Loading...
HomeMy WebLinkAboutC-2398 - Balboa Parking Lot Ticket Bootha 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714(640 -2251 TO: FINANCE DIRECTOR May 8, 1986 FROM: CITY CLERK DATE: SUBJECT: Contract No. C -2398 Description of Contract Balboa Parking Lot Ticket Booth Effective date of Contract May 7, 1986 Authorized by Minute Action, approved on April 28, .1986 Contract with Gillespie Construction, Inc. Address 3004 Deodar, Suite D Costa Mesa, CA 92626 Amount of Contract $53,389.00 ka'r4� e Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 L : • CE INVITING BIDS ICITY CLERK Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 A.M. on the 17th day of April , 1986, at which time such bids shall be opened and read for BALBOA PARKING LOT TICKET BOOTH Title of Project 2398 Contract No. 35,000 Engineer's Estimate R Approved by the City Council this 24th day of March 1986. Wanda E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Lloyd R. Dalton at 644 -3311. Project Manager To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL BALBOA PARKING LOT TICKET BOOTH 11- CONTRACT NO. 2398 PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2398 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization Thirty -nine @ Five Thousand One Hundred Dollars and No Cents $ 5.139.00 Per Lump Sum 2. Lump Sum Construct 4" sewer lateral and 1" water lateral @ Fifteen Thousand Dollars and No Cents $ 15,000.00 Per Lump Sum 3. 325 Construct Type "C" curb and gutter Linear Feet @ Twenty Dollars and No Cents $ 20.00 $ 6,500.00 Per Linear Foot ['t N w O r r m N v .- m C7 O Z N -i c n O z Z t CS 7 n-0 a-n: o •1 a 0 3 3 O 3 -5 rt <n n a a N O 0 —JE -s z a rto •xfD F 3 rt (D - a N (D Or -rt -(D fD S fD O ro n n 0 O O < CD -5'0 3- O M -1 D n J 3 G O N �LAacDz CD 0 J 9 O 3 3 O �• 7 0 0! 0 G � Z 3 N rt rt c+ 0 3 S O 0 0 CD C n t c o (D C D N CL fD n (D O-5 n O M rt N a G O lC Z 3 aamrD 3 3 a W n o. N rD maO -b :E t O N r'h t'F (D C S n 'S •� (D O 0 3 a r S-0 n cr a -� m v K � O O • •s ct rt a O S S n 0 n m N N O C Z n 1 S April 17, 1986 GILLESPIE CONSTRUCTION, INC. Date Bidder (714) 957 -0233 S /Steven M. Murow, V.P /Sec. Bidder's Telephone Number Authorized Signature Title A447025 3004 Deodar, Suite D, Costa Mesa, CA 92626 Contractor's License No. & Classification Bidder's Address • PR 1.2 i I ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 350 Construct 4" sidewalk Square Feet @ Five Dollars and No Cents $ 5.00 g 1,750.00 Per Square Foot 5. Lump Sum Construct ticket booth Twenty -five Thousand Dollars and No Cents $ 25,000.00 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS Fifty -three Thousand Three Hundred Eight -Nine Dollars and No Cents $ 53,389.00 April 17, 1986 GILLESPIE CONSTRUCTION, INC. Date Bidder (714) 957 -0233 S /Steven M. Murow, V.P /Sec. Bidder's Telephone Number Authorized Signature Title A447025 3004 Deodar, Suite D, Costa Mesa, CA 92626 Contractor's License No. & Classification Bidder's Address i • 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. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less that 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. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal aaents prior to submission of 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. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Page 2 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 and omissionsin 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. A447025 GILLESPIE CONSTRUCTION, INC. Contr s Lic. No. & Classification Bidder ril 17, 1986 S /Steven M. Murow, V.P. /Sec. e Authorized Signature /Title ` 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. Subcontract Work Subcontractor Address 1. Building Stubbs Construction Westminster, CA 2. 3. 4. 5. 6. 7. 8 g 10. I 11. 