Loading...
HomeMy WebLinkAboutC-2507 - Parking Control Equipment at Balboa Pier Parking LotCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714 ) 640 -2251 TO: FINANCE DIRECTOR Traffic Engineering FROM: CITY CLERK DATE: July 12, 1985 SUBJECT: Contract No. C -2507 Description of Contract Parking Control Equipment at Balboa Pier Parking Lot Effective date of Contract June 10, 1985 Authorized by Minute Action, approved on June 10, 1985 Contract with Parking Facilities Equipment Corporation Address 15414 Cabrito #H & #I Van Nuys, CA 91406 Amount of Contract $38,644.00 Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 6 .� Page 15 cnNTR ACT THIS AGREEMENT, entered into this 10 day of June 19 85 , by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Parking Facilities Equipment Corporation , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Parking Control Equipment at Balboa Pier Parking Lot 2507 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: Parking Control Equipment at Balboa Pier Parking Lot Title of Project 2507 ontract 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 Thirty - eight thousand six hundred and fortv -four dollars ($38.644 )• 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) (f) Plans and Special Provisions for at Balboa Pier Parking Lot Title of Project (g) This Contract. Parkinq Control Equi Contract No. Page 16 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: City Clerk APPROVED AS TO FORM: CITY Parking Facilities Equipment Corp, Nam ntract rincipal) �uthoriz d Signa and Title wight . Diedrich,V.P. OF Sales Authorized Signature and Title � b Cr w z n a � o � 'TJ w n Y' Y r. Y' A G Y' n B m rt n 0 n b c e� H N Q � n Y' n C b CL) N (o m G 7 fD N co w n'o n -h E O -5 of O S �--� :5 O 7 Z C+<n n d S J. (D F S =k y N O c70 £•]�c(MD i 3 Cf (D -0 W N S $ C (D N D cr Ch - rD -+ S p O M M 0 N O O 1-0 < 3 < <* mzamS 0 (D M n < Q o �• N � N N D Dorf�o r) N z o N �c o o m o to -h •S S 7 N c+ Cr S S 0 0 0 0 0 D fl Y C Q rD 7 eD (n n (D D n C o �• n o Cam+ VO+ Cr �•. aco 7c O CD a m D 3 = n w noN C, m (Dmo -. o 0 o no + F O -h (D C S m o a r -S *0 n vw 7c - (D • o `< —0 0 S n Kcr W O �=rn n N N O C 5 C') 1 S r1 U 0 CERTIFICATE OF INSURANCE Page 12 ' City of Newport Beach Company '3300 Newport Boulevard Newport Beach, CA 92663 Letter A FIREPL4N'S FUND INSURANCE CO. Ctp B FINANCIAL INDEMNITY CO. NAME AND ADDRESS OF INSURED Letter er P Company C Letter CHICAGO INSURANCE COMPANY __Parking Facilities Equipment Corp. 15414 Cabrito #H & III Company 0 INDUSTRIAL INDEMNITY CO. Letter Company E Letter 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 Nev-port 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 Agency: Hanson & Winter Ins. Brokers Inc. Auth rized Representative 23480 Park Sorrento 109A,Calabasas,CA91302 Dater _.. Telephone: 818 -888 -0600 Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Balboa Pier Parkin ojLot — Prect Title and Contract Number NOTICE: 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. S1 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 r— GENERAL LIABILITY Form MXX 8 Bodily Injury $ S A xi Comprehensive i Premises- Operations 00746 Property Damage $ g I( Explosion & Collapse Hazard 61 5/6/8 -- Hazard HUnderground Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 500, $ 500, -x Broad Form Property Damage ,x Independent Contractors x Personal Injury Marine Personal Injury g 500, Aviation B AUTOMOTIVE LIABILITY C3719 �] Comprehensive Form Bodily Injury & 954 &5 5/6/86 (Each Person)S C ] Owned ITO FO .6/21/ S o i y Injury (Each Occurrence 0 Hired (A) Property Dama e Bodily Injury and 1.J Non -owned (A) Property Damage I Combined $ 500, EXCESS LIABILITY A Umbrella Form XLB172 Bodily Injury Other than Umbrella Form 4391 /10/8 and Property Damage Combined 1 000 $1,000, 1,000 S > WORKERS' COMPENSATION St_atutor D and CB858 ac — W EMPL'OYER'S LIABILITY 0080 100, Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Nev-port 