Loading...
HomeMy WebLinkAboutC-2575 - Balboa Parking Lot Modification & Summit Street ImprovementCITE' OF NEWPORT BEACH OFFICE OF THE CITY CLERK EO. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 August 10, 1987 Wakeham- Baker, Inc. 11225 Slater Avenue Fountain Valley, CA 92708 Subject: Surety: American Motorists Insurance Company Bonds No. 3SM 694 166 00 Contract No.: C -2575 Project: Summit Street Improvements and Balboa Parking Lot Improvements The City Council of Newport Beach on July 13, 1987 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable sections of the Civil Code. The Notice was recorded by the Orange County Recorder on July 17, 1987, Reference No. 87- 408504. Sincerely, /nom Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach .'LEASE RETURN TO:. $T- 408504 City ClerkA/ ill � L' City of Newport Beach EXEM ?r:uQR01Pd',. ";cQUEST 3300 Newport Blvd. : "EiEtJT 6103 Newport Beach, CA 92663 -3884 Ij P SIDERATION NOTICF. OF COMPLETION PUBLIC WORKS "ORDED IN OFFICIAL RECORDS ORANGE COUNTY. CALIFORNIA .145 PM JUL 17'87 EXEMPT C14 YV COUwn CCOPDER I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTI "CE'ihat on July 13, 1987 _ the Public Works project consisting of Summit Street Improvements and Bn1bna P rk Lot Improvements (C- 2575). on which Wakehan was the contractor and American Motorists Insurance was the surety, was completed. VERIFICATION I, the undersigned, say: 92708 Illinois CIT OF NEWPORT BFACH i Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 15, 19B7 at Newport Beach, California. t i Public Wo ks Director VERIFICATION OF CITY CLERK I. the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on July 13, 1987 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 15, 1987 City of Newport Beach, Owner r RECEIVED CITY CLERK AUG 10 J98T Calif. / \ f at Newport Beach, California. 4L2s _ ; City Clerk } h- C` \� 4 oe U • • a TO: CITY COUNCIL FROM: Public Works Department June 13, 1987 BY THE CITY COUNCIL CITY COUNCIL AGENDA CITY OF NEWPORT BEACH ITEM NO. F -19 JUL 13 1987 APPROVED SUBJECT: ACCEPTANCE OF SUMMIT STREET IMPROVEMENT AND BALBOA PARKING LOT IMPROVEMENTS (C -2575) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been recorded in accordance with applicable sections of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $152,152.00 Amount of unit price items constructed 158,080.75 Amount of change orders 7,652.72 Total contract cost $165,733.47 Three change orders were issued. The first, in the amount of $2,080, provided for a change in the electric service cabinet at the Balboa Parking Lot to comply with the Edison Company requirements. The second, in the amount of $3,892, provided for installation of an additional street light at the Seashore Drive /Summit Street intersection. The third in the amount of $1,680.72, pro- vided for replacement of the concrete pads and guard posts for the entry gates at the Balboa Parking Lot. Funds were budgeted in the General Fund, Account Nos. 02- 2797 -282, 02- 3386 -015, 02- 3397 -406 and in the Tide and Submerged Lands Fund, Account Nos. 23- 4497 -010 and 23- 5697 -032. The contractor is Wakeham- Baker, Inc. of Fountain Valley, California. The contract date of completion was April 3, 1987. Completion was delayed t additional street light. Benjamin B. Nolan Public Works Director GPD:jd until June 22, 1987, due to slow delivery of L� CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR /,a 7/j,-7 FROM: CITY CLERK DATE: January 27, 1987 SUBJECT: Contract No. C -2575 Description of Contract Summit Street Improvements and Balboa Parking Lot Improvements Effective date of Contract January 27, 1987 Authorized by Minute Action, approved on Contract with Wakeham- Baker, Inc. Address 11225 Slater Ave. Fountain Valley, CA 92708 Amount of Contract $152,152.00 S 4�44e Wanda E. Raggio City Clerk WER:pm Attachment January 12, 1987 3300 Newport Boulevard, Newport Beach January 22, 1986 TO: CITY CLERK FROM: Public Works Department SUBJECT: WATER MAIN REPLACEMENT PROGRAM (C -2566) Attached are the original and three copies of the subject contract documents. Please have them executed on behalf of the City, retain your copy and return the other three to this office. Stephen J. Luy Project Manager SJL;,d n Y tt. l Z. CITY CLERK NOTICE INVITING BIDS 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 23rd day of December , 1986, at which time such bids shat be opened and read for 1) SUMMIT STREET IMPROVEMENTS 2) BALBOA PARKING LOT IMPROVEMENTS Title of Project No V 2575 Contract No. $140,000 ngineer's Estimate O %z, Approved by the City Council this 24th day of November , 1986. i i Raggio io JOF ands E. 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 Llovd R. Dalton at 644 -3311. Project Manager CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL (1) SUMMIT STREET IMPROVEMENTS (2) BALBOA PARKING LOT IMPROVEMENTS CONTRACT NO. 2575 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: .. MM 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. 