12. GILLESPIE CONSTRUCTION, INC. S /Steven M. Murow, V.P. /Sec. Authorized Signature /Title * ORIGINAL SEE CITY CLERK'S FILOPY BOND NO. F0007451 KNOW ALL MEN BY THESE PRESENTS, BIDDER'S BOND That we, GILLESPIE CONSTRUCTION, INC. and FAIRMONT INSURANCE COMPANY .,m as bidder, , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of TEN PERCENT OF THE AMOUNT BID------------------- - - - - -- Dollars ($- 10 %---- -- - - - - }, lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of BALBOA PARKING LOT TICKET BOOTH 2398 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 to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 10th day of April 1986 . (Attach acknowledgement of Attorney -in -Fact) S /Jelaire Pearson Notary Public Commission Expires: March 27, 1987 GILLESPIE CONSTRUCTION, INC. S /Steven M. Murow, V.P. /Sec. Authorized Signature /Title FAIRMONT INSURANCE COMPANY Surety By S /Carol E. Munaretto Title Attorney -in -Fact • 0 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. Subscribed and sworn to before me this 17th day of April , 19 86. My commission expires: September 8, 1989 GILLESPIE CONSTRUCTION, INC. Bidder S /Steven M. Murow, V.P. /Sec. Authorized Signature /Title S /Roselynn Howey Notary Public Page b TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. SEE, ATTACHED GILLESPIE CONSTRUCTION, INC. Bidder S Ste uthorized 'Pi gnature it1e PAGE 1-0F FACE 2 GILLESPIE CONSTRUCTION, INC COMPLETED. PROJECTS CLIENT NAME & ADDRESS JOB LOCATION CONTRACT AMI ___________________________________________________________________________ DANA STRAND BEACH CLUB ---------------------- 34001 Dana Strand Road' C-137 Rock Slope Protection $260,000.0' Dana Point, CA 92632 (711) 496-5735 CITY OF 8REA 41 Civic CenterTircle C-116 Laurel Ave. Street Isprov. $146,000^0 8rea` CA 92621 C-152 L4mbert Road Street Improv, $151000.0 (714) 990-7600 C-172 Firestation 03 $330,000.() Sam Peterson C-176 Sewer Relocation $44,640.0 THE IRVINE COMPANY -_-_--_ _-_-_____-0 SO Newport Center Drive C-139 Rig Canyon Grading Newport Beach, CA 52660 C-141 Entryway Improvements $165,000.0 (714) 720-2366 C-145 Grading & Improvements $600,000.0 Bruce Harrigan C-147 Site Improvements Z480,000.0' C-119 Back Bay Erosion Control $120,000.0' C-157 Flagstone Park $140,000.0 C-l58 Big Canyon Landscape $70()000.0 C-163 Back Bay Sewer $457000.0 C-174 Los Trancos Parking Lot $140,00(),0' C-178 renter Drive Realignment $1351000.0 C-179 Monroe Street Improvements $91,000,0' C-192 Reinforce Concrete Box $60`000.1-i C-187 Jamboree Road Widening 15()(),0()0.0' C-;89 Big Canyon Slope Rsyair COUNTY OF ORANGE 400 Civic Center Drive C-160 EMA Palm Ave. St. & Storm $268`264,0 P. O. Box 4049 Drain Santa Ana, CA 92651 (714) 834-3473 , CITY OF LAGUNA BEACH 505 Forest Avenue C-155 Heisler Park Slope 2230,00().0 Laguna neach, CA 92651 Reconstruction (711) 197-331 UNION OIL & GAS DIVI97ON %shern Region C-177 Kraemer Access Road 9645 S, Santa Fe Springs Santa Fe Springs, CA 90670 C[)TO DE CAZA -^-----`---- F. g. Box 438 Trabucu Canyon, CA 92678 (714) 858-1244 C-169 Gabion Drop Structures C-180 Rip Cap Slope Protection C-181 Storm Drain Improvements X67`500.() Z630`000.0 Z26(),0S2. () T1 59, 693'() 0 0 ' GILLESPIE CONSTRUCTION, INC. ' COMPLETED PROJECTS CLIENT NAME �� ADDRESS --- �����------------------------------------------' J[!8 LOCATION CONTRACT AM� | CITY OF NEWPORT BEACH . 