach 3380 Newport Blvd. P.O. Box 1768 Newport Beach, ZA 926634M 1i On ¢.rp,�eaano �wwn v« e««� coos e+m EXEMPT C12 NOTICE, OF COMPLETION PITBLIC WORKS °2- 304219 OF ORANGEIC UN Y,ICALIFORNIA -235 pry AUG 27'82 lo All Laborers and Material Men and to Every Other Person Interested: YOII WILL PLEASE TAKE NOTICE that on August 23, 1982 the Public Works project consisting of Parking Lot Improvements (C -2288) on which All American Asphalt 932 Town & Country Rd. Orange CA 92669 was the contractor, and Fremont Indemnity Co 1709 W 8th St Los Angeles, CA 90017 was the surety, was completed. CITY OF NEWPORT BFACH at��'' Pu ic Works Director VERIFICATION 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 August 25, 1981 at Newport Beach, California. Public' Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on August 23, 1982 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. Lxecuted on August 25 1982 at Newport Beach, California. City Clerk i CITY OF NEWPORT BEACH OFFICE OF THE MAYOR 9tiFORN`,, (714) 640 -2110 d s. August 25, 1982 .; Lee A. Branch County Recorder P.O. Box 238 :`Santa Ana, CA 92702 Dear Mr. Branch: Attached for recordation are two Notice of Completions of Public Works projects consisting of: 1. Parking Lot Improvements, Contract No. 2288 on which All American Asphalt was the Contractor and Fremont Indemnity Company was the Surety. 2. Storage Facility & Engine Room at Big Canyon Reservoir, Contract No. 2199 on which J. Harris and E.J. Harris Construction was the Contractor and The American Insurance Company was the Surety. Please record and return to us. Sincerely, Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 �� �;. : � =�,., `• ..; August 23, 1982 V.0 �-�'< t� CITY COUNCIL AGENDA LG 23 1982 ITEM NO. 7-iY TO: CITY COUNCIL y Ce!IY COUNCIL .:; x Y CC, h' -Y:!e `z%T WeACH FROM: Public Works Department SUBJECT: ACCEPTANCE OF MISCELLANEOUS PARKING LOT IMPROVEMENTS (C -2288) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk 3. Authorize the City Clerk Notice of Completion has DISCUSSION: to file a Notice of Completion. to release the bonds 35 days after been filed. The contract for the construction of Miscellaneous Parking Lot Improvements has been completed to the satisfaction of the Public Works Department. The bid price was $86,543.35 Amount of unit price items constructed 92,447.10 Amount of change orders (adjusted quantity of unit price items) 3,693.00 Total contract cost 92,447.10 Funds were budgeted in the General Fund. After award of the contract, it was decided to replace broken and displaced sidewalk and curb adjacent to the A and B Street parking lots. A change order was issued to authorize the increase in the quantity of the unit price items. The design engineering was performed by the Public Works Department. The contractor is All American Asphalt of Orange, California. The contract date of completion was July 1, 1982. The work was completed on June 18, 1982. Benjamin B. Nolan / Public Works Director GPD:rb ! 0 ° CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK FORN�' (714) 640 -2251 Ft i am aj DATE: May 21, 1982 5' 2 t' 0 2� TO: FINANCE DIRECTOR FROM: City Clerk SUBJECT: Contract No. 2288 Description of Contract Parking Lot Improvements Effective date of Contract May 20, 1982 Authorized by Resolution No. Min.Act. , adopted on May 10, 1982 Contract with All American Asuhalt Address 932 Town & Country Rd. CA 92668 Amount of Contract $86,543.35 Wanda E. Andersen City Clerk WEA:lr City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 • � - as �� CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 640 -2281 May 10, 1982 All American Asphalt 932 Town & Country Road Orange, California 92668 Gentlemen: e or rro.iec The City Council awarded the subject contract to you on May 10, 1982. Enclosed are four copies of the contract documents. Four copies each of the following documents shall be executed: Payment Bond (pages 9 & 10) Faithful Performance Bond (pages 11 & 12) Certificate of Insurance and Endorsements (pages 13, 14 & 15) Contract (pages 16 & 17) The date of the contract is to be left blank since it will be dated when the City executes the contract. The distribution of executed contract documents will then be (1) City Clerk, (2) Engineer, (3) Contractor, and (4) Bonding Company. Note that the enclosed forms for Certificate of Insurance and Endorsements are the only forms acceptable to the City for this purpose. The Standard Specifications require that you sign and file with the Engineer a Workers' Compensation Insurance certificate. You may execute and return the enclosed Workers' Compensation Certificate to satisfy this requirement. All of the executed documents mentioned above shall be returned to the Engineer c/o Public Works Department, City of Newport Beach, 3300 West Newport Boulevard, Newport Beach, California 92663, within ten (10) days ({lot including Saturday, Sunday, and Federal holidays) after they have been mailed to you. Very trul 7 yours, 1 1z Llo d R. Dalton P iect Engineer Enclosures LRD:jd "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers' Compensation or to undertake self - insurance before commencing any of the work." Date I Signature CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M. on the 28th day of April 1982, at which time such bids shall be opened and read for PARKING LOT IMPROVEMENTS 1. A and B Street Parking Lots Parking Meter Installation 2. 30th Street at Newport Boulevard Parking Lot 3. Police Facility Parkin Modifications Tit e of Project 2288 Contract No. $81,400 Engineer's Estimate 0Tk Approved by the City Council this 12th day of April , 1982. G�?GL'2 C • — Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Lloyd R. Dalton at 640 -2281. Project Engineer PpnpnSA1 PARKING LOT IMPROVEMENTS 1. A and B Streets Parking Meter Installation 2. 30th Street at Newport Boulevard Parking Lot 3. Police Facility Parking Lot Modifications CONTRACT NO. 2288 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR la The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract No. 2288 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Clearing and Grubbing @ Nine thousand seven hundred Dollars and No Cents $ 9,700.00 Per Lump Sum 2. 102 Remove existing block wall Lineal Feet (approximately 6' high) @ Twelve Dollars and sevent -five Cents $ 12.75 $ 1,300.50 Per Linea Foot 3. Lump Sum Construct landscaping and irrigation @ Nine thousand Dollars and No Cents $ 9,000.00 Per Lump Sum ITEM NO. 4. 5 A 7 L 9 10 174 Lineal Feet 20 Lineal Feet Construct 6 -foot high block wall @ Fifty Dollars and No Cents Per Lineal Foot Construct 2 -foot high block wall No Linea $ 50.00 $ 8,700.00 Dollars and Cents $ 30.00 $ 600.00 • • PR lb QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Modify existing electrical systems @ Two Thousand Five Hundred Dollars and No Cents $ 2,500.00 Per Lump Sum 79 Construct parking meter post Each foundation @ Fifty -five Dollars and No Cents $ 55.00 $ 4,345.00 Per Each 23 Remove and reinstall existing P.C.C. Each wheel bumpers @ Seven Dollars - and No Cents $ 7.00 $ 161.00 Per Each 240 Construct 4" thick aggregate base Tons @ Twelve Dollars and No Cents $ 12.00 $ 2,880.00 Per Ton 7 Construct 8" dia. transite drain Lineal pipe Feet @ Twenty Dollars and No Cents $ 20.00 $ 140.00 Per Lineal Foot 174 Lineal Feet 20 Lineal Feet Construct 6 -foot high block wall @ Fifty Dollars and No Cents Per Lineal Foot Construct 2 -foot high block wall No Linea $ 50.00 $ 8,700.00 Dollars and Cents $ 30.00 $ 600.00 F 0 . PR lc ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 1 Construct drop inlet with grate Each @ Nine Hundred Dollars and No Cents Per Each $ 900.00 $ 900.00 12. 3228 Construct 4" thick P.C.C. sidewalk Square Feet @ One Dollars 13 1487 Lineal Feet 14. 