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 Agency: Hanson & Winter Ins. Brokers Inc. Auth rized Representative 23480 Park Sorrento 109A,Calabasas,CA91302 Dater _.. Telephone: 818 -888 -0600 Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Balboa Pier Parkin ojLot — Prect Title and Contract Number NOTICE: 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. S1 Page 13 • 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 s �_. - -each occurrence Property Damage Liability 5 each occurrence ( X) Single Limit Bodily Injury Liability s 500,000. each occurrence and 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 expiration date thereof, the Insuranc-.: Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Balboa Pier Parking Lot Project Title and Contract No.). This endorsem 6v4f,�c�ive 6121 85____at 12:01 A.M. and forms a part of Policy No, 11 44���h TO FOLLOW — Excess Liability — Chicago Ins. Co. Named Insured p '��=1i- t- d:es_- Equ- ipmgnx Endorsement No.— Financial Indemnity y O-)-� Name of Insurance Company By ��°- -— Authorized Representative Page 14 5. 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: Balboa Pier Parking Lot —�Proj ect lit e and Contract No. This endorsement is effective 6/21/85 at 12:01 A.M. and forms a part of Policy No. M%X 80074661 Named Insured Parking Facilities Equipment Corp. _Endorsement No. EName ofInsurance Company Fireman's Fund By - JUhr � .CITY Of NEWPORT BEACH • ' COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: - 1. 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 Mold 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 "XCO "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 (X) Single Limit 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 I iabii ity 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. 5. 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: Balboa Pier Parking Lot —�Proj ect lit e and Contract No. This endorsement is effective 6/21/85 at 12:01 A.M. and forms a part of Policy No. M%X 80074661 Named Insured Parking Facilities Equipment Corp. _Endorsement No. EName ofInsurance Company Fireman's Fund By - JUhr � r Direct All CoKesno� tnre To.. • Page 8 AL ;i A '' Uv 4DS P. 0. B r3 n PAYMENT BOND BOND NO. 3SM 436 447 LQSr'1i7,r'iJJ, CA �,, "0'57-0903 PREMIUM INCL.IN PERF.BONT, (213) 383 -2168 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by I motion adopted j has awarded to PARKING FACILITIES EQUIPMENT CORPORATION hereinafter designated as the "Principal ", a contract for PARKING CONTROL EQUIPMENT AT BALBOA PIER PARKING LOT 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 ±he 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 PARKING FACILITIES EQUIPMENT CORPORATION as Principal, and AMERICAN MOTORISTS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of THIRTY -EIGHT THOUSAND SIX HUNDRED FORTY -FOUR AND NO /100 Dollars ($ 38,644.00 ), 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 19TH day of JUNE , 19 85 . Approved PARKING FACILITIES EQUIPMENT Jame of Contractor Principal e Authorized Signature and Title 1) e C, V P &R LZ3, AMERICAN MOTORISTS INSURANCE COMPANY (Seal) Name of Surety 685 S. CARONDELET STREET LOS ANGELES. CALIFORNIA 60057 ,. ess of Surety Cigna ure ana iit }•e or Autno"zea ",.JAMES . RESTRICK,ATTORNEY -IN -FACT Address of Agent Telephone No. of Agent 1 0 /! \� §( {§ Z \ § §/q =3 ;o --4 z { }/ \} } J&)}3 } o(g2m0 7 \ \C7 C: CD ~ Z CL =r & G )7zms•» 2Q ±®7± >)S0 §= <o ) / / }7�\ -n w 0 \ \5A ( )X- k= e- }it\\ §M�\ \r CL \M o > \ \Z \� r .lnn,n Page 10 Direct A! Co�rasxc � To...• AL E,,RKE Ds P. 0. _sc:� ' J Los And 13) 3&_ FAITHFUL u903 FAITHFUL PERFORMANCE BOND BOND NO. 3SM 436 447 (213) PREMIUM: $773.