3300 Newport Blvd. C-101 Old Newport Blvd $90,000.0c Newport Beach, CA 92663 C-128 Oasis Park �� 5th St, Improv, �I $2420000� ' (714) 640-2281 ' C-131 1983-94 Storm Drain m mProv� ` ' �2l8,000�0� Pat Cunnigan ` / STATE OF CALIFORNIA DEPT. OF PARKS AND RECREATION _________________________ 2422 Arden Way Ste, ''A-1" C-103 El Pescador State' Park 163,000.0C / ��acramen+0, CA C-112 T^panga State Park ' $14,400.0c $l�100O{ (916) 920-6819 ' / CITY OF ANAHEIM ----------- L --- . m Blvd 20 S Anah�i d ` ` v ' Ahehim, C-108 Lakeview/La Palma Sto m`P ra » �11 ' 50) . )[ CA 928S5 C-109 Walnut Creek St orm npa i n & $52,000.0(714) / 999-512b Bruce Bauman Sewer ' C-156 Patrick Henry Storm Drain $441,()00,i){ LOS AL7Sn3 WATER DISTRICT ----------------- _------- . P. O. Box 699 C-110 Grading & Site Improvements $95 0�0 0( El Toro, CA 92630 ' � (714) G30-0580 � - � COUNTY OF LOS ANGELES, ROAD DEPARTMENT 1540 Alcazar Street C-111 Ramb" Pacifico Storm Lqs Angeles, CA 90033 Drain $3� 5�5 ;[ ' � (213> 226-8111 CITY OF SAN JUAN CAFISTRANO ' -^---~-^-~---^----~----`-'-- 32400 Paseo Ads|anto C-115 "hollow Improvements i Ban Juan Capistrano, C-120 Ali �az �� DEl Obispo St ' 1134,000.0- CA 92675 i ^ Improvements ��9�,()0(�.0( (714) 473-1171 / CITY OF LONG DEACH ^-~--------^-^-`-- 333 W. Ocean Blvd, Long Beach, CA C_135 Landscape MoUificaLi on $145,000,0C V%02 (213) 590-638:3 C~136 Gabion Slope Repair [NU7TS BERRY FORM --~-`--,-------`-- ^ 8039 Beach Glvd B��na .���2() C-119 Various Grading �� 7mprcve�oexts��5��A Par|� CA C^121 Various /�rydi«Q �� Y(/V (}{ <71�> 827.`776 ^ Improvemsnis C-129 Zi���q5��1[ � ^ Mike Butte Various Grading �� 7 g wprovemerts 116,743.0t: C-144 Storm Drain Improvements S2��1S50{ C-161 Parking Improvements ��74'2C9�(�[ C-185 Park Improvements $l3�'`000�0c CITY OF FULLERTDk/ 3S3lW.tComv.onwealth rul1er73B-6645 un,CA 92632 C-122 Emery Park Phase III C-12�� Malvern-Brea Creek Tie-in �����`;()0�0C --�,,,`^"` Ted Alarcon ' Page 7 NOTICE The following are 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 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided for all 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 edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. EXECUTED IN FOUR COUNI&PARTS KNOW ALL MEN BY THESE PRESENTS, That BOND NO ^ FB011613 PREMIU[v IL- PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 28, 1986 has awarded to GILLESPIE CONSTRUCTION, INC. hereinafter designated as the "Principal ", a contract for BALBOA PARKING LOT TICKET BOOTH C -2398 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, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of dny kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We GILLESPIE CONSTRUCTION, INC. as Principal, and FAIRMONT INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of FIFTY -THREE 11{USPI`D, THREE H-N= EIG-nY -NINE AM N3/100Dollars ($ 53,389.00 said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly 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, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemploy- ment 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. The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon • Page 9 Payment Bond (Continued) 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 29TH day of APRIL 19 86 GILLESPIE CONSTRUCTION, INS: Name of Contractor ( Principa - Autho,tized Signature and Title Authorized ignature and Title FAIRMONT INSURANCE COMPANY (Seal) Name of Surety 1240 S. STATE COLLEGE BLVD%, 11245 ANAHEI , CA 92806 . Y Address S/fr�ty //: _ Signature and Title of P � t . - WILLIAM R. FRIIS, ATTORNEY -IN - P.O. BOX 20086, RIVERSIDE, CA 92516 Address of gent 714- 787 -8730 Telephone No. of Agent ter..__..-.._..._. - - r�.*.rmr�..�x:'�. -.. .mfv�li' _ _ "'- -m- ,-•=�* "-.- - :� ---- -= • V' �r. « U5 \ /_\ ),\Qn r4 � §nz& m gƒ9 /} E&01 ® \m \ zo ®mc \ 22� Er\T ■,[m (2 * >� ■ &/ . 7 z § . om ` .s m [ , §� /2 ® = ®ƒ } ■ ) \ q / ƒ{ CL g 00 0 i0 Cd )} \. CL ..�z, I i EXECUTED IN FOUR COUNWPARTS BOND NO. FB0613 Page 10 PREMIUM $769.