216 Lineal Feet 15 16 17 500 Square Feet 100 Tons ar, and Cents $ 38.00 $ 3,800.00 600 Construct asphaltic concrete overlay Tons @ Thirty -four Dollars and No Cents$ 34.00 Per Ton $20,400.00 and Eiqhty -five Cents $ 1.85 $.5,971.80 Per Square Foot Construct P.C.C. curb @ Six Dollars and Fifty -five Cents $ 6.55 $ 9,739.85 Per Lineal Foot Construct P.C:C. curb and gutter @ Eight Dollars and Forty -five Cents $ 8.45 $ 1,825.20 Per Lineal Foot Construct P.C.C. driveway approach @ Two Dollars and No Cents $ 2.00 $ 1.000.00 Per Square Foot Construct 4" thick A.C. base course @ Thirty -eight Dollars ar, and Cents $ 38.00 $ 3,800.00 600 Construct asphaltic concrete overlay Tons @ Thirty -four Dollars and No Cents$ 34.00 Per Ton $20,400.00 • • . PR Id ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 18. 120,000 Fog seal asphaltic concrete pavement Square Feet @ No Dollars and One cent and six & half mils Cents $ .0165 $ 1,980.00 Per Square oot 19. Lump Provide pavement striping Sum @ Seven hundred Dollars and No Cents $ 700.00 Per Lump Sum 20. Lump Construct 12" -thick P.C.C. slab and Sum raise three existing valve frames and covers to finished grade @ Nine hundred Dollars and No Cents $ 900.00 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: Eighty -six thnusand five hundred forty- threeDol I a rs and Thirty -five Cents $ 86,543.35 267073 - A Contractor's Lic. No. & Classification (714) 973 -1484 Bidder's Telephone Number April 28, 1982 Date All American Asphalt Bidder S /Robert S. Bradley, V.P. of Marketing Authorized Signature /Title 932 Town & Country Rd., Orange, CA. Bidder's Address • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) S. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. 267073 A All American Asphalt Contr's Lic. No. & Classification Bidder April 28, 1982 S /Robert S. Bradley, V. P. of Marketing Date Authorized Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1. No. 3 Carlson Landscape Fountain Valley 2. Nn, 3_ Spyrock Canyon Lake 3. No_ 4 AEC Electrical Orange 4. Nn. 6, 1g .1 & Striping Orange 5. Nn g, in Pattpraon Co. Santa Ana 6. 7. 8. 9. 10. 11. 12, All American Asphalt Bidder SlRobert S. Bradley, V.P. of Marketing Authorized Signature /Title FOR•IGINAL SEE CITY CLERK'S FILE Co Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, ALL AMERICAN ASPHALT , as bidder, and Fremont Indemnity Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten percent of the total bid in - - - - - - - - - - - - Dollars ($ 10% of Bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of PARKING LOT IMPROVEMENTS 2288 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 20th day of April , 1982 Bid opening: April 28, 1982 Bi d ALL de AMERICAN ASPHALT r (Attach acknowledgement of Attorney -in -Fact) SlRobert S. Bradley, V.P. of Marketing SJBarbara J Bender - Notary Public Authorized Signature/Ti an. A IN TM ai r TjMeTt MINIMMEM11. � Title Attorney -in -Fact . i Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. All American Asphalt Bidder S /Robert S. Bradley, V.P. of Marketing Authorized Signature /Title Subscribed and sworn to before me this 29th day of April 19 83 My commission expires: December 16. 1983 S /Annette B. Armstrong Notary Public ORIGINAL SEE CITY CLERK'S FIL&OPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. ON FILE WITH CITY CLERK ALL AMERICAN ASPHALT Bidder S /Robert S. Bradley, V. P. of Marketing Authorized Signature /Ti Ie I . Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No 1981 City of Cypress Street Construction (714) 828 -2200 1981 City of Long Beach Street Construction (213) 590 -6555 1981 City of Garden Grove Street Overlay (714) 638 -6886 ALL AMERICAN ASPHALT Bidder S /Robert S. Bradley V. P of Marketing Authorized Signature /Title • • Page 8 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's de Guide: Property- Casualty. Coverages shall be rovey R ng TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. BOND NO. B212769 EXECUTED IN QUADRUPLICS PREMIUM FOR THIS BOND INCLUDED IN CHARGE FOR PERFORMANCE BOND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Page 9 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 10, 1982 has awarded to All American Asphalt hereinafter designated as the "Principal ", a contract for PARKING LOT IMPROVEMENTS (C -2288) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We ALL AMERICAN ASPHALT as Principal, and FREMONT INDEMNITY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of FORTY TH.S!"SITHOUSAND, TWO HUNDRED SIXTY SEVEN & 18 /100THS --------- Dollars ($43.267.18 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 above bounden Principal or his subcontractors, 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 specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon • `f Payment Bond (Continued) Page 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 13TH day of MAY , 19z �-- . r Approved as to form: C� Y City Attorney 1�1 ALL AMERICAN A ALT (Seal) Name of Contractor Principal BY: 1��'C-eVy ° "- 7 Authorized Signature and Title ' Authorized Signature and Title FREMONT INDEMNITY COMPANY "(Sea_1) Name of Surety 1709 W. 8t' t. An eles CA 90017 Address SU r BY: SigiVAure an e of uthorized Agent OWEN M. BROWN, Attorney -in -Fact 1717 E. Lincoln, Ste 200, Anaheim, CA 92805 ddress of Agent (714) 956 -4603 Telephone No. of Agent BOND NO. B212769 • 9 Page 11 EXECUTED IN QUADRUPLICATE PREMIUM: $779.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 10, 1982 has awarded to All American Asphalt hereinafter designated as the "Principal ", a contract for (C -2288) PARKING LOT IMPROVEMENTS in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, ALL AMERICAN ASPHALT as Principal, and _ FREMONT INDEMNITY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of EIGHTY SIX THOUSAND, FIVE HUNDRED FORTY THREE AND 35/ 100THS- ----------------------------- -- --------------- ---Dollars ($s6,543.35 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly 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 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, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect.its obligations on this bond, and it does hereby waive notice Faithful Performance Bond (Continued) Page 12 of any such change, extension.of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 13TH day of MAY , 1982 t Approved as to form: Mae,. CiCit�orney ALL AMERICAN ASPHALT (Seal) Name of Contractor (Principal) BY: 46t c6- s�O Auth6rized Signature and Title %arm -s-.wf 5 �� Authorized Signature and Title FREMONT INDEMNITY COMPANY (Seal).. Name of Surety 1709 W. Stn St., Los Angeles, CA 90017 Address of Su ty BY: Sign re an 't e of Authorized Agent OWEN M. BROWN, Attorney -in -Fact 1717 E. Lincoln, Ste. 200, Anaheim, CA 92805 Address of Agent (714) 956 -4603 Telephone No. of Agent k EA } / / \ § § i I I \� §\ /} M 0 \k�\ { \(\ !f \} \ \� @ / \J \ \�\ 2 2 ! ( _ / > 0 c ƒ � o ;\ / § > ) ) (\ } \ I� I \ )� cr CL City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED ALL AMERICAN ASPHALT 932 TOWN & COUNTRY RD CA 92668 CERTIFICATE OF INSURANCE 46 Page 13 INSURANCE COMPANIES AFFORDING COVERAGES Company A WESTERN EMPLOYERS INSURANCE CO. Letter company B Letter Company C Letter Company D Letter Company E 1 attar This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,the Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by ,,feg��Xe "ail, attention: Public Works Department. By: Agency: OWEN M. BROWN INSURANCE Aut 0 d Representative MAY 13, 1982 OWEN M. BROWN Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport 3each by or on behalf of the named insured in connection with the following designated contract: PARKING LOT IMPROVEMENTS - CONTRACT NO. 2288 Project Title and Contract Number JOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terns, exclusions and conditions of such policies, including attached