2575 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 @ Forty Five Hundred Dollars and No Cents $ 4.500.00 Per Lump Sum 2. Lump Sum Clearing, grubbing and grading (Summit Street site) @ Forty Nine Hundred Dollars and No Cents $ 4,900, 00 Per Lump Sum 3. Lump Sum Clearing, grubbing and grading (Balboa Parking Lot site) @ Fourteen Thousand Dollars and No Cents $14,000.00 Per Lump Sum U n -- z H� 3 7 3 H O � 3 � 3 o •v m A m o < m m m z -i m m N � C7 � N cn V W cn n r W C:) n J E O n 3 N m t-F Ul S � n sv W (D n v m M -� T m m n � m H n m N v 0 T w r) 'o O. M£ O T N O S.+ 7 O O T -• ?3 ai o A •+• F T T d F an m a N ? T c T N J• m C= -T M= m O M A 0 h O O m Z7 A < rD = O CD T m A <��c N a m T t O O 0 � Jr A N J i0 J J. O O m O G A T T N e+ r+ t+ P+ S S O O O t+ C O 3 m m A a m m T O m -•• A O m c+N S u G O 3 z CIL 3 O W A OL N m m 0 -J tp o o ry O M£ �Md O e+-' 3 N CD N + } CD A Z A o° sL r 7 A Q a �c m Cr �t O p J. C+ Y -h £ 'G n r+ t+ N O S A n J. m woo C T A � s 9 0 N0, AND UNIT UNIT PRICE WRITTEN IN WORDS 4. 206 Construct Type "B" curb Linear Feet @ Fourteen Fifty Per Linear Foot 5. 415 Construct Type "C" curb and gutter Lineal Feet No Per Lineal Foot 6. 165 Construct rolled curb and gutter Lineal Feet @ Nineteen 7. E N 10, 540 Tons 675 Tons 135 Tons No Per Lineal Foot Construct 4" -thick untreated base material PR 1 UNIT TOTAL PRICE PRICE Dollars and Cents $ 14.50 $2,987.00 Dollars and Cents $ 16.00 $6,640.00 Dollars and Cents $ 19.00 $3.135.00 @ Sixteen Dollars and No Cents $ 16.00 $ 8.640.00 Per Ton Construct AC base course @ Forty Eight Dollars and No Cents $ 48.00 $3L,400 00 Per Ton Construct AC finish course @ Forty Eiaht 4 _Dollars and No Cents $ 48.00 $ 6.480.00 Dar Tnn 1,500 Construct 4" -thick walk Square Feet @ Three Dollars and Fifty Cents $ 3.50 $5,250-00 Per Square Foot • • PR l.c ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. Lump Sum Install conduit and electrolier (Summit Street site) @ Five Thousand Dollars and No Cents $ 5.000.00 12 13 14 15 16. 17 Per Lump Sum 1 Construct PCC commercial driveway Each approach @ Seven Hundred Dollars and No Cents Per Each 1 Each 2 Each Lump Sum Lump Sum Construct PCC alley approach 11 11 @ Eight Hundred Dollars and No Cents $ 800.00 $ 800.00 Per Each Construct light pole pedestal and relocate light pole (Balboa Parking Lot) @ Sixty Three Hundred Dollars and No Cents Per Each Replace enclosure @ Two Thousand Dollars and No Cents Per Lump Sum Install parking ticket dispenser systems and detection loops @Thirty Four Thousand One Hundred Ei04ars and No Cents Per Lump Sum i Lump Sum Install irrigation controller @ Two Thousand Dollars and No Cents Per Lump Sum $ 6 300.00 $12,600.00 $ 2,000.00 $34,180.00 $ 2,000.00 • • PR l.d ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 18. 3 Adjust sewer cleanout or water valve Each covers to grade @ One Hundred Forty Dollars and No Cents $ 140.00 $ 425.00 Per Each 19. 1 Adjust manhole to grade Each @ Five Hundred Dollars and No Cents $ 500.00 $ 500.00 20. 33 Install barricade post Each @ One Hundred Forty Dollars and No Cents Per Each 21. 1 Construct wheelchair ramp Each @ Four Hundred Dollars and No Cents Per Each TOTAL PRICE WRITTEN IN WORDS One Hundred Fifty Two Thousand One Hundred Fifty Two Dollars and No Cents u,- •:. (714) 556 -0820 Bidder's Telephone Number Wakeham- Baker, Inc. $ 140.00 $4,620.00 $ 400.00 $ 400.00 S /W. R. Wakeham, President ithorized Signature/Title $ 152,152.00 402529 "A" 11225 Slater Ave., Fountain Valley, CA 92708 Contractor's License No. & Classification Bidder's Address 0 0 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 SUBCONTRACTORS) 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 than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. 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 agents 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. 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 discrepancy 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 respon- sible for bidder errors and omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For part- nerships, 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 contract. 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 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 402529 "A" Wakeham- Baker, Inc. ontr's Lic. No. & C assification Bidder December 18, 1986 S /W. R. Wakeham, President )ate Authorized Signature/Title Page 2 • Page 3 i 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. PCC Wellbrock La Verne 2. A.C. Paving Anderson A.C. Santa Ana 3. Electrical Pacific Electric Buena Park 4. Parking Devices West Coast Security Burbank 5. 6. 7. 8. 9. 10. 11. 