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 28, 1986 has awarded to GILLESPIE CONSTRUCTION, INC. hereinafter designated as the "Principal ", a contract for BALBOA PARKING LOT TICKET BOOTH C -2398 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GILLESPIE CONSTRUCTION, INC. as Principal, FAIRMONT INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FIFTY -THREE TICUSAPD, THREE HN RM EIGHTY -NINE AND N3 1100 Dollars ($ 53,389.00 ) 0 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 0 0 S • • Page 11 Faithful Performance Bond (Continued) 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 29TH day of APRIL , lg 86 GILLESPIE CONSTRUCTION, INC. (Seal ) Name of Contr(1actor+� , (Principal),* , BY: Autilbrized Signature an - Authorized Signature and Title FAIRMONT INSURANCE COMPANY (Seal) Name of Surety 1240 S. STATE COLLEGE BLVD, #21,5 A 9290f; dress o urety BY: -% Signature and Title of Authorized Agent: WILLIAM R. FRIIS, ATTORNEY -IN -FACT - P.O. BOX 20086, RIVERSIDE, CA 9251h= ` -- ddress of Agent 714- 787 -8730 Telephone No. of Agent 1 : ga g- ffz? -3 Z Go 0 0— 0 ri: 0 0 CL w 09- cr En Rt 0 :05., �01 0 0 .g 0 7 m CL 0 w - . - I - - &A1RNIONT INSURANCE CCOPANY j Burbank, Catilfornla POWER OF ATTORNEY I:NGW ALL htEN BY THESE PRESENTS: That FAIRMONT INSURANCE COMPANY, a California Corporation, does hereby make, constitute and appoint Riverside, Califorttia as its true lawful Anorney(s)• in -Fan, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recogniunces, consents of surety or other written obligations in the nature therof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature . thereof, and to bind FAIRMONT INSURANCE COMPANY thereby, and all of the acts of said Attomey(s }in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following Bylaws of the Company, which Bylaws are now in full force and effect: ARTICLE IV, Section 13. ATTORNEYS- IN•FACT AND AGENTS. The chairman of the board, the president, the vice ' president, the chic manna o leer, or t c WMAry the corporation may appoint attorn4vs -in -Ian or agents with power and authority as defined or limited in their respective powers of attorney, for and on WWII of the corporation to execute and deliver, and affix the seal of the Corporation thereto, bonds, undertakings, recognizancm consents of surety or Other written obligations in the nature thereof and ant :f said oficers may remove Any such aftomey -in -fact or agent and revoke the power and authority given to him or tier. ARTICLE IV, Section 14. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof isliall at valid Ana binding uppoon the corporation when signed by the chairman of the board, the president. the vice president, the chief financial o(licer. or the secretary of the corporation and duly attested and sealed, it a seal is required, by the secretary or assistant secretary. or shall be valid and binding upon the corporation when duly executed and sealed, it a seal is required, by a duly authorized attorney-in•iact or agent, pursuant to and within the limns of the authority granted by his or her power of attorney. .. , I , This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolu- tion adopted by the Board of Directors of FAIRMONT INSURANCE COMPANY at a meeting duly called and held on the Ord day of October, 1983: , RESOLVED that the signature of any officer authorized by the Bylaws, and the seal of the corporation, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking. recognizance consent of surety or other written obligation in the nature thereof: such signature and seal, when so used, being hereby adopted by the corporation as the original signature of such officer and the original seal of the corporation, to be valid and binding upon the corporation with the same force and effect as though manually affixed. IN WITNESS WHEREOF, FAIRMONT INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate sea) to be hereunto affixed this 22nd day of March of 1985 N,nwa ., Us A SPA3 (3/85) ............. � t FAIRMONT INSURANCE COMPANY Ia°o'tG � 9 - 1970 •e oe t40' ` Sigwturc CqLI(. r s,. Henry P. Hright, Vi p President wwNlMllllllrt l l r State of California as. County