endorsements. a Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. . ro ucts/ LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY x, Comprehensive Fo r1 GL -01- 4 -1 -83 Bodily Injury $ $ x Premises - Operations 0482- Property Damage $ $ X Explosion & Collapse Hazard 15211 x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 500* $ 500* x Broad Form Property Damage x Independent Contractors *(REFER TO EXCESS CERTIFIC TE FOR HIG ER LIMITS) x Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY Comprehensive Form Bodily Injury (Each Person $ A Owned oX Hired Non -owned BA -01- 0482- 15211 4 -1 -83 $ od1 y Injury (Each Occurrence Pro ert Dama e od1 y Injury and Property Damage Combined $500* EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutor and EMPLOYER'S LIABILITY ac Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,the Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by ,,feg��Xe "ail, attention: Public Works Department. By: Agency: OWEN M. BROWN INSURANCE Aut 0 d Representative MAY 13, 1982 OWEN M. BROWN Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport 3each by or on behalf of the named insured in connection with the following designated contract: PARKING LOT IMPROVEMENTS - CONTRACT NO. 2288 Project Title and Contract Number JOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terns, exclusions and conditions of such policies, including attached endorsements. a • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT it is agreed that: With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ Property Damage Liability $ (XX4 Single Limit each occurrence occurrence Bodily Injury Liability S 500_,000* _ _ each occurrence and *(REFER TO EXCESS CERTIFICATE FOR HIGHER LIMITS) Property Damage Liability Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expi -ation date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract _ PARKING LOT IMPROVEMENTS — CONTRACT NO. 22_88 � Project Ti -- t�and Contract No.�. This endorsement is effective Policy No. BA -01- 0482 -15211 MAY 13, 1982 at 12:01 A.M. and forms a part of Named Insured ALL AMERICAN ASPHALT Endorseme lo. WESTERN EMPLOYERS Name of Insurance Company INSURANCE COMPANY By_ utho 1 epresentative OWEN M. BROWN INSURANCE • • Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach.. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ _ each occurrence Property Damage Liability $ each occurrence (4X89ngle Limit Bodily Injury Liability $ 500,000* each occurrence and *(REFER TO EXCESS CERTIFICATE FOR HIGHER LIMITS) Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: PARKING LOT IMPROVEMENTS — CONTRACT NO. 2288 Project Title and Contract No. This endorsement is effective MAY 13, 1982 at 12:01 A.M. and forms a part of Policy No.GL -01- 0482 -15211 Named Insured ALL AMERICAN ASPHALT EndorsEment.No. WESTERN EMPLOYERS Name of Insurance Company INSURANCE COMPANY By uthorized-Representative OWEN M. BROWN INSURANCE City of Newport Beach 3300 dewport Boulevard Newport Beach, CA 92663 NAME AND .ADDRESS OF INSURED ALL AMERICAN ASPHALT 0 0 CERTIFICATE OF INSURANCE 0 URANCE COMPANIES AFFORDING Company A Letter Page 13 L,Om"'n_y B WESTERN EMPLOYERS INSURANCE COMPANY Letter ompany C etter ompany D etter ompany E attar This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). VOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,the Insurance Company affording coverage s 1 pr vide 30 days' advance notice to the City of Newport Beach by /� r ed mail, attention: Public Works Department. By Agency: OW EN M. BROWN INSURANCE Autf )rived Representative MAY 13, 1982 OWEN M. BROWN Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport 3each by or on behalf of the named insured in connection with the following designated contract: PARKING LOT IMPROVEMENTS - CONTRACT NO. 2288 Project Title and Contract Number IOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. THIS IS TO CERTIFY THAT WE HAVE ISSUED A VALID WORKER'S COMPENSATION POLICY IN A -FORM APPROVED BY THE CALIFORNIA INSURANCE COMMISSION TO THE EMPLOYER 81 NAMED ABOVE FOR THE POLICY PERIOD INDICATED. Policy LIMITS OF LIABILITY IN THOUSANDS 000 g. ro ucts/ COMPANY TYPES OF INSURANCE Policy Exp. LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY x Comprehensive Form x Premises - Operations Bodily Injury Property Damage $ $ $ $ X Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ $ x Broad Form Property Damage Independent Contractors Px x Personal Injury Marine Aviation Personal Injury $ AUTOMOTIVE LIABILITY ❑x Comprehensive Form Bodily Injury (Each Person $ ❑x Owned $ o 1 y njury (Each Occurrence Hired Property ama e 0 Non -owned Bodily Injury and Property Damage Combined $ EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ B WORKERS' COMPENSATION and EMPLOYER'S LIABILITY SR -01- 0482- 15211 4 -1 -83 Statutor $2,000 (Each Accident) VOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,the Insurance Company affording coverage s 1 pr vide 30 days' advance notice to the City of Newport Beach by /� r ed mail, attention: Public Works Department. By Agency: OW EN M. BROWN INSURANCE Autf )rived Representative MAY 13, 1982 OWEN M. BROWN Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport 3each by or on behalf of the named insured in connection with the following designated contract: PARKING LOT IMPROVEMENTS - CONTRACT NO. 2288 Project Title and Contract Number IOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. THIS IS TO CERTIFY THAT WE HAVE ISSUED A VALID WORKER'S COMPENSATION POLICY IN A -FORM APPROVED BY THE CALIFORNIA INSURANCE COMMISSION TO THE EMPLOYER 81 NAMED ABOVE FOR THE POLICY PERIOD INDICATED. City of Newport Beach 3300 Newoort Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED ALL AMERICAN ASPHALT 0 CERTIFICATE OF INSURANCE 0 Page 13 INSURANCE COMPANIES AFFORDING COVERAGES Company A Letter Company B Letter pony ter C MISSION NATIONAL INSURANCE CO. ' ompttany D 932 TOWN & COUNTRY RD Leer ompany E etter This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). COMPANY TYPES OF INSURANCE Policy Policy Exp. LIMITS OF LIABILITY IN THOUSANDS 000 — g. ro ucts/ LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Form Premises - Operations Bodily Injury Property Damage $ $ $ $ Explosion & Collapse Hazard Ix Underground Hazard xComprehensive Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ $ x Broad Form Property Damage x Independent Contractors X Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY C]x Comprehensive Form Bodily Injury (Each Person $ Owned $ o t y n7ury (Each Occurrence ax Hired Pro ert ama e []x Non -owned Bodily Injury an Property Damage Combined $ EXCESS LIABILITY (REFER O PRIMARY CERTIFIC TE FOR LOW R LIMITS) Bodily Injury and Property *IN Damage Combined EXCESS 0 $500* G Umbrella Form ❑ Other than Umbrella Form MN 01 20 31 4 -1 -83 PRIMARY $ 500* WORKERS' COMPENSATION and EMPLOYER'S LIABILITY Statutor n tLaCh Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,the Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: ,, IZI = r7t;-�7i _ Agency: OWEN M. BROWN INSrRANCE Authorized Rep resentative MAV t� RP OWEN M. BROWN Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport 3each by or on behalf of the named insured in connection with the following designated contract: PARKING LOT IMPROVEMENTS - CONTRACT NO. 2288 Project Title and Contract Number 40TICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. a • 6 Page 16 CONTRACT THIS AGREEMENT, entered into this 5tV* day of , 19 by and between the CITY OF NEWPORT BEAf = hereinafter "City, All American Asphalt _ hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: t 2288 Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Parkino Lot e 2288 Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Eighty -six thrnicand five hundred fortv -three dollars & thirty -five cents This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) • • Page 17 PARKING LOT and S al IMPROVEMENTSrovisions for Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH By Mayor ATTEST: City 4erk APPROVED AS TO FORM: City Attorney All American Asphalt Contractor By Its / By / Its 45-&—:5 5G C— CITY CONTRACTOR 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARKING LOT IMPROVEMENTS: 1. A and B Streets Parking Meter Installation 2. 