12. Wakeham- Baker, Inc. Bidder S /W. R. Wakeham, President Authorized Signature /Title FOR ORIGINAL SEECITY CLERK'S FILE COPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Wakeham- Baker, Inc. as bidder, and American Motorists Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of 10% of Bid Not To Exceed Twenty Thousand Dollars ($ 20,000.00 ), 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 1) SUMMIT STREET IMPROVEMENTS; 2) BALBOA PARKING LOT IMPROVEMENTS Title of Project C -2575 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 9th day of December , 1986 . (Attach acknowledgement of Attorney -in -Fact) S /Lorraine M. Salazar Notary Public Commission Expires: February 18, 1989 WAKEHAM- BAKER, INC. Bidder S /W. R. Wakeham, President Authorized Signature /Title American Motorists Insurance Company Surety By S /Raymond E. Gail Title Attornev -in -Fact • • 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. Wakeham- Baker, Inc. er S /W. R. Wakeham, President Authorized Signature /Title Subscribed and sworn to before me this 18th day of December 19 86. My commission expires: December 18, 1989 S /S. White Notary Public Page 5 9 0 Page 6 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 S /W. R. Wakeham, President Bidder Authorized Signature /Title �dMPCI ilo� P�� IMPORTANT Contractor Governmental Project Reference Sheet All contractors bidding on projects for the who have not been awarded a project with the Department within the last three (3) years, are required to complete the following reference information. This information will be reviewed as part of the bid package for determining the successful contractor. List all projects in chronological order from the most recent project, even if not completed, going back at least three years. Make sure to include all projects involving local, county, state and federal agencies. -- -- - - -- - -- - -- -- --------- --- ---- - - -- -- - - --- -- -- • - - - -- - -- Name of Project Park & Ride Facility Location of Project Dimmnnd Aar Amount of Contract 5135.587 Duration in Months 3 ?j/ryr Awarding Agency Statp of rnlifnrnia - np�. of rN- nnspor/-ation /y'W Awarding Agency Address 200 North 22 ino St. - Los Angeles- QA 90012 Awarding Agency Phone Number (include area code) (213) 620 -4220 Awarding Agency Project Liaison Manager George Chale Name of Project violet Lantern Overlook Location of Project Dana Point Amount of Contract $17.000 Duration in Months 2 1 Awarding Agency Cnunty of nrange - F.nvi rnnmpntal MananpmPnt A4o=4 Awarding Agency Address 400 Civi � Center W Santa Ana rA 92707 .Awarding Agency Phone Number (include area code) X 71 A 1 p-1A- AmsA Awarding Agency Project Liaison Manager Ralph Naples MUST BE SUBMITTED WITH BID — continued -3E- Name of Project Irvine Regional Park Location of Project 21000 Chapman Ave.. Orange r Amount of Contract S289.000 Duration in Months 6 Awarding Agency COUNTY OF ORANGE - Environmental Management Agency Awarding Agency Address 400 Civic Center W., Santa Ana, CA 92702 Awarding Agency Phone Number (include area code) ( 714) 834 -3488 Awarding Agency Project Liaison Manager nave Marshall Name of Project Heritage Hill Location of Project r.akP Rnrcct Amount of Contract $12.nnn Duration in Months 2 �/ Awarding Agency COUNTY OF ORANGE - Environmental Manaaement Aaencv Awarding Agency Address 400 Civic ran er W. A,nta Ana rA 97702 Awarding Agency Phone Number (include area code) r71A) Age -'iARA Awarding Agency Project Liaison Manager TQ,p, ail Name Of Project Lakewood Center streat gniFrango imnrnvgmPnta Location of Project Lakewood Amount of Contract S255.000 Duration in Months Awarding Agency City. of Lakewood Awarding Agency Address o n_ Rny 1 SR rakamnnr9^ rA 9n7i4 Awarding Agency Phone Number (include area code) (213) Awarding Agency Project Liaison Manager .roe O'Neil - MUST BE SUBMITTED WITH BID -3F- • 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 Resister 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 Standa Specifications for Public Works Construction (latest edition adopted rd for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. � . * * * *EXBCUrED IN FOu4rS * * ** z PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That • Page 8 BOND #3SM 694 166 00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 12, 1987 has awarded to WAKEHAM- BAKER, INC. hereinafter designated as the "Principal ", a contract for 1) SUMMIT STREET IMPROVEMENTS; 2) BALBOA PARKING LOT IMPROVEMENTS (Contract 2575) 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 any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We WAIMHAM- BAKER, INC. as Principal, and RICAN MOTORISTS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of NO ONE HUNDRED FIFTY-TW THOUSAND ONE HUNDRED FIFTY -TW & 100 Dollars ($ 152,152.00 )� 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 i Surety above named, on the 14th day of JANUARY , 19 87 WAKEHAM -BAKER INC. (Seal} Name of Cont ✓rraacc/to'r�Principal �fE4] ���s?mJ h ri ignature and Title Authorized Signature and Title AMERICAN MO'T'ORISTS INSURANCE COMPANY (Seal) Name of Surety LONG GROVE, ILLINOIS 60049 Address --- Surety _ Signature an� le of u ed,Agent RAYMOND E. GAIL, ATTORNEY -IN -FACT 2900 W dd%ss of Agent (714) 774 -8910 Telephone No. of Agent ) 5 ( m / \ b t * ( ) § § % \ m ) 0 /\ \ :\ 4,C §yK2 /\ ! ® / Li } �® ) f \ ± {]/ / \ \4 41 t ƒ)§\ £/{{ Rt /) 3\ S CD \# wum \�) )\)\ 14-4 / +\ \ /Q e± » ]3\\ ) 2 \\ /\) \ t , w / U) / \(\ : 3 . U Hl- § § % \ m ) 0 /\ \ :\ 4,C §yK2 /\ ! ® / Li } �® ) f E !E m d o a E w m 3 d c m Y d d N y c x.05 3 d d y d n U C (d C U d V (o m ce qO Q O Ta N N N N _ -S U p W F- o ct z ct N W yf�pd� QStJ tJU O 3 W LL 'J„ o��z T LS 1 Q O d O w T 2 "op 3S N U a �i • * ** *ELUTED IN FOLI}iPARTS * * ** • Page 10 BOND #3SM 694 166 00 PREMIUM $3,043.