of Los Angeles Henry F. Wright personally known to me, was by me duly sworn, and did depose and say: that he/she resides in the State of California; that he /she is the duly elected vice President of FAIRMONT INSURANCE COMPANY, the corporation described in and which executed the above instru- ment; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such cor- porate seal; that it was so affixed by authority of his /her office under the Bylaws of said corporation, and that he/she signed his /her name thereto by like authority. Subscribed and sworn to me this 22nd day of March. , 1985 OFFICIAL SLAL MARRIIT LAMBELL NOiANf Poo LIC w— CALIFORNIA ►NINGVAL O( /ICE IN LDS ANGELES COUNTY Aty rammissan ELpiws Apr. 27, 1639 L id.tipl' r75 i1'!A�/JJ Notary Public in and for said County and State. CERTIFICATION I, Tnide A. Tsujimoto the Assistant Secretary of FAIRMONT INSURANCE COMPANY, certify that the foregoing power of attorney and the above quoted Sections 13. and 14. of Article IV of the Bylaws have not been abridged or revoked and are now in full force and effect. Signed and Sealed at Burbank, California, this �9 day of APR .19 gg . �t APR. 10 JTS- s L 1970 }; CALIF_ -, Originated by: S D:.", err Tie: we Assistant Skzpdtary rate of Origin: City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED GILLESPIE CC INC. 3004 Deodar Avenue. Suite D 14esa. CA 92626 • CERTIFICAW OF INSURANCE :Page 12 AFFORDING COVERAGES Company A AETNA CASUALTY & SURETY i al-far ny B r ny C r ny D r ny E ISSUED IN FOUR COUNTERPARTS r 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). OTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. ANCELLATION: 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. NY /TI_T�IAN! R. PEZii.S ' : t Agency- FRIIS & COMPANY, INC. Authorized Representative ate: MAY 6, 1986 Telephone: (714)787 -8730 ascription of operations /locations /vehicles: aach by or on behalf of the named insured in BALBOA PARKING LOT TIC Project Title All operations performed for the City of Newport connection with the following designated contract: ET BOOTH C -2398 r [his certificate or verification of insurance is not an insurance policy ana aoes 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. 01 Policy LIMITS OF LIABILITY IN THOUSANDS 000 g. ro uc s COMPANY TYPES OF INSURANCE Policy Exp. LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY x Comprehensive Form - Operations Explosion & Collapse Hazard Bodily Injury Property Damage $ $ $ $ IxPremises Underground Hazard Products /Completed Operations Hazard x Contractual Insurance x Broad Form Property Damage 4f.Gl 5B 1405 9' I' 8G Bodily Injury and Property Damage Combined $ 500 $ 500 x Independent Contractors x Personal Injury Marine Personal Injury $ 500 Aviation AUTOMOTIVE LIABILITY x❑ Comprehensive Form Ox Owned B(oi"� 9' 1 Sio Bodily Injury (Each Person $ $ o I y n,lury Each Occurrence ❑x Hired Non -owned G �3 ccA ro ert ama e o i y, n�ury an Property Damage Combined 500 $ EXCESS LIABILITY A n Umbrella Form ❑ Other than Umbrella Form Bodily Injury and Property Damage Combined $ 1,000 $ 1,000 WORKERS' COMPENSATION Statuto and EMPLOYER'S LIABILITY ac Accident) OTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. ANCELLATION: 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. NY /TI_T�IAN! R. PEZii.S ' : t Agency- FRIIS & COMPANY, INC. Authorized Representative ate: MAY 6, 1986 Telephone: (714)787 -8730 ascription of operations /locations /vehicles: aach by or on behalf of the named insured in BALBOA PARKING LOT TIC Project Title All operations performed for the City of Newport connection with the following designated contract: ET BOOTH C -2398 r [his certificate or verification of insurance is not an insurance policy ana aoes 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. 