30th Street at Newport Boulevard Parking Lot 3. Police Facility Parking Lot Modifications CONTRACT NO. 2288 INDEX TO SPECIAL PROVISIONS SECTION I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . 1 II. AWARD AND EXECUTION OF THE CONTRACT. . . . . . . . . . 1 III. BEGINNING OF WORK AND TIME OF COMPLETION . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . 2 V. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . 2 VI. WATER . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. COORDINATION WITH UTILITIES . . . . . . . . . . . . . . 2 VIII. DEMOLITION PERMIT . . . . . . . . . . . . . . . . . . . 2 IX. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . 3 A. Clearing and Grubbing. . . . . . . . . . . . 3 B. Existing Block Wall Removal. . . . . . . . . . . . 3 C. Utilities Modifications . . . . . . . . . . . . . . 3 D. Aggregate Base . . . . . . . . . . . . . . . . 4 E. Asphalt Concrete Pavement . . . . . . . . . . . . . 4 X. TREE REMOVAL . . . . . . . . . . . . . . . . . . . . . 5 I. II 1. 2. 3. SCOPE.OF WORK • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS PARKING LOT IMPROVEMENTS: A and B Streets Parking Meter Installation 30th Street at Newport Boulevard Parking Lot Police Facility Parking Lot Modifications CONTRACT NO. 2288 SP 1 of 5 The work to be done under this contract consists of parking lot improvements to be constructed (1) at A and B Street parking lots near Ocean Front; (2) at the southwest corner of 30th Street and Newport Boulevard; and (3) at the Police Facility, 870 Santa Barbara Drive. Work will consist of clearing and grubbing; grading; and constructing curbs, sidewalks, paving, ramps, parking meter bases, pavement striping, walls, landscape and irrigation systems, and modifications as shown on the Plans and specified herein. All work necessary for the proper completion of the contemplated improvements shall be done in accordance with (1) these Special Provisions; (2) the Plans (Dwg. Nos. M- 5218 -S, P- 5105 -S, T- 5268 -S, and M-5219-S);(3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction 1980 Edition) and (4) the Standard Specifications for Public Works Construction , (1979 Edition), including supplements to date. Copies of the City's Special Provisions and Standard Drawings may be purchased at the Publ Department for Five Dollars 5 . Bidders shall satisfy themselves by personal examination of the location of the proposed work and by such other means as they may prefer as to the actual conditions and requirements of the work, and shall not at any time after sub - mission of the bid dispute, complain, or assert that there was any misunder- standing in regard to the nature or amount of work to be done. AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisions of Section 2 -1 of the Standard Special Provisions and Standard Drawings for Public Works Construc- tion for requirements and conditions concerning award and execution of the contract. III. BEGINNING OF WORK AND TIME OF COMPLETION No work shall begin until a schedule of work has been approved with Engineer. The Contractor shall complete all work by July 15, 1982, or within forty -eight (48) consecutive calendar days following commencement of construction. It will be the Contractor's responsibility to ensure the availability of all materials prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extension of time. • SP2of5 Because of beach use, construction shall be completed at A and B Street Park- ing Lots and 30th Street Parking Lot as rapidly as practicable, but no later than June 11. Overlay and striping of Police Facility Parking Lot shall be during weekends only. IV. PAYMENT All incidental items of work not separately described in the proposal shall be included in the unit price bid for the various items of work, and no additional compensation shall be made. V. TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Special Provisions and Standard Drawings for Publi Works Construction and with the standards contained in the Work Area Traffic Control Handbook WATCH), published by Building News, Inc. The alley between 29th Street and 30th Street shall remain open to traffic at all times. Closure of the existing parking lot between the alley and 29th Street shall be limited to those days when the existing lot is to be paved, curbed, sealed, or striped. Complete closure of Police Parking Lot will not be permitted at any time. VI. WATER Water will be provided by the City. To make arrangements, contact the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. The Contractor shall at all times, at his expense, control dust and debris on the project sites. VII. COORDINATION WITH UTILITIES The Engineer has attempted to locate and show on the plans the approximate loca- tions of all public and private utilities, facilities, and substructures to be encountered during construction. The Contractor shall determine for himself the exact location of all public and private utilities, facilities, and sub- structures whether shown on the plan or not and no claim may be made for pro- tection required for utilities, facilities, or substructures which may be in- advertently omitted and not shown on the plans. In the event any utility, facility, or substructure is disturbed or damaged, whether in its original or relocated position, the Contractor shall immediately cause repairs to be made to the satisfaction of the Engineer at the Contractor's sole expense. VIII. DEMOLITION PERMIT Prior to dumping any excess or waste material from the job site at any County sanitary landfill site in the County of Orange, the Contractor shall obtain a "Permit to Dispose of Demolition" from the City's Public Works Department at (714) 640 -2281. There is no charge for this permit. a • • SP3of5 IX. CONSTRUCTION DETAILS A. Clearing and Grubbing Clearing and grubbing shall conform to the provisions of Section 300 and 301 of the Standard Specifications for Public Works Construction, except as modified herein. In addition, clearing and grubbing shall include the removal and disposal of asphaltic concrete, concrete, dirt, and subgrade preparation. All ground cover, trees, shrubbery, etc., to be removed shall be the property of the Contractor for disposal. All existing concrete, and asphaltic concrete to be removed shall be cut with concrete sawing equipment of a type meeting approval of the Engineer. Existing paved surfaces shall be cut back beyond the edge of the excavation to form square cuts before paving is commenced. Should damage occur to the saw cut edge during or after removal, the damaged edge shall be removed by further saw cutting at the Contractor's sole expense. The Contractor shall prepare the subgrade for a 4- inch -thick base course. The subgrade shall be shaped to the geometrics of the typical sec- tion. Allowable tolerance shall be t 0.04 feet. The subgrade shall be firm and unyielding. The relative compaction shall be not less than 90 percent. B. Existing Block Wall Removal This item of work shall include but not be limited to removal and disposal a ± 6- foot -high block wall and footing at the 30th Street Parking Lot site. C. Utilities Modifications 1. Irrigation System The Contractor shall remove all interfering portions of the existing irrigation system and cap the remaining system. In situations where the interfering portion is not a terminus, the Contractor shall remove sprinkler heads and risers only, cap, and lower the remaining line as necessary to clear the improvements. At the Police Facility only, the Contractor may incorporate salvageable material for irrigation system modification. If the Contractor elects not to use salvageable material, then all material shall be manufac- tured by and installed in accordance with the recommendations of Rainbird Sprinkler Mfg. Corp. The Contractor is cautioned that this is an automatic control irrigation system. 