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 12, 1987 has awarded to WAKEHAM- BAKER, INC. hereinafter designated as the "Principal ", a contract for 1) SUMMIT STREET IMPROVEMENTS; 2) BALBOA PARKING LOT IMPROVEMENTS (Contract 2575) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, MICEHAM- BAKER, INC. as Principal, and euM e, uuu: T-,Tq TMqTTPAWF. raurau as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of NO ONE HUNDRED FIFTY -TWO THOUSAND ONE HUNDRED FIFTY -TWO & 10 Dollars ($ 152,152.00 ), 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 ? • Page 11 w 6 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 14th day of JANUARY , 19 87 6+7A�BAKER I (Seal ) Name�Jof�Contractor Principal) ­Aiath6ri-fed Signature a.rfb"Title Authorized Signature and Title AMERICAN MO`1ORISTS INSURANCE OWANY (Seal) Name of Surety LONG GROVE, ILLINOIS 60049 Address of Surety Signature End Title of Authorized Agent RAYMOND E. GAIL, ATPORNEY -IN -FACT 2900 W. BROADWAY LOS ANGELES, CA. 90041 Address of Agent (714) 774 -8910 Telephone No. of Agent AMIF, f ,l\ \� /b \\\\) b ( \ [ E 7/(\ );(G } \&[ r ^[\ (]�\ ; G \/E ®o &6@m PA / / } ( \ )t )(/ RP }C rt ( R7 I (D M (\ 3 \&�( .( \} o* V1. §rt/ ƒ 2 / / [ I \ \ � & q § � § Q E .% ■ � / ; \ 2 N N 3 d n d O O d N d z 0 d n O N 4 N m o ri i c nmr 1,� b � n o - o d n O (p O N N Q y d fE N N � d o N CJ N O � N o a d a x < a a � o N _ y y � � ^ N N CJ � - O N y O O � y Q d � � y m m d � � � c R d N m 3 n 0 m c' n N G F 0 m c o m � 0 in- 00 e � n O Z ti { O T a z N D m O T C7 n r T Z n Y H 0ERTIFICATE OF INSURANCE Page 12 CERTIFICATE HOLDER I INSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach Company 000 3300 Newport Boulevard Letter A Nationwide Insurance Company Newport Beach, CA 92663 Company g. ro ucts NAME AND ADDRESS OF 11 INSURED COVERAGE REQUIRED B Company C Completed WAKEHAM-BAKER2 INC. Letter Company D 11225 Slater Avenue. Letter 73SMOO 4331 - 0002 4 -30 -87 Company E Fountain V'alley, CA 92708 Letter x Underground Hazard This is to certify that policies of insurance listed below have been issued to the insured named ,above and are in force at this time, including attached endorsement(s). ;NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registere a 1, ention: Public Works Department. .!I resentative Agency: Orange, CA Date: 1 -19 -87 Telephone: 714/532 -7400 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: 1) SUMMIT STREET.IMPROVEMENTS; 2) BALBOA PARKING LOT IMPROVEMENTS (Contract 2575) Project 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. 01 Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro ucts LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises- Operations x Explosion & Collapse Hazard 73SMOO 4331 - 0002 4 -30 -87 Bodily Injury Property Damage $ $ $ $ x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 1,000, $ 1,000, x Broad Form.Property Damage. x Independent Contractors x Personal Injury Marine Personal Injury $ Aviation A AUTOMOTIVE LIABILITY ❑x Comprehensive Form [x] Owned 73BAOO 4331- 0001 4 -30 -87 Bodily Injury (Each Person $ $ Bodily InUury (Each Occurrence) ❑x Hired Pro ertZ yamaqe__7__ ❑x Non -owned Bodily Injury and Property Damage Combined $ 1,000, EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutory zzzzzzZ��l 7. ac and EMPLOYER'S LIABILITY Accident) ;NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registere a 1, ention: Public Works Department. .!I resentative Agency: Orange, CA Date: 1 -19 -87 Telephone: 714/532 -7400 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: 1) SUMMIT STREET.IMPROVEMENTS; 2) BALBOA PARKING LOT IMPROVEMENTS (Contract 2575) Project 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. 01 • * 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 Property Damage Liability (x ) Single Limit Bodily Injury Liability and Property Damage Liability Combined each occurrence each occurrence $ 1,000,000 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: 1) SUMMIT STREET IMPROVEMENTS; 2) BALBOA PARKING LOT IMPROVEMENTS( -2575) i--- �Pro.iect Title and Contract No. . This endorsement is effective 1 -19 -87 at 12:01 A.M. and forms a part of Policy No. �7313AO04331 -0001 Named Insured wakeham- Baker, Inc. /Endorsement No. Name of Insurance Company Nationwide Insurance Co. By, " Authorized Representative 0 0 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 Bodily Injury Liability and Property Damage Liability Combined each occurrence $ each occurrence 11000,000 each occurrence 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: 1 ) SUMM STREET M anCorBt ALBOA PARKING L T -2575) cProject No. This endorsement is effective 1 -19 -87 at 12:01 A.M. and forms a part of Policy No. 73SM004331 -0002 . Named Insured wakeham- Baker. Inc. Endorsemen �. Name of Insurance Company Nationwide TnFnYAnrP y- Authorized Representative • • Page 15 CONTRACT THIS AGREEMENT, entered