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to PARKING FACILITIES EQUIPMENT CORPORATION hereinafter designated as the "Principal ", a contract for PARKING CONTROL EQUIPMENT . AT BALBOA PIER PARKING LOT in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, PARKING FACILITIES EQUIPMENT CORPORATION as Principal, and AMERICAN MOTORISTS INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of THIRTY —EIGHT THOUSAND SIX HUNDRED FORTY —FOUR AND N01100 Dollars ($ 38,644.00 ), 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 11 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 19TH day of JUNE 19 PARKING FACILITIES EQUIPMENT CORPORATION(Seal) Name of ContraS-tQr (Principal) V'. ? &" " . e Authorized Signature and Title AMERICAN MOTORISTS INSURANCE COMPANY (Seal) Name of Surety 685 S. CARONDELET STREET LOS ANGELES, CALIEQRNIA 90057 -3386 BY: Signa ure and Tit e of AuthorizedAgent H. RESTRICK, ATTORNEY -IN -FACT Approved as to form: /� ��J J�'^•v`.'^ Address of Agent &Oy ttorney Telephone No. of Agent c Q n' 3 �cn OD Z m 3 <0 T V O n D a n �3 a , o r $ m D^r' �3: y'cD n N T DO n o �Z g Z OZ N ^Z y F mD r m '^ m _ . N N C 0 o Z m .� � y <m0 =7 Z �7 :r M H O y 3 <' 7C (p C N N Z 0 MC 4 0 ma, 54 J QCy =0 M lD CL> 3, z�o m 0 m Wa vdi y m , H Ci O j HO D� 03 c�N m = xd :3 > U) C.) --< m m m a 3 o o M N' 1 d m D N 0 7 7 C < jM Q d (O m so M0 < Er CL D a a o ZD H a 00. o m AMEkICAN MOTORISTS INSUISCE COMPANY Home.Office: long Grove, IL 60049 ®r POWER OF ATTORNEY GROUP Know All Men By These Presents: I J That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove, Illinois, does erebyappoint **••*•*••••• *•• *•• *• *• *• * »• ».. ».... » *. ». ».. James H. Restrick of Los Angeles, California******************************** its true and lawful agent(s) and attorney(s) -in -fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending December 31, 1986, unless sooner revoked for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds ONE MILLION FIVE HUNDRED THOUSAND DOLLARS ($13500,000.00) ** EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1986. This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said American Motorists Insurance Company on May 20, 1981 at Long Grove, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the Chairman, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process" This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 20th day of May, 1981: "VOTED. That the signature of the Chairman of the Board, the Chairman, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company and certifications by the Secretary , may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Board of Directors on May 201h, 1981 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company:" In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officers, this 21 st. day of Sept emher , 19 - 241 Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY K. ri. lonnson, secretary ' I STATE OF ILLINOIS 11ss C. H. Kasbohm, Vice President COUNTY OF LAKE J I, Margaret Redmore, a Notary Public, do hereby certify that G. H. Kasbohm and R. H. Johnson personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the American Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth. My commission expires: July 6, 1988 � Redmore, Notary Public Margaret FM 8363 7-84 1 M Power of Attorney —Term PRINTED IN U.S.A. E • W t bfrC f-9$B Wd ,, 6b009 SIONIIII 'MONJ DNOI 'dnONJ N3dVNDl 1N3 W1NVd34 GNO81JVKNOJ'31RIM NO 1N3W1NVd34 QN081JVN1NOJ'000Z-0bS (ZI0IIVJ MNNO11V 30 N3MOd SIHl ONINN3JNOJ NO)IVWNO3NI NOd paieis wajay ivaixa ayi of pue jauuew ay ui ldaaxa AuedwoJ ay pwq of Aiuoyine ou aney Aayl pue'ula ay3 paweu / Ileailiaads s8uh Lvapun pue spuoq ayi of uiajayi paweu asoyi jo sou ay silwy AawoAV to Jamod slyl A.jelaia S'uoeueyol.j ua s 61 ' N if jo Aep HS6t siyi uo AuedwoJ ague insul sisuoioW ueauawy ayi Io leas aiejodjoa a paxlge pue aweu Ad�i paquosgns oiunajay aney I J03'd3HM ANONIIS31 NI -AuedwoJ aDuemsul sisuoioW ue7uawV ay ;o /oeianaS pue ivaplsaJd aD!A paiaala Alnp ayi AawoUV Io Jamod payaeue ay jo uonnaaxa ayi jo amp ayi uo ajam Alanlpadsai AieiaaaaS pue ivaplsaAd aalA