2. 'Electrical System The Contractor may incorporate salvageable material for electrical system modifications. The Contractor shall pull all wires between boxes and /or fixtures. No splices will be allowed. All electrical lines under pavement shall be installed in Schedule 40 P.V.C. sleeves. • 0 SP4of5 D. Aggregate Base Aggregate base shall be Class 2 and shall conform to the provisions of Sections 200 -2, 301 -2, and 400 -2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Aggregate base shall be delivered to the site as a uniform mixture. Seg- regation shall be avoided, and the base shall be free from pockets of coarse or fine material. Aggregate bases shall be spread upon prepared subgrade by means of an ap- proved spreading device which will deposit a uniform windrow or layer and will provide the required thickness within the specified tolerances. Motor graders may be used during spreading and compaction operations. Tail- gate spreading by dump trucks will not be permitted except for spot dumping and in areas not readily accessible to spreading equipment. The relative compaction shall not be less than 90 percent. E. Asphalt Concrete Pavement This item shall conform to the provisions of Section 302 -5 and 400 -4 of the Standard Specifications for Public Works, except as modified and supple- mented below: Asphalt Concrete The Contractor shall furnish and place 4- inch -thick asphalt concrete base courses and 1- inch -thick and 3- inch -thick asphalt concrete over- lays as shown on the Plans. Asphalt concrete shall be Type III -B3- AR4000. 2. Tack Coat A tack coat of Type SS -lh asphaltic emulsion at a rate not to exceed one -tenth (1 /10) of a gallon per square yard shall be uniformly applied to the aggregate base course, the existing A.C. pavement and the cement and asphalt concrete edges against which asphalt concrete is to be placed. The surface shall be free of all loose material or dust when the tack coat is applied. 3. Fog Seal Fog seal shall be SS 1 type asphaltic emulsion, applied at the rate of 0.10 gallons per square yard. 4. Striping and Pavement Markings This item of work shall be done in accordance with Section 210 -1.6, "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310 -5.6, "Painting Traffic Striping, Pavement Markings, and Curb Markings" of the Standard Specifications, except as supplemented or modified below: 0 SP5of5 Paint for traffic striping and pavement markings shall be white Formula Number 42A9 and yellow Formula Number 48OA9 as manufactured by J. E. Bauer Company or approved equal. All work, materials, labor, etc., relating to traffic stripes, pave- ment markings, and pavement markers for removal, painting, and re- painting as shown on the plans, shall be included in the "Lump Sum" bid. X. TREE REMOVAL Police Facility Parking Lot trees to be removed are "Cupania Anacardioides," "Alnus Rhombifolia," and "Eucalyptus Citriodora" with diameters ranging from 4 inches to 12 inches and height averaging 20 feet. r Zo_ T-;J F� N Z QJ O-1- r'ir F;i a co �7 T J ^Zi q � n y0� o�..Na l- Ln C J T J d a@ N OEMSol ^Zi q � n y0� o�..Na l- Ln C J T J f PROPOSAL PARKING LOT IMPROVEMENTS 1. A and B Streets Parking Meter Installation 2. 30th Street at Newport Boulevard Parking Lot 3. Police Facility Parking Lot Modifications CONTRACT NO. 2288 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR la The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract No. 2288 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: UNIT UNIT PRICE WRITTEN IN WORDS 1. Lump Sum Clearing and Grubbing PRICE PRICE @ Nine thousand, seven hundred Dollars and NO cents Cents 9,700.00 $ 9,700.00 Per Lump Sum 2. 102 Remove existing block wall Lineal Feet (approximately 6' high) @ Twelve dollars Dollars and Sevent -five Cents $ 12.75 $ 1,300.50 Per L nea Foot 3. Lump Sum Construct landscaping and irrigation @ Nine thousand Dollars and NO cents Cents 9,000.00 $ 9,000.00 Per Lump Sum ORIGINAL PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Modify existing electrical systems @ Twenty -five hundred Dollars and NO cents Cents 2,500.00 $ 2,500.00 Per Lump Sum 5. 79 Construct parking meter post Each foundation @ Fifty -five Dollars and NO cents Cents $ 55.00 $ 4,345.00 Per Each 6. 23 Remove and reinstall existing P.C.C. Each wheel bumpers @ Seven Dollars and NO cents Cents $ 7.00 $ 161.00 Per Each 7. 240 Construct 4" thick aggregate base Tons @ Twelve Dollars and NO cents Cents $ 12.00 $ 2,880.00 Per Ton 8. 7 Construct 8" dia. transite drain Lineal pipe Feet @ Twenty Dollars and NO cents Cents $ 20.00 $ 140.00 Per Lineal Foot 9. 174 Construct 6 -foot high block wall Lineal Feet @ Fifty Dollars and NO cents Cents $50.00 $8,700.00 Per Lineal Foot 10. 20 Construct 2 -foot high block wall Lineal Feet @ Thirty Dollars and NO cents Cents $30.00 $ 600.00 Per Lineal Foot • • PR lc ITEM • QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1]. 1 Construct drop inlet with grate Each 12. 3228 Square Feet 13. 1487 Lineal Feet 14. 216 Lineal Feet 15. 500 Square Feet 16. 100 Tons 17. 600 Tons @ Nine hundred Dollars and NO cents Cents Per Each $900.00 $ 900.00 Construct 4" thick P.C.C. sidewalk @ one Dollars and Eight —five Cents $ 1.85 $ 5,971.80 Per Square Foot Construct P.C.C. curb @ six Dollars and Fift —five Cents $ 6.55 $ 9,739.85 Per Lin ea Foot Construct P.CX . curb and gutter @ Eight Dollars and forty —five Cents $ 8.45 $1,825.20 Per Lineal Foot Construct P.C.C. driveway approach @ Two Dollars and NO cents Cents $ 2.00 $1,000.00 Per Square Foot Construct 4" thick A.C. base course @ Thirty —eight Dollars and NO cents Cents $ 38.00 $ 3,800.00 Per Ton Construct asphaltic concrete overlay @ Thirty —four Dollars and NO cents Cents $ 34.00 $'20,400.00 i`I0�i IT11 M 18. 120,000 Square Feet 19. Lump Sum 20. Lump Sum • • PR Id UNIT PRICE WRITTEN IN WORDS PRICE PRICE Fog seal asphaltic concrete pavement @ Dollars and One cents and six & half mils Cents $.0165 $ 1,980.00 Per Square Foot Provide pavement striping @ Seven hundred Dollars and NO cents Cents Per Lump Sum Construct 13.," -thick P.C.C. slab and raise three existing valve frames and covers to finished grade @ Nine hundred Dollars and NO cents Cents Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: Eighty -six thousand, five hundred Dollars forty -three dollars and Thirty -five cents Cents 267073 - A Contractor's Lic. No. & Classification 1714) 973-1484 Bidder's Telephone Number Abril 28, 1982 Date 700.00 $ 700.00 900.00 $ 900.00 $86,543.35 All American Asphalt Bidder Robert S. Bradley, V.P. of Marketing 932 Town & Country Rd., Orange, CA. Bidder's Address • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 267073 A Contr's Lic. No. & Classification April 28, 1982 Date All American Asphalt Bidder / Authorized- Signatur Title Robert S.- Bradley, V.P. of Marketing • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. No. 3 Carlson Landscape Fountain Valley 2. No. 3 Spyrock Canyon Lake 3. No. 4 AEC Electrical Orange 4. No. 6,19 J & Striping Orange 5. No. 9, 10 6. 7. 8. 9. 10. 11. 12. Patterson Co. Santa Ana All American Asphalt _ Bidder Authorized Signatur Title Robert S. Bradley, V.P. of Iarketing k \ . ! 