into this day of , 19 S/ , by and between the CITY OF NEWPORT BEACH, hereinafter "C' ," and WAKEHAM- BAKER, INC. , hereinafter "Co ractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: 1) SUMMIT STREET IMPROVEMENTS; 2) BALBOA PARKING LOT IMPROVEMENTS (C -2575) Title of Pro.iect 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: 1) SUMMIT STREET IMPROVEMENTS; 2) BALBOA PARKING LOT IMPROVEMENTS (C -2575) Title of Project 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 One Hundred 'ifty Two Thousand One Hundred Fiftv Two Dollars and No Cents ($152,152000 )• 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 . Page 16 1) SUMMIT STREET IMPROVEMENTS; 2) BALBOA PARKING LOT IMPROVEMENTS (C -2575) 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: City Clerk APPROVED AS TO FORM: '7 e� 0 Contractor LRxiD,ipal ) Signature and"Title Authorized Signature and Title CITY 0 .g ;o H? no £ s I v N a Z 0 w T n' O 6 N N m Z N w n n o_ ii o: W W O O n J p in pN. n °m n m 3 N N n o � m 3 � m n W N c o = n N N N W » N W N n m 0 N ONE J W = WF n W° c � � o v - $ m N i W W O (^ W W J N N J C J J � y m N 3 n o W 0 m { o o � T n I r T O 2 � D O N N m m c n m - N � a J f o n 3 m o Z O m �C I T CY I N m v r N � J o m �C N I I 9 N w n - i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT (1) SUMMIT STREET IMPROVEMENTS (2) BALBOA PARKING LOT IMPROVEMENTS CONTRACT NO. 2515 SPECIAL PROVISIONS INDEX SECTION PAGE I. SCOPE OR WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. ACCESS AND TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . 2 V. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. TRAFFIC STRIPING AND PAVEMENT MARKING . . . . . . . . . . . . . . . 2 VII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . 2 VIII. UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IX. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 3 A. Clearing, Grubbing and Grading . . . . . . . . . . . . . . . . 3 B. Aggregate Base . . . . . . . . . . . . . . . . . . . . . . . . 3 C. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . . 3 D. Utility Adjustment . . . . . . . . . . . . . . . . . . . . . . 3 E. Street Lighting. . . . . . . . . . . . . . . . . . . . . . . 3 F. Parking Lot Lighting . . . . . . . . . . . . . . . . . . . . . 3 G. Encosure Replacement . . . . . . . . . . . . . . . . . . . 4 H. Irrigation Controller Replacement. . . . . . . . . . . . . 4 I. Ticket Dispenser System and Detector Loop Installation . . . . 4 J. Barricade Posts . . . . . . . . . . . . . . . . . . . . . . . . 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS (1) SUMMIT STREET IMPROVEMENT 0 SP 1 of 5 (2) BALBOA PARKING LOT IMPROVEMENTS CONTRACT NO. 2575 I. SCOPE OF WORK The work to be done under this contract consists of demolition; grading; constructing street, parking lot and electrical improvements; and other inci- dental items of work at two distinct work sites. All work necessary for the completion of these improvements shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawings No. P- 5123 -S and R- 5541 -S), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1985 Edition), and (4) the Standard Specifications for Public Works Construction (1985 Edition). Copies of the Standard 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 April 3, 1987. Work at the Summit Street site shall be completed within 27 consecutive calendar days. Work at the Balboa Parking Lot site shall be completed within thirty -six (36) consecutive calendar days. No work shall begin until the Contractor's written schedule of work has been approved by the Engineer. I1I. 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. Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. 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. ACCESS AND TRAFFIC CONTROL • SP2of5 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 gate (shown on the plan) in lieu of the entrance lane. At all other times, the entrance lane shall be clear. clean and accessible to all vehicles, including buses. During the Contractor's hours of work, vehicular egress may be provided at the Palm Street gate in lieu of the exit lane. At all other times, egress from the lot shall be through the exit lane, with a clean 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. No work shall begin until the Contractor's written traffic control plan has been approved by the Engineer. At no time shall the Contractor's activity interfere with operation of the parking lot. V. 