se AaujoDV )o iamod ayi painoaxa oym uosuyo( H'N pue wyogse>l 'H .!) ples ayl Ieyl Allvaa Jayvnl op I pue'aieaglvaa slyi io aiep ayi uo paPa pue aajoj llnl ul sl pue Joaiayi awp ayl aauls papa pue a»oI llnl ul uaaq sey awes I Ni ley pue Adoa.pajjoa pue anti a sl saTa uy soZ 3o :gDTJ sas -H saw8r lolleyaquo 17961 TZ aagmaq as paiepAawouV)oJamod pay:eiie ayi wqi Allvaa Agajay op AuedwoJ aauejnsul sisuoioW ueauawV ay io AjeiauaS 'uosueyo( 'I uaAS 'I NO11V3Ii11833 Emfra -ce I* Mec{im" En-irance Tckef d;spensers ExisT Boof� ,Ea)boa Pier Parkir.3 La+ Proposed Barrier 64h- 1J / N Proposed Cashler 8aofh5 W l Replace °X;Sf". 100 i+ flecfr; Cai Service al easf end c,-F ex;s-l'. 600*4 6uJA new 200 A Service. �. Furn;,A' C in-<{all 150 -fl 3 co"du'fs Cr Conde c-6or,s A energize new cok)4rol r.>au,7lome,4 also rr insfa/l co oluifs iror -P?IPpone and secur;+- Sy:-term. C'SA;er boo fL, on east sic% of' revu,rez Cohsf ruc4 o✓1 0- a CohCre'fe Slab. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARKING CONTROL AT BALBOA PIER LOT DRAWN C'rz %+lar DATE APPROVED DRAWING NO. r] CITY OF NEWPORT BEACH 0 PUBLIC WORKS DEPARTMENT SCOPE OF WORK The work to be done under this contract consists of the installation of parking control equipment at the Balboa Pier parking lot. The contract requires completion of all work in accordance with these special provisions; the City's Standard Special Provisions; the Plan , the City's Standard Drawings and Specifications, and, where applicable, the California Standard Specifications, July 1984, and the California Standard Plans, July 1984. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1985 Edition. Copies may be purchased or m Building News, Inc(Overland Avenue, Los Angeles, CA 90034; telephone 213 - 870 -9871. Copies of the City's Standard Drawings and Special Provisions may be purchased from the Public Works Department at a cost of $5. If there is a conflict in methods of measurement of payment between the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. II. COMPLETION OF WORK The Contractor shall complete all work within 39 consecutive calendar days after the date of award of contract by the City Council. No extension of time will be granted for a delay caused by a shortage of materials unless the Contractor furnishes to the Engineers, documentary proof that he has made every effort to obtain such materials from all known sources within reasonable reach of the work in a diligent and timely manner, and further proof in the form of supplementary progress schedules, as required in Section 8 -1.04, "Progress Schedule ", that the inability to obtain such materials when originally planned did, in fact, cause a delay in final completion of the entire work which could not be compensated for by revising the sequence of the Contractor's operations. The term "shortage of materials ", as used in this section, shall apply only to materials, articles, parts or equipment which are standard items and are to be incorporated in the work. The term "shortage of materials" shall not apply to materials, parts, articles or equipment which are processed, made, constructed, fabricated or manufactured to meet the specific requirements of the contract. Only the physical shortage of material will be considered under these provisions as a cause for extension of time. Delays in obtaining materials due to priority in filling orders will not constitute a shortage of materials. III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 -1 of the Standard Specifications, the Contractor shall begin work within 15 calendar days after the City executes the contract. SECTION 1i0 - PARKING CONTROL EQUIPMENT SYSTEMS Requirements of the General Conditions and Supplementary General Conditions of the contact will apply to work of this section. 