7 . § } , 9 \ [ \ � I$ �@ ; � \ § \ \ \ \ 2 m • • Page 4 BOND NO. B077047 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, ALL AMERICAN ASPHALT , as bidder, and FREMONT INDEMNITY COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE TOTAL BID IN------------------- - - - - -- Dollars ($ 108 OF BID ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of PARKING LOT IMPROVEMENTS 2288 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 20TH day of APRIL , 1982. BID OPENING: APRIL 28, 1982 ALL AMERICAN ASPHALT _ Bidder (Attach acknowledgement of Attorney -in -Fact) BY: Authorized Signature /Title FREMONT INDEMNIT.)�B PANY Surety By _e CiAW BROWN, - - - Title Attorney -in -Fact J NON- COLLUSION AFFIDAVIT • Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the lett' ^g ^f the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 2qh day of April , 19$. My commission expires: December 16, 1983 }r� OFFICIAL SEAL ANN ETTI B. ARMSTRONG mr(b?e- Notary Public- California PRINCIPAL OFFICE IN ORANGE COUNTY My commission expires Dec. 16, 1983 All American Asphalt _ Bidder Authorized Signature /T-f e Robert S. Bradley, V.P. of Mktg. Notary Public j7 • STATEMENT OF FINANCIAL RESPONSIBILITY Page 6 The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. All American Asphalt Bidder Authorized Signaturi itle Robert S. Bradley,'V.P. of Marketing 0 i Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1981 City of Cypress Street Construction (714) 828 -2200 Beach Street Construction (213) 590 -6555 1981 City of Garden Grove Street Overlay (714) 638 -6886 All American Asphalt Bidder 4, � f�0 �� fl- tle Robert S. Bradley, V.P. of Marketing ,1; 0 TO: CITY COUNCIL PAY 1 0 1 °82 0 May 10, 1982 CITY COUNCIL AGENDA ITEM NO F -3 q( FROM: Public Works Department :yr„a Ci`i SUBJECT: PARKING LOT IMPROVEMENTSgdy29$�'r_WF"T "A"_' (1) A and B Streets Parking Lots Parking Meter Installation (2) 30th Street at Newport Boulevard Parking Lot (3) Police Facility Parking Modifications RECOMMENDATION: Award Contract No. 2288 to All American Asphalt for $86,543.35 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: - 3a2 S At 11:00 A.M. on' April 28, 1982, the City Clerk opened and read the following bids for this project: All American Asphalt is a well- qualified paving contractor that has successfully completed similar contracts for the City. Contract No. 2288 provides for the construction of parking lot improve- ments at the three sites (see attached exhibit) listed above. The following discussion provides background information for each of the sites: 1. The A and B Streets parking lots improvement provides for the con- struction of curbs and sidewalks around portions of the existing lot pavement, and the installation of parking meters. This im- provement was initiated by the Balboa Improvement Association, endorsed by the Off- Street Parking Committee, and a budget amend- ment approved at the March 22, 1982 meeting of City Council. Plans and specifications were subsequently prepared by the Public Works Department. Bidder Amount Bid Low All American Asphalt $ 86,543.35 2 R. J. Noble Company 86,850.10 3 Gillespie Construction 89,468.90 4 Jerry Cross Paving Company, Inc. 89,708.60 5 Griffith Company 90,369.15 6 Porter Construction Company, Inc. 91,776.00 7 Sully- Miller Contracting Company 95,361.40 8 D. W. Contracting Company, Inc. 99,931.40 9 Steve Panzda Constructors 100,000.00* *Corrected bid total is $105,000. The low bid is 6% above the Engineer's estimate of $81,400. All American Asphalt is a well- qualified paving contractor that has successfully completed similar contracts for the City. Contract No. 2288 provides for the construction of parking lot improve- ments at the three sites (see attached exhibit) listed above. The following discussion provides background information for each of the sites: 1. The A and B Streets parking lots improvement provides for the con- struction of curbs and sidewalks around portions of the existing lot pavement, and the installation of parking meters. This im- provement was initiated by the Balboa Improvement Association, endorsed by the Off- Street Parking Committee, and a budget amend- ment approved at the March 22, 1982 meeting of City Council. Plans and specifications were subsequently prepared by the Public Works Department. May 10, 1982 Subject: Parking Lot Improvements (C -2288) Page 2 The 30th Street parking lot improvement provides for the con- struction of a 26 -stall metered parking lot addition to an existing 9 -stall metered lot at 29th Street and Newport Boulevard (see attached sketch). The addition is to be con- structed on a vacant City parcel at 30th Street and Newport Boulevard, and will be integrated into the landscaping, wall treatment and traffic circulation of the existing lot. Also, a 6 -foot -high concrete block screen wall will be built along the southwesterly property line of the lot between 29th and 30th Streets. A resident owner of one of the parcels adjacent to the screen _ wall has requested that she and the City exchange equal square footage of property (approximately 85 square feet) along their common property line. Such an exchange will "square off" the — owner's lot and permit her continued use and enjoyment of that portion of her front yard which presently encroaches into City property. Inasmuch as the City does not benefit from the ex- change of property, the owner has agreed to reimburse the City for all direct costs, e.g., new property corner installations, title reports, etc., required to effect the exchange. The owner has established a $1,000 deposit account with the City for.such reimbursement. A "lot line adjustment application" is currently being processed through the Planning Department. A negative declaration of environmental impact has been prepared by the Public Works Department, approved by the Environmental Affairs Committee, and published for public notice. A Coastal Development permit has also been obtained by staff. Plans and specifications were prepared by Duca and McCoy, Consulting Civil Engineers. The Police Facility parking lot improvement provides for the ex- pansion and maintenance overlay of existing parking areas. Police Department parking needs exceed the existing parking facility capacity to the extent that employees sometimes must park on adjacent private property. This improvement will pro- vide approximately fifty additional parking stalls through the expansion of existing parking areas and the restriping of cer- tain areas for compact vehicles. Plans and specifications were prepared by the Public Works Department. May 10, 1982 Subject: Parking Lot Improvements (C -2288) Page 3 Funding for award is proposed from the following accounts: Account Description Account No. Amount Install Meters /A & B St. Pkg Lots 02- 5697 -240 $13,553.55 Construct Pkg Lot 30th /Newport 02- 5697 -239 35,331.13 Sidewalk /curb Replacement Program 02- 3397 -183 6,675.42 Construct Improvements Police Facility 02- 1995 -235 9,849.02 Transfer to 02 -1995 -235 21,134.23 Award Amount $86,543.35 As was indicated in the memo dated April 12, 1982, when the plans were approved, a transfer of funds from an existing Police Department appro- priation is needed to complete funding of the Police Department parking lot improvements. A budget amendment transferring $21,134.23 from Account No. 02- 1916 -004 to Account No. 02 -1995 -235 has been prepared for Council con- sideration. Contract work will begin with the A and B Streets parking lots. Work at all sites should be completed by July 1. Benjamin B. Nolan Public Works Director LD:jd Att. i 9 S 6TX STS s ;AELI4TNSi A. °s I" _]�� Srr�''r ro MEWDDP. F 4557 s /•CHV 0 10N ry Io aaA - q r I� 4vuRCI o 41ST � p �0 9 pFO�n °T I z > FULLERTOY ICJ E9p �n `�A j 4 - F ,x� - I I= � _ iNi D L�� c �✓F m ewEWVOa FULLERTON AVE�� n AN Y AGYIr fAlo In VE PL. LY ROGERS PLi> �` �=' Io M.AON N J m Is \ Np�NbOa C MINT 0. - VE' !^' 1 I IA;E JiXS a n q1 0 �.. M m x W Si1NNSTEA .. 