01 _ • Page 14 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 of 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 nold 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 $ Property Damage Liability (X�. Single Limit occurrence $ each occurrence Bodily Injury Liability $ 500,000. each occurrence and 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: ect iitie This endorsement is effective May 6, 1996 at 12:01 A.M. and forms a part of Policy No. 86GL581905CCA. Named Insured Gll_LFSPIF CONSTRUCTION, TNC. Endorsement No. FRIIS do COMPANY, INC. Name of Insurance Company AETNA CASUALTY & SURFTgy, Author ze Representatives _ �� • i • Page I3 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. 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 (X)O Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence $ 500,000. each occurrence 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 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. 5. Designated Contract: PARKING LOT TICKET BOOTH Project Title and Contr This endorsement is effective May 6, 1986 at 12:01 A.M. and forms a part of Policy No. 86FJ586703CCA Named Insured GIL.LESPIE CONSTRUCTION, INC. Endorsement No. FRIIS & COMPANY, INC. Name of Insurance Company AETNA CASUALTY & SURETYBy Authorized Representative' • • Page 15 CONTRACT THIS AGREEMENT, entered into this 91229� day of , 19 o Io , by and between the CITY OF NEWPORT BEACH, hereinafter "City, an GILLESPIE CONSTRUCTION. INC. , hereinafter "Contractor,' 1s made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: BALBOA PARKING LOT TICKET BOOTH 2398 Title of Project 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: BALBOA PARKING Title f TICKET BOOTH 2398 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 Fifty -three Thousand Three Hundred Ei hg ty -nine Dollars and No/ 100------ - - - -1$ 53.389.00 - - -4. 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 16 (f) Plans and Special Provisions for BALBOA PARKING LOT TICKET BOOTH 2398 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. ATTEST: 1I/4 � City Clerk GILLESPIE CONSTRUCTION, INC. Name IC ractor (Princip�j) _ Autfidrized SigrTature any Title Authorized Signature and Title CITY • • CITY OF NEWPORT BEACH SPIof2 PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BALBOA PARKING LOT TICKET BOOTH CONTRACT NO. 2398 I. SCOPE OF WORK The work to be done under this contract consist of constructing a ticket booth at Balboa Parking Lot, plus sewer and water laterals and related items of work. All work necessary for the completion of these improvements shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. P- 5115 -S), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Cons truction (985 Edition), and (4) the Standard Speci ications for Public Works Construction (1985 Edition). Copies of the tandard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5). Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. II. TIME OF COMPLETION The Contractor shall complete all work on this contract by June 13, 1986. No work shall begin until the contractor's written schedule of work has been approved by the Engineer. III. PAYMENT The prices bid for each item of work shown on the proposal shall be con- sidered as full payment for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. The bid item for "Mobilization" shall include all costs for cleanup, removal of the Contractor's facilities, etc., at the end of a project, in addition to the costs specified in Section 9 of the Standard Specifications. Payment for all items of work not separately provided for in the proposal shall be included in the prices bid for other items of work. IV. PLAN CHECK AND FEES Plan Check 385 -86 has been completed for the ticket booth. The contractor shall be responsible for completing the Building Permit Application, for complying with the requirements of