1.0 GENERAL 1.1 SCOPE: A. Required: Provided all labor, materials, tools, plant equipment and transportation required to perform all operations necessary to furnish and install all parking control equipment indicated in the Contract Documents and as required for a' complete and operable control system, including but not limited to the following: 1. Entrance -exit control equipment including ticket dispensers, gates, cash terminal, loop detector assemblies, cashier booths, and vehicle count system. 2. Parking equipment supplier shall furnish conduit and wiring between control equipment items, for present and future, at each control location, and connections to electrical power source at each control locations shall be the work of this section. 3. Parking equipment supplier shall supervise installation of power supply location by Electrical Subcontracter and verify suitability for parking control equipment systems. 4. Parking equipment supplier shall provide any additional con- duit with wire and make required modifications necessary to conduit shown for a completely operable installation of the present and future system. 5. Parking equipment supplier shall furnish and install all control wiring, in conduit with pull wires, furnished and installed., by the electrical section. 6. All power conduits and wiring shall be furnished and install- ed by the electrical section to each control location. 7. Parking equipment supplier shall furnish and install pipe guards in respect to protection of equipment and service- ability of parking equipment S. The Electrical Contractor shall cooperate with the parking equipment installer and coordinate his work with the work of the parking equipment installer. Parking Control Equipment and Systems - 11150 I . Work not included in *is Section: 1. Electrical power conduit, wiring and junction boxes to each control location, and parking control conduits with pull wires to each control location. Refer to "Electrical" section. 2.0 PRODUCTS 2.1 MATERIALS: A. Parking control equipment and systems shall be manufactured by a firm regularly engaged in the manufacture of such equip- ment for a period of at least five years unless specifically approved by the Owner. To be considered as eligible, the man- ufacture shall submit a list of major parking structure install- ations for which it has furnished parking control systems, which operated successfully, within two years prior to submis- sion of bids and shall provide 24 -hour service on the equipment. All bidders shall furnish a list of customers served within 50 miles of the project. This list of references will be used to determine the service capability. The parking equipment supplier shall also be a state licensed contractor. Note to all Bidders: The Owner and /or Contractor of this project shall be given all trade discounts extended to parking operators or other major suppliers of parking equipment. B. All materials shall be new, first quality, as manufactured by Stanley Parking Systems, B.I.G. Enterprises, and T.E.C. America. C. Equipment numbers listed herein are those of Parking Facilities Equipment Corporation for gates, and ticket dispensers, B.I.G. Enterprises for cashier booths and T.E.C. America for cash reg- isters. D. EQUIPMENT: 1. Loop Detectors: Stanley DTS four turns #14 U,F, wire or as determined by design control system with an inductance of from 30 to 100 microhenries. The lead shall not exceed 100 feet. Parking Control Equipment and Systems - 11150 2. Booth: B.I.G. Cashier Style 4' x 6' size, all steel, for exterior use with overhang. Provide complete with steel counter leveling bolts, heater with thermostatic control, formica countertop, two duplex outlets, heavy -duty door locks, flourescent lighting. Power load center shall be concealed. Booth shall have a lockable center drawer with formica countertop. Color as selected by Owner. 4. Barrier Gate: Stanley heavy -duty gate, Model B8- 5350 -2 with 12' arm. Verify gate arm lenghts at job site. 3. Ticket Dispenser: Stanley HD, Sp -12 with thermostatic contr- olled heater. Provide arming (ticket issuing) logic for veh- icle detector. 