1--t2 3z. = sr: ' J1Na 10T�a EPdY• o � m3AN,� {A IIAOA 4NT4 NA SAN LARpINO AVER I= 'T :.cry Z s�F]1 ER >pL'eEFNARpIxa^ �N ✓ l 'p F�yc. ' •® RED AN S AVE•y PED NOS Iy RAYNO� ! •;,: N ✓rr,E y i (� °� AVf PRIVEPSIOEA 9s�Alr>j�itjRSlp N TO IN VE Md' 9 ��: P VL, +,Y ae -' i VS PF E i S r { mEL OEx I r n OI;tA 9s`o U 9 n A e ALI A �ALISp AVE p'VPG . a _ ALDEeN jL ELCA EflTON" AVE --'I r a ma9 c°mr4� !nloml �...� �D^ iPALOU£Ni- y1 lm ��, N -NIGH EL - A' b�Y° .:. o � 5.,1 ?� Aq oEBp Ns j' °" • ��'� o � N °sus ♦ fRISCILL�� � ( Ei FIA2N a - jai / A pfn4• loon �;- '16 r• t No 1 r. s':. E. �'"S. y: Ig-, 'p{!AN¢N 4s JRY {,pA Ayfi[l,i a'ii ?t EPyP: WI :L.K -y" YN 161 A yQT' wN UcA �. S4p1 v��I✓ v x I z,.. �StN' r H /9, iF'^"'�,,a lX sSNTLARA_R':' C.:r. py�ESnri ': Q s. xT ° RO'e I BUCNINGNAEI , s j� 1::< A„ . SEAGULLm i`i 1T�ort `..os ! \�`Pa: "7' .\E :. OAO .r �qYF 00♦ 2r' 4�pS GSiP4'i LN— !BR °a' rin n'2 �?y + \i�•� : /�'AS oISEK'� EDvEA.a- ti',',LN �' SAl :x�(Oo'�YS�{r.X,l % ° n. ct pEVONT °ESS�.x LN�d �.1T ��Cf. <a po`.LN ✓Cgao n �xi� ky t¢pn i ay0 n ABED l N , c Ei! 1AV / pJ4�1' `pq, 4b S i vlxv�Ex •* IA._1[Y"O y1.o ✓r b y' l_AtYE LN .f A o\\ z: 2, ' LDE9AP Az�O� 1 AN p[5 Ru t' c's F iF 3 �i r4A�.p \,r II\+�0. �a LINGO. 61N.i V , pN PVEPV% m A4•• µU Dy 1 .. ' ^t(�• P S ,,pp v� i . % y P i f :7. cob � � q'1s+. p PhN1 ! x, oil4Yo 1 1: N D G.. 4� A s O l(0,y E ESS6 Ell R V � •�'p aT'At •: � w'40+' A2/ `O w C A a L FGa .L qF a9 1 Y. �s y� yoA AVE JANBOAEF « \ VIA E A IYC$Pa�O.o e 3 5 °TUflp V� '>��9 y. +�0 f',!rds 1 :, , "` :li '.i'C'::. �a �`•�i, MIN r •T' PP �R�x(8 19!1, w14 x a °s i c a0 �;. . as 4 5 e+ } pEH Sv JBUR;r.IN S �'✓.. P'HP , F�iANO�yD� '8p¢,: � : t � ` 9 IYY � E � r C'S' I �Pa`Y a"' • Yt na i.+�, D - osE . ao n% v ° /° . 'l7 4� P ,0 ..4 aORALA DR A� Fi• i +• ^.h N Rq j' nn a'05 qaS,Oti . 41, _ ) r Gk,' y /ANGELITADRS Fi ^' pVOCP00..z —�' �o'lH0 C°.: R .. \,\k, v�AV'11CA I°(1vC_ i APORi atAUA 4' pp IN Sh r II AVEr •AGAATNUA ci ..� e' r LN_:•�PGPISIGE WT ^e -y'� P i . AANATICry v AVE'- �P IMHIiLSA141W¢ AJE /aY _ �$ M1EMLR,Ys lDAxLIA n' 1 ¢p SIAN60AIR t'Ox AvE .. SGptOk. yc wY or c�, a0sg mF[RVt EAF _ ,c AVEl `" V .a It AVU .I CITY OF NEWPORT BEACH DRAWN w_= DATE PUBLIC WORKS DEPARTMENT APPROVED PARK /N�Gi Ly1T /�iPRQV M�[TS: 1V / AffB STS. MPAV AVOM6 " PUBLIC WORKS DIRECTOR NO2 30TH ST AT NEWPORTSLVD. PK. LOT R,E. NO. NO3 POLICE FACILITY PARK ING LOT DRAWING NoEXyIBIT• P ; .5 usr )$M v nM M�^ RRO, •fA TR• AT 29 TH ST. f\ 2 J�5 VICINITY MAP u.T. S. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 30 TH. STREET NEWPORT BLVD. PARKING LOT J0, 0v SCOLE J "= 40' �/ CONSTRUCT S /OEWALK . OLA•✓SC4PE 4R6A RE7, C- 1 CONL'RE i= BLOCK !•f/AC C . ® CONSTII' ✓CT A.C. PA !1JNG. J irEM01/S EX /S TiNG COAIC. c3LOCKWALL. ©CO/VSTQC/CT OR/v6- qPP,WOA C//. OCO,VSTR,,l c 2'1,115N CONCRETE 2LOCK !-v4 L L, DRAWN ` ZIZ DATE 3-9- 52 APPROVED PUBLIC WORKS DIRECTOR R.E. NO. — DRAWING NO. 0 THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general mi-cula tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or. anae. State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to wit April 14, 1982 I certify (or declare) under penalty of perjury that the foregoina is true and correct Dated at Newport Beach, California, this 14 day of apri 1, cc19 82 Signature THE NEWPORT ENSIGN 2721 E Coast Hwy . Corona del Mar, Crdifcf- la 92625 This space is for the County Clerk's Filing Stamp PUBLIC NOTICE NOTICE INVITING BIDS Proof of Publication of NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport, Blvd.. Newport Beach, CA 9211 until 11 a.m. on the 281h day of April, 1982, at which lime such bide shall he opan- ad and read for PARKING LOT IMPROVEMENTS - 1. A and B Street Parkinq Isle Parking Met.,Instaliation 2, 3011, Street a1 Newporl Boulevard —Parkm,J.y,_ 3. Police Facihly Parking Modrbcarons Contract No. 2288 En9tnwi a Estimate 161.d0o Approved by the City Council this 12th day of April, 1982. Wanda E. Andersen, City Clerk. Prospective bidders may oblam one vet of bid dot eatv at no om at the o@ce of the Public Works Departmen, 3300 Newport Blvd:, Newporl Beach, . Ca 92883. For further information, tali Lloyd R. Debut. prefect akgpgwr .16{6.2281. pdUtrpprt Envgn. - ;ilio91 PROOF OF PUBLICATION ��� 0 0 L - as YF? THIS AGREEMENT entered into thisa day of 4u of 1982, by and between the City of Newport Beach, a Municipal Corporation hereinafter called "CITY" and PATRICIA J. PENEWELL, hereinafter called "PROPERTY OWNER" WHEREAS, "CITY" is the owner of certain property to be utilized for a parking lot addition; and WHEREAS, "PROPERTY OWNER" is the owner of certain property adjacent thereto; and WHEREAS, "PROPERTY OWNER" currently utilizes yard space which encraoches onto "CITY" property; and WHEREAS, the parties hereto desire to enter into an exchange of property to square -off "PROPERTY OWNER'S" front yard and permit continued use and enjoyment of that portion of said yard which presently encroaches onto "CITY" property; and WHEREAS, such an exchange would involve equal square footage by both parties as set forth in the attached exhibits incorporated as part of this Agreement; and WHEREAS, it is mutually desirable to the parties hereto to exchange their respective property; and WHEREAS, this exchange is exempt from the Subdivision Map Act, pursuant to Government Code Section 66412 and the Newport Beach Municipal Code Section 19.08.050. NOW, THEREFORE, it is agreed as follows: 1. A lot -line adjustment as set forth on Exhibit "A" attached hereto and incorporated herein (pursuant to the Newport Beach Municipal Code), shall be implemented and recorded to effectuate this exchange. If it is determined that additional documentation is required to implement the purposes of this Agreement, "PROPERTY OWNER" shall execute same upon request of "CITY ". 2. "PROPERTY OWNER" shall be responsible for all required fees to implement this exchange, including preparation of survey, legal description and title reports, TOTAL COSTS NOT TO EXCEED $1,000.00. All fees shall be made and title clearance approved as a condition precedent to the actual exchange of property and the recordation thereof. 3. "PROPERTY OWNER" affirms that title shall be free of liens, encumbrances, easements, restrictions, rights and conditions of record or known to property owner other than that set forth in the lot book guarantee attached hereto and shall hold the "CITY" harmless and free from liability with reference to any action inconsistent with this affirmation. rI L Executed the day and year first above written at Newport Beach, California. APPROVED AS TO FORM: City Att rney 3 "CITY" "PROPERTY OWNER" Patrice Penewell 3 , Lot Line Adjustment Application Planning Department City of Newport Beach tqLA Application Received By Fee $ CITY CLERK Applicant CITY OF NEVIPORT BEACH Phone (714) 640 -2281 Address of Property Involved Southwesterly corner of intersection of 30th Street and Newport Boulevard (vacant lot Purpose of Application (describe fully) To transfer property in connection with City of Newport Beach Parking Lot Construction Zone Present Use RECORD OWNERS: Parcel 1 Parcel 2 NAME: City of Newport Beach Patricia J. Penewell ADDRESS: 3300 Newport Blvd, Newport Beach 220-30th Street, Newport Beach PHONE: (714) 640 -2281 (714) 675 -2607 Parcel 3 Parcel 4 NAM--------- - -- ---- -- __ —'--- PHONE: <(I/ WNER'S AFFIDAVIT (I/We)hereby certify that re) the record owner(s) of all parcels proposed for adjustment by this ap ,( e) have knowledge of and consent to the filing of this application, 3) tation bmi'tt in connection with this application is true and correct, and ) e recordation of these documents. ignat e s of owners of Parcel 1 These signatures must be Notarized, an attached by a Notary Public. . DO NOT COMPLETE APPLICATION BELOW THIS LINE Date Received Public Works Approval Date Filed Fee Pd. Receipt