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. VI. TRAFFIC STRIPING AND PAVEMENT MARKING Traffic striping and pavement marking shall be provided by the Engineer VII. CONSTRUCTION SURVEY STAKING Survey staking for the control of construction will be provided by the Engineer. VIII. UTILITIES All services shall be maintained at all times to the new parking lot ticket booth. The Contractor shall submit shop drawings showing methods, materials and sequences of operation for maintaining said services. Telephone, traffic counter, "full" sign, and electrical conduits exist in the entrance median and at the pull boxes located adjacent to the old ticket booth, and shall be protected during construction as required to serve the parking lot and new ticket booth operation. Traffic detector lead -in cable, 24V irrigation valve leads, electrical and telephone conduits exist across entrance and exit lanes where asphalt pave- ment is to be replaced, and shall also be protected during construction as necessary to maintain operaiton of the parking lot and new ticket booth. IX. CONSTRUCTION DETAIL A. Clearinq. Grubbinq and Gradin 0 SP3of 5 The Contractor shall clear and grub in accordance with Standard Specifications Section 300 -1. The Contractor shall grade back beach sand excavations at a 4:1 maximum slope from the finish surface of his construction. Excess clean beach sand from excavations or grading may be accepted by the Engineer provided that the Contractor transports and spreads the sand as directed by the Engineer. B. Aggregate Base Because of the presence of beach sand, aggregate base shown in City Standard Drawings under gutters, driveways, etc., may be eliminated; however, aggregate base shall be required under AC paving. C. Asphalt Concrete 1. 4 -inch AC pavement shall consist of a 3 -inch Type III -B2 -AR -8000 AC base course overlaid with a 1 -inch Type III -C3 -AR 4000 wearing surface. 2. 8 -inch pavement shall consist of 7 -inch Type III -B2 -AR 8000 AC base courses overlaid with a 1 -inch Type III -C3 -AR 4000 wearing surface. 3. Actual areas of pavement removal and reconstruction shall be per Engineer's markings prior to construction. 4. Asphalt base courses shall be free of dirt, debris, water, and vegeta- tion prior to overlay with wearing surface. 5. Asphalt removals shall be to 2 -inch minimum depth sawcuts. D. Utility Adjustment The Contractor shall adjust to finish grade all sewer manhole covers, sewer cleanout covers and water valve covers in accordance with City Drawing Nos. Std.- 111 -L, Std. -116 -L and Std.- 511 -L. E. Street Lighting The Contractor shall place and connect 346 conductors in PVC conduit from a pull box at Olive Street and Seashore Drive to the new lighting standard at the Summit Street alley. The Contractor shall perform this work with personnel who are well experienced in such installations. All costs involved in accomplishing this work shall be included in the bid item for installing conduit and electrolier at Summit Street. F. Parking Lot Lighting The Contractor shall intercept existing series circuit parking lot lighting conduit at items 10 shown on the plans, and place pull boxes and new 1} -inch rigid conduit to connect to an abandoned 2 -inch PVC traffic counter conduit laid under the existing entrance lanes median. Balboa Parking Lot lighting, except for the two units to be 0 SP4of 5 relocated, shall be restored at the end of each work day. All costs involved in accomplishing this work shall be included in the bid item for constructing light pole pedestals and relocating poles. G. Enclosure Replacement The Contractor shall intercept and reroute existing conduit into the area of the new enclosure, pour a new PCC enclosure base, install the new enclosure and breaker panel, salvage the existing breaker panel, reinstall the existing time clock and contactors, and reconnect wiring into the new panel as described in the plans. New appropriate gage conductors shall be pulled through new and existing conduit which terminate at the enclosure such that no splices shall occur between terminals and /or pull boxes. The new breaker panel shall be a 200 AMP, minimum dimension 120/240 volt single phase (3 wire) GE or ITE panel with at least 10 secondary breakers. The intent of this item of work is to (1) eliminate an above -grade con- nection panel, (2) eliminate 2 exposed irrigation controllers, (3) iden- tify and simplify conduit runs and circuits, and (4) replace the enclosure around the SCE meter, switches, etc. It is therefore the contractor's duty to research and calculate the quan- tity of time and materials he will require to achieve the intent of this item, and to prepare his bid accordingly so that all compensation to achieve the intent is included in the bid item. H. Irrigation Controller Replacement The Contractor shall conduit risers to th, shall remove conduit 11" conduit from the Existing 24 V wiring wire which is routed the new enclosure. install a pull box at the location of existing 24 V existing irrigation controllers. The Contractor risers above the new pull box, and shall install new pull box into the area of the new enclosure. at the new pull box shall then be spliced onto new through the new conduit to the new controller within The Contractor shall mount a new Rainmaster RME -36 irrigation controller to the inside wall of the new enclosure at a location and in a manner acceptable to the Engineer. The controller shall then be energized to a secondary breaker and connected to the 24 V leads in accordance with Rainmaster's printed instructions. I. Ticket Dispenser System and Detector Loop Installation 1. General The Contractor shall provide, install, connect and