5. Cashier Terminal: T.E.C. Model MA 141 -100. Vehicle must be present for activation. 6. Customer Fee Indicator: Model PF -1, 4digit, booth mounted. 7. Cashier Out Clock: PFEC Acroprint -12, to be compatible with the Stanley SP -12 Ticket Dispenser. 3.0 EQUIPMENT LOCATION The parking lot will provide for two entry lanes and two exit lanes. All four lanes to accomodate visitor parkers. 3.1 CONTROL LANES NO. 1 & 2: Visitor Entry from Street IA - Loop Detector Assembly (activate ticket dispenser) 1B - Ticket Dispenser - Auto Vend type with Detector IC - Barrier Gate with 12' wooden arm 1D - Loop Detector Assembly (closed gate) Parking Control Equipment and System - 11150 3:2'CONTROL LANES NO. 3 & . 4 Visitor Exit to Street 2A - Loop Detector Assembly (activates cash register) 2B - Cashier Booth 4' x 6' 2C - Cashier Out Clock - PFEC Acroprint -12 2D - Cash Register - TEC MA 141 -100 2E - Customer Fee Indicator - PF -1 booth mounted 2F - Barrier Gate with 12' wooden arm 2G - Loop Detector Assembly (closes gate) 5.0 MASTER CONTROL PANEL 5.1 SCOPE: A. Stanley Master Control Panel to provide Differential Count System for the entire facility and a totalizing Count System for each entrance and exit lane: containing the following: 5A - One (1) Stanley Differential Counter Model AC -5 with Anti - Coincidence Circuitry; ADD & SUBTRACT buttons; Auto /Manual Switch and Full light 5B - Four Stanley Keyresettable Totalizing Counters (one each entrance and exit lane) Model AC -2; Six (6) digits each 5C - All necessary identification labeling in formica 6.0. EXECUTION 6.1 WORKMANSHIP: The control system to be installed will require certain items to be placed in the concrete structure. A requirement of this Section is the supervision, by the manufacturer's representative of the installation and wiring of all equipment furnished under this section. A. Using experienced mechanics and technicians and qualified supervision, furnish workmanship in fabrication and installation of all items under the Section, to the highest trade and manufacturing standards. B. Unless directed, specified, or indicated otherwise, install all materials, equipment, etc, in the strict accordance with the manufacturer's recommendations, the approved Shop Drawings the Owner's instructions, the requirements of the specification Section and in accordance with the National Electrical Code and the City of Newport Beach. Parking Control Equipment and System - 11150 6.2 SHOP DRAWINGS: A. Furnish shop drawings complete in every respect, with all demensions, shapes, sizes, methods of fabrication and asse- mbly, wiring diagrams, conduit sizes, etc., shown and noted, and all details for installing items in the work included. Also, indicate protection pipe locations furnished by others. B. Provide brochure and descriptive data of all accesories, including the installation of same and the operation of the complete system. C. Submit copies of the Shop Drawings, brochures and descriptive data to the Architect per Division I for approval and commence no fabrication or installation on the site prior to receipt of the final Owner - approved drawing sets, and a "Notice to Proceed" 6.3 MAINTENANCE MANUAL: The subcontractor shall furnish the Owner three (3) sets of complete operating and maintenance instructions, manuals and spare parts lists for the unit and shall instruct the Owner's personnel in the operation and maintenance of the parking control equipment and systems. 6.4 GUARANTEE: Parking equipment shall be fully guaranteed against any defective materials and workmanship for a period of one (1) year from final acceptance of the job. Service labor for 90 days. Parking Equipment supplier shall also furnish the Owner with a comprehensive preven- tative maintenance service contract insuring Owner of a 24 hour response service by radio dispatched service trucks. Parking Control Equipment and System - 11150 0 c %� July 9, 1985 TO: CITY CLERK FROM: Traffic Engineering SUBJECT: PARKING CONTROL EQUIPMENT AT BALBOA PIER PARKING LOT Attached is the original of the subject contract documents. Please: 1. Execute documents on behalf of the City. 2. Retain your copy. 3. Retain insurance certificates. 4. Return three copies to our department. Thank you. 6P-0 James E. Brahler Assistant Traffic Engineer JEB:bb Attachments • • • TO: CITY COUNCIL FROM: Public Works Department SUBJECT: BALBOA PIER PARKING LOT RECOMMENDATIONS: 1. Waive the in excess Facilitie 2. Approve a DISCUSSION: •June 10, 1985 CITY COUNCIL AGENDA ITEM NO. I -1 'r i; COUNCIL kATY OF K"WIPORT BEACH JUN 101985 APPROVED, /-_z formal bid requirement for Public Works contracts of $12,000.00 and award Contract No. 2507 to Parking s Equipment Corporation for $38,644.00. budget amendment in the amount of $47,000.00. The City Council discussed this project at their meeting of May 13, 1985 and directed staff to negotiate a Consultant Services Agreement and proceed with preparations to convert the Balboa Pier Parking Lot from pay as you enter to pay as you leave for the summer season. The project is anticipated to create more parking turnover resulting in increased parking availability for local merchants. The project has been discussed with a committee formed by the business community which is interested in trying this concept as part of a long -range program to increase the amount of park- ing for their employees and customers. In order to expedite the project so that it can be implemented during this summer, it was necessary to use an informal bid process. Sealed bids were received from three companies with the lowest responsible bidder being Parking Facilities Equipment Corporation. A summary of the bids received is attached. The contract provides for the installation of attendant booths, ticket dispen- sers, cash registers and gate arm controls necessary for pay as you leave operation. Executive Parking, Inc. will in the new procedures. This as well as the consultant pr start -up period. Pay as you staff will need to learn to to be the most efficient way training is estimated to be amount of field training. be retained as a consultant to train City staff training will consist of both classroom work oviding a supervisor in the parking lot for the leave parking will present new situations which deal with and the use of the consultant is felt to acquire this knowledge. The cost of this $5,000.00 and will vary depending on the actual Additional staffing will be required and should be provided for in the 1985- 86 FY budget. The increased level is required because of the additional com- plexities of pay as you leave operation. During peak periods it will be of i'' 1 June 10, 1985 • • SUBJECT: BALBOA PIER PARKING LOT Page 2 • necessary to have four or five employees at one time compared to the present two or three. The additional cost is estimated to be $19,000. A budget amendment is necessary as funds are not available in the current budget for the proposed improvements and training. The breakdown of the amount requested is as follows: Purchase and install equipment $38,644 Training 5,000 Miscellaneous Signing and Security Equipment 3,300 The anticipated completion date for the improvements is July 19, 1985. Prior to that time resolutions will be submitted providing for the new rate structure in the lot of $ .50 per half hour with a $3.00 maximum as well as increased rates for the off - street parking meters in the area. n. Richard M. Edmonston Traffic Engineer RME:jw Att. • • BID SUMMARY FOR BALBOA PIER PARKING LOT IMPROVEMENTS The following proposals were received in the office of the Purchasing Agent at 3:00 p.m. on June 3, 1985: 1. Parking Facilities Equipment Corp. Van Nuys $38,644 2. Access Controls, Inc. Santa Ana 39,771 3. Trans - Meridian Systems, Inc. Anaheim 46,688 I7 1 3