No. Hearing Date Posting Date Mail Date Modifications Committee Acti Date Appeal P. C. Hearing P. C. Action C. C. Hearing C. C. Action Approved For Recording Recorded CITY ENGINEER `1 EXHIBIT A LOT LINE ADJUSTMENT N.B.L.LA. - (LEGAL DESCRIPTIONS) OWNER EXISTING PARCELS PROPOSED PARCELS AP NUMBERS REFERENCE NUMBER City of Newport Beach A.P. # 47- 060 -09 Parcel 1 Patricia J. Penewell A.P. # 47- 072 -01 Parcel 2 PARCEL l: That certain land in the City of Newport Beach, County of Orange, State of California, described in that certain Deed dated July 11, 1974, from Southern Pacific Company to Southern Pacific Land Company, recorded September 6, 1974 in Book 11237, Page 1894 of official records in the office of the County Recorder of said County, bounded Northwesterly by the Southeasterly line of 30th Street, 50.00 feet wide. Conveyed by Grant Deed to the City of Newport Beach as shown on a Deed recorded February 28, 1979, as Instrument No. 32422 in Book 13049, Page 120, of official records of said Orange PARCEL 2: County. Lots 10 and 11 of Block 129 of the Lake Tract as shown on a map recorded in Book 4, Page 13-of miscellaneous maps, records of said Orange County. PARCEL 3: PARCEL 4: s EXHIBIT B LOT LINE ADJUSTMENT N.B.L.LA (N4 A P) l City of Newport Beach A.P. # 47- 060 -09 I Parcel 1 Patricia J. Penewell A.P. # 47- 072 -01 Parcel 2 !L> to u W z N ac�v$v�vm xx2zaz= 1 .i `i- MAW 9T: LEGEND hRFA5 EX13TIN6 LOT WNE fARM N 90 t 5.0 RETA A 5F. -- ---- -* EXISTIN6 WT LIN6 in W AM OD 1151-1-04? M15E0 LOT LINE M THIS AMENDMENT 1 2 1 4511-710 1 5AME ii+• 4 %) Ln �vc°.Nw� vd. gm� vn �Nma --d.c dmm N N � �i �Ri� atN oM in to fi' �N� 1 .i `i- MAW 9T: LEGEND hRFA5 EX13TIN6 LOT WNE fARM N 90 t 5.0 RETA A 5F. -- ---- -* EXISTIN6 WT LIN6 in W AM OD 1151-1-04? M15E0 LOT LINE M THIS AMENDMENT 1 2 1 4511-710 1 5AME ,7 L7 SITE PLAN LOT LINE ADJUSTMENT N.B.L.LA. - OWNER EXISTING PARCELS AP NUMBERS PROPOSED PARCELS REFERENCE NUMBER City of Newport Beach A.P. # 47- 060 -09 Parcel 1 Patricia J. Penewell A.P. # 47- 072 -01 Parcel 2 ' � T • • C - P/j n April 12, 1982 CITY COUNCJL AGENDA ITEM NO. APR 12 982 TO: CITY COUNCIL ; ' G-iY COUfV iL CITY Q: I' ^Yr'?CIT ARACH FROM: Public Works Department SUBJECT:.: PARKING LOT IMPROVEMENTS (C -2288) (1) A and 8 Street Parking Lots Parking Meter Installation (2) 30th Street at Newport Boulevard Parking Lot (3) Police Facility Parking Modifications RECOMMENDATIONS: 1. Affirm the Negative Declaration of Environmental Impact for 30th Street Parking Lot. 2. Authorize the Mayor and the City Clerk to execute an agreement to effect an exchange of property with the owner of adjacent property at 220 30th Street. 3. Approve the plans and specifications. 4. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on April 28, 1982. DISCUSSION: Contract No. 2288 provides for construction of parking lot improvements at three sites (see attached exhibit). The following discussion provides back- ground information concerning each of the three sites listed above. (1) The A and B Streets parking lots improvement provides for the construction of curbs and sidewalks around existing lot pavement and the installa- tion of parking meters. This improvement was initiated by the Balboa Improvement Association, endorsed by the Off- Street Parking Committee, and a budget amendment approved at the March 22, 1982 meeting of City Council. Plans and specifications have been prepared by the Public Works Department. The Engineer's estimate is $12,200, not including purchase of park- ing meter heads. $32,000 has been appropriated for construction and for purchase of parking meter heads for this portion of the combined project. (2) The 30th Street parking lot improvement provides for the construc- tion of a 26 -stall metered parking lot addition to an existing 9 -stall metered lot at 29th Street and Newport Boulevard (see attached sketch). The addition is to be constructed on a vacant City parcel at 30th Street and Newport Boulevard, and will be integrated into the landscaping, wall treatment and traffic circula- tion of the existing lot. Also, a 6- foot -high concrete block screen wall will be built along the southwesterly property line of the lot between 29th and 30th Streets. Page 2 � • Subject: Parking LImprovements (C -2288) A resident owner of one of the parcels adjacent to the screen wall has requested that she and the City exchange equal square footage of property (approximately 85 square feet) along their common property line. Such an ex- change will "square off" the owner's lot and permit her continued use and enjoy- ment of that portion of her front yard which presently encroaches into City property. Inasmuch as the City does not benefit from the exchange of property, the owner has agreed to reimburse the City for all direct costs, e.g., new property corner installations, title reports, etc., required to effect the ex- change. The owner has established a $1,000 deposit account with the City for such reimbursement. The City is providing indirect staff expense for meetings with the property owner, for management of the exchange, and for preparation of correspondence, engineering computations and a written agreement to effect the exchange of property. A "lot line adjustment application" is being processed through the Planning Department for execution by the City and the resident owner. A Negative Declaration of environmental impact has been prepared by the Public Works Department, approved by the Environmental Affairs Committee, and published for public notice. Staff has applied for a Coastal Development Permit; which shall be obtained prior to award of contract. Plans, specifications and a record of survey were prepared by Duca and McCoy, Consulting Civil Engineers. Their Engineer's estimate is $42,000, not including purchase of parking meter heads. Approximately $38,900 remains in the budget appropriation for this portion of the combined project. If needed, additional funds may be requested or transferred from a related budget account to provide for purchase of parking meter heads. (3) The Police Facility parking lot improvement provides for the expansion and maintenance overlay of existing parking areas. Police Department parking needs exceed the existing parking facility capacity to the extent that employees sometimes must park on adjacent private property. This improvement will provide approximately fifty additional parking stalls through the expansion of existing parking areas and the restriping of certain areas for compact vehicles. Plans and specifications have been prepared by the Public Works Department. The Engineer's estimate is $27,200. Adequate funds are available in various Police Department accounts to provide for this portion of the combined project. Work at all three sites should be completed during July of this year. Benjamin B. Nolan Public Works Director LRD:rb Att. I F I • Ilk 25' z 34' 30 rH sr. � 1716 , /o 21 22 23 24 4 rr /2 !3 16 /7 !8 19 _ !4 4 /5 � � V N J 1-7/ SCALE r "c ap' o =<v3 29 TH ST. o VICINITY MAP u.T.s. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3OTH. STREETINEWPORT BLVD. PARKING LOT OCONSTR!/CT S /OELVALIC . OL A,VSC4PE AREA OC0419TAI UCT 6'1-111911 LONCRETc BLOCK R1..44L. ® CUNSTIlUCT 4-c-,04 YIwa. %jEMOI/� EXiSTiwc CONC. 000C.- 141444. OfCNSTRUCT 2'H /G CONfRETE BLOCK 11/4 LL. DRAWN AZ /Z DATE .3-3-62 APPROVED PUBLIC WORKS DIRECTOR R.E. NO. _ DRAWING NO. CYCTr`/J 4 .orx 40T o VICINITY MAP u.T.s. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3OTH. STREETINEWPORT BLVD. PARKING LOT OCONSTR!/CT S /OELVALIC . OL A,VSC4PE AREA OC0419TAI UCT 6'1-111911 LONCRETc BLOCK R1..44L. ® CUNSTIlUCT 4-c-,04 YIwa. %jEMOI/� EXiSTiwc CONC. 000C.- 141444. OfCNSTRUCT 2'H /G CONfRETE BLOCK 11/4 LL. DRAWN AZ /Z DATE .3-3-62 APPROVED PUBLIC WORKS DIRECTOR R.E. NO. _ DRAWING NO. CYCTr`/J 4