guarantee (1) two sets (tandem) inductive loop detectors in the entrance lane, (2) two sets (dual) inductive loop detectors in the exit lanes, (3) two sets parking ticket dispenser systems controlled from the new ticket booth, and (4) two spotlights to illuminate the ticket dispensers. All compensation for such work shall be included in the bid item for installing parking ticket system and detection loops. s, 9 SP 5 of 5 2. Inductive Loop Detectors Loops shall consist of a No. 12 stranded copper wire in a neoprene or cross - linked polyethylene insulation jacket at least 40 mils thick at any point. Lead -in cable shall consist of two No. 16 stranded copper conductors inside 20 mils of high- density polyethylene. Loop materials and installation shall be in accor- dance with Section 86 -5 of Caltrans Standard Specifications and /or the printed instructions of the loop manufacturer. 3. Parking Ticket Dispenser Equipment Parking ticket systems shall be manufactured by Amano America, Inc., and shall include the following equipment: Two ticket validators. . . . Model TF -5420 Two machine readable ticket dispensers. . . Two barrier gates. . . . Model ATG -820 (for . Model TF -2130 entrance lane). The Contractor shall install the two parking ticket dispenser systems and shall interconnect said systems into the City's fee computer and exit lane barrier gates. The City's fee computer (Amano Model No. TM -710) and barrier gates (Stanley Model No. B -8) are located in and controlled from, respectively, the new ticket booth. The Contractor shall install parking ticket dispenser systems as detailed in printed instructions of Amano America, Inc. Installation shall be performed by personnel that have achieved at least three years of training and installation experience with Amano parking ticket systems. The Contractor shall furnish writ- ten proof of said training and experience to the Engineer prior to start of construction. Guarantee The Contractor shall guarantee new Amano equipment and its installation for a period of not less than one year. Guarantee shall include all parts and labor, and shall provide for a ser- vice response interval not to exceed 24 hours. 5. Exchange of Existing Ticket System The Contractor may salvage and exchange City's two Amano ticket validators (Model VL -300) and two Stanley ticket dispensers (Model 202 -E). This equipment is in storage, and it may be examined by appointment with City's Ray Garver; telephone 644 -3044. BARRICADE POSTS Barricade posts shall be new fir poles treated with creosote per Section 204 Two -inch diameter barrier drain holes ment. which have been preservative of the Standard Specifications. shall be drilled prior to treat- • • • Joary 12, 1987 BY Th . (6'Sy CO; flCli, CITY Ol EWPORT VAUTY COUNCIL AGENDA Item No. F -3(b) TO: CITY COUNCIL JAN 12 1987 FROM: Public Works Department Ap Aml) SUBJECT: SUMMIT STREET IMPROVEMENT AND BALBOA PARKING LO -IMPROVEMENTS (C -2575) RECOMMENDATION: 1) Adopt a Budget Amendment transferring $25,000 from Account No. 23- 5697 -032 to Account No. 02- 4497 -010 2) Award Contract No. 2575 to Wakeham- Baker, Inc. for the total price of $152,152 and authorize the Mayor and City Clerk to execute the contract. DISCUSSION: At 11:00 on December 23, 1986, the City Clerk opened and read the following bids for this project: Bidder Total Price Low Wakeham- Baker, Inc. $152,152.00 2 Gillespie Construction 157,668.00 3 Nobest, Incorporated 169,147.00 4 Sully- Miller Contracting Company 212,271.20 The low total price is 8.7 % above the Engineer's estimate of $140,000. The low bidder, Wakeham- Baker, Inc. is a well - qualified general engineering contractor who has successfully performed previous contract work for the City under the name of Wakeham Construction, Incorporated. The contract includes construction at two sites as described on the attached Agenda Item of November 24, 1986. Funds for award are proposed from the following accounts: Description Improve Summit Street Balboa Parking Lot Improvement Resurface Main Beach Parking Lot Street /Alley Resurfacing Program Number 02- 3397 -406 02- 4497 -010 23- 5697 -032* 02- 3386 -015 Amount $ 28,000.00 52,673.80 25,000.00 46,478.20 52, 52.00 *A budget amendment has been prepared to transfer a $25,000 appropriation • for resurfacing the west side of Corona del Mar main beach parking lot into the Balboa parking lot improvement account. Staff will request another $25,000 appropriation in the fiscal year 1987 -1988 budget to provide for the main beach king lot resu�,fa/ Ben amin B. Nolan Public Works Director BBN /bjm Attachment • TO: CITY COUNCIL FROM: Public Works Department 0 November 24, 1986 CITY COUNCIL AGENDA ITEM NO. F -13 SUBJECT: SUMMIT STREET IMPROVEMENT AND BALBOA PARKING LOT IMPROVEMENTS (C -2575) RECOMMENDATION: 1. Affirm the Negative Declaration of Environmental Impact. 2 Approve the plans and specifications. 3. Authorize the City Clerk to advertise for bids to be opened at 11:00 a.m. on December 23, 1986. DISCUSSION: The current budget contains a $28,000 appropriation for the construc- tion of curb, gutter, sidewalk and pavement in Summit Street right -of -way be- tween Seashore Drive and Ocean Front. Also budgeted is $70,000 for the modification of Balboa Parking Lot to provide for approximately 35 additional parking spaces and for new equipment for a pay -as- you -exit ticket system. During the preparation of plans and specifications for the project, staff talked with numerous property owners and tenants in the vicinity of the Summit Street site. Generally, they requested that the sidewalk be built on the opposite side of the street from the residences, and that the design provide at least as many parking spaces in the Summit Street right -of -way as presently exist. Staff's design, shown on the attached exhibit, provides for both requests; moreover, it provides for one -way traffic flow from the alley toward Seashore Drive so that alley traffic is held to a minimum. The project was also discussed with the Marine Department and the West Newport Beach Association. They support the Summit Street improvements, citing improved access to the Santa Ana River mouth beach area and the alley residences for lifeguard and emergency vehicles. Summit Street improvements include the installation of one street lamp • at the alley (consistent with the other alley intersections) and the construc- tion of a new driveway access onto the adjoining Orange County property. In return, the County will regrade their property and replace their fence to accom- modate the City's improvements. A Negative Declaration of Environmental Impact has been prepared by staff, approved by the Environmental Affairs Committee, and filed with the Clerk of the Board of Supervisors. 0 0 November 24, 1986 Subject: SUmmit Street Improvement and Balboa Parking Lot Improvements (C -2575) Page 2 • The Balboa Parking Lot improvements are requested by the Marine Department to make the parking fee collection system easier and more flexible to operate, and to increase the capacity of the parking lot. One of the two entrance lanes and the old ticket booth will be demolished. The area of the former entrance lane will then be paved and added to the existing parking area; two parking lot lighting standards will be relocated; the entrance and exit lanes and detector loops will be reconstructed; electrical and irrigation ser- vice panels will be relocated to a new enclosure; and a new parking ticket dispenser system will be installed and connected into the new ticket booth. Relandscaping will then be performed by City forces. The Engineer's estimate for the Summit Street Improvement is $28,500. The parking lot improvements are estimated at $111,500. The additional monies needed to award the parking lot portion of the project may be obtained from existing street maintenance appropriations or by budget amendment, if necessary. Plans and specifications for the project were prepared by the Public Works Department. All work is to be completed by April 3, 1987. • Q Benjamin B. Nolan Public Works Director LRD:jd Att. • 0 :7 0 v I� A-777P, � t i i l.` V a�o �aoHSV�s ti V � V 4 s / 00000 ti V � V 4 00000 Balboa Peninsula Point Association Balboa , Ca. City Council City of Newport Beach Newport Beach, Ca. Gentlemen: "REMKO AFTER AG MM PRINTED" _E-3( January 12, 1987 NE" 117T OF EACH CALIF. JAN 121987 0 RECElV r�TvK C We respectfully urge you to withhold approval of Item 3(b) on tonight's Agenda for the following reasons: 1. There is no need to expend City funds for this project. Nearing completion is a 250 car garage building which will mean a 50% increase in the spaces available to the public in the immediate area. 2. There-has never been -a Public-IIearing on -this sensitive matter: 3. This project will be for the primary benefit of out of city beach goers rather than for the benefit of city taxpayers. There are numerous other projects which would be better serve the residents of the City and the immediate area. Respectfully submitted: Warren C Lefebvre Community Laison Board of Directors ONn Ad*= 883 Ploiltdm Pace NeaWBexkCA M3 (74631-8120 STATE OF CALIFORNIA The Negbrt Ensign ss. County of Orange, PROOF OF PUBLICATION (2015_5_C.C.P.)_________ - - - -- — — II--- - - --- -- II------------------------------- I-am a citizen of the United States 11 11 and a resident of the Countv afore- said; I am over the age of eighteen II years, and not a party to or inter- ested in the above - entitled matter. 11 I am the principal clerk of the prin- ter of the Newport Ensign newspaper 1 I Sealed bids may be received at the office of the City of general circulation, printed and i ca cCA6 Boulevard, Becn 258 911,00 A.M. A.M on the 23rd day published weekly in the city of New- I I of December, 1966, at which time such bids shall be Dort Beach, County of Orange, and i i opened and read for Title of Project which newspaper has been adjudged a 1) SUMMIT STREET i (T x,540) newspaper of general circulation by 2)B OTIMPROMENT 11 Contract No.2575 the Superior Court of the County of i Engineees Estimate $140,000 Orange, State of California, under Approved by the City Council 11