the permit, and for arranging inspections and obtaining approvals as required by the permit. All Building Department permit and inspection fees are waived for this proj- ect. V. ACCESS The Contractor shall maintain continuous vehicular access into and out of Balboa Parking Lot. During the Contractor's hours of work, vehicular access may be provided at the Palm Street entry gate (shown on the plan) in lieu of SP2of2 tho entrance lane. all other times, the entrance4kne shall be clear, clean and accessible to all vehicles, including buses. Egress from the lot shall be through the exit lane at all times, with a clear lane width of not less than 10 feet. The Contractor shall provide, and install and relocate barricades and signs as necessary to detour and direct vehicles into and out of Balboa Parking Lot at all times. VI. WATER If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to Contractor, less a quantity charge for water usage. VII. CONSTRUCTION SURVEY STAKING Field staking for the control of construction will be provided by the Engineer. VIII. UTILITIES All services shall be maintained at all times to the two existing parking lot booths. The Contractor shall submit shop drawings showing methods, materials and sequences of operation for maintaining said services. Telephone counter and electrical wires exist at the pull box located adja- cent to the new ticket booth, and shall be routed from that box into the booth as required to serve the booth. The sewer service trench shall be compacted to 95% relative density to the elevation of the water service pipe prior to installation of the water ser- vice pipe. Sewer cleanouts shall be traffic rated per Note 4 of STD - 406 -L. IX. TRENCH RESURFACING The sewer and water service trench shall be temporary- resurfaced in accor- dance with Section 306 -1.5.1 of the Standard Specifications. Permanent resurfacing will not be required except across the entrance lane. Paragraph 4 of Section 306 -1.5.1 shall be deleted and replaced with the following: The cost of furnishing, placing and maintaining temporary resurfacing shall be included in the lump sum costs to install water and sewer laterals. X. PATCH BACK Asphaltic concrete patch back adjacent to new curb and gutter and at the exit lane median nose modification shall be Type III -C3 -AR -4000 at least 4 inches thick. The cost of furnishing and placing patch back shall be included in the unit costs to install the curb and gutter. 4 0 0 STATE P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE F;�cil 30, 19Eti POLICYNUMBER: 7= G`;24 -65 CERTIFICATE EXPIRES: 9j 1j 1-:G r City of NEe,)pot Beach :uilding & Safety Department - o. --OX 1-768 Newport Beach, California 92063 L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate 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. i -� � ENT r L ILL OPE,I TIOcS EMPLOYER Gil]e8pie Corwtruct.on, Inc. 3004 Deouar, Suite U CGSta :.esa, California 92c 26 SCIF 10262 (REV. 8.84) OLD 252A • • • TO: CITY COUNCIL FROM: Public Works Department SUBJECT: BALBOA PARKING LOT TICKET BOOTH (C -2398) RECOMMENDATION: Apri i Lt5, 198b *Y COUNCIL AGENDA ITEM NO. F -3(b) 51' THE CITY WUNCiL CITY OF NEq?OR9 BEACH APR 2 8 1986 APPROVED Award Contract No. 2398 to Gillespie Construction, Inc. for the total price of $52;389 and authorize the Mayor and the City Clerk to exe- cute Ahe ontract. DISCUSSION�,95���, At 11:00 A.M. on April 17, 1986, the City Clerk opened and read the following bids for this project: Bidder Total Price sX Low Gillespie Construction, Inc. X389" 2. Ultimo General Contractors $55,575 3. Double J. Contractor $55,700 The low bid is 50% above the Engineer's estimate of $35,000. This disparity may be attributed to (1) the high cost per square foot to construct a small concrete block - timber building, (2) the broad range of items of work (e.g., water, sewer, electrical and telephone services; asphalt and concrete pavement; curb and gutter; ticket building; etc.); and (3) a relatively poor bid response, which may be expected when most building contractors have a backlog of work. This contract provides for the construction of a new Balboa Parking Lot ticket booth, sidewalk, curb and gutter, and 340 - foot -long water and sewer service laterals to the ticket booth. The new booth will (1) be located such that parking fees may be collected upon entry or exit from the lot, (2) be equipped with a toilet and lavatory so that ticket fees may be collected on a 24 -hour basis, and (3) permit the construction of approximately 35 additional parking stalls. The stalls are proposed for construction during FY 1986 -87 in an area presently utilized for an unnecessary entrance lane. Parking lot lighting, landscaping, curbing and drainage improvements plus demolition of the existing booth are also anticipated in the future contract. The low bidder is a well - qualified general engineering contractor who has successfully completed other contracts for the City. Sufficient funds to award the contract are appropriated under Budget No. 23- 4497 -010. The new ticket booth plans and specifications Schooler & Associa tes. .ates/ The estimated date of completion a4lo;�, // a Benjamin B. Nolan G Public Works Director LD:jd were prepared by Todd is June 13, 1986. of) AuthoflZed to Publish Advertisements Of 411 kinetcludl public notice$ by Decree of the Superior Court of Orange County, California, Number A -6214, dated 29 September. 1961, and A- 2!631, dated 11 June. 1963. STATE OF CALIFORNIA County of Orange A IM �rlle�r,1 b M n t 0eYt1 i ,MM t0 ctcs [Mnn weM I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS- PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of 1 "'VT—ING BIDS of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for zT vile consecutive weeks to will the issue(s) of 27 198 198- 198— 198_ 198 — I declare, under penalty of perjury, that the foregoing is true and correct. Executed on March 31 , 198 6 at sta Mesa, California. Signature 0 be Of 11 me be12" 1= emend; for: KING LOT 9 TICKET: rN Ittrsct fw 2691 pineer's Estimele:1 proved by the City{ w41 thle 24th day of; naa! ' Reg fbale, c, am or do ootar'. cost at the oKbe !c works DOW- Boo Newport P.O. Burt 1760, Beech, CA s. her information, I . Dolton, Protect 0 TO: CITY COUNCIL FROM: Public Works Department and Marine Department SUBJECT: BALBOA PARKING LOT TICKET BOOTH (C -2398) RECOMMENDATIONS: 1. Approve the plans and specifications. March 24, 1986 CITY COUNCIL AGENDA ITEM NO. F -16 BY THE 0TY COUNCIL CITY OF NF6VPP tT PF . "H MAR 24 1986 APP0, ®E'rn 2. Authorize the,City Clerk ,io- advertise for bids-to be opened at 11:00 a.m. on April 17, 1986. DISCUSSION: This contract provides for the construction of a new ticket booth at the Balboa Parking Lot. The new booth will (1) be located such that parking fees may be collected upon entry or exit from the lot, (2) be equipped with a toilet and lavatory so that ticket fees may be collected on a 24 -hour basis, and •(3) permit the construction of approximately 35 additional parking stalls. The stalls are proposed for construction during FY 1986 -87 in an area presently uti- lized for an unnecessary entrance lane. Parking lot lighting, landscaping, curbing and drainage improvements plus demolition of the existing booth are also anticipated in the future contract. The estimated cost of the new ticket booth and water and sewer services to the booth is $35,000. Sufficient funds to award this amount are appropriated in the current budget. The new ticket booth plans and specifications were prepared by Todd Schooler & Associates. The estimated date of completion is June 13, 1986. ��JX4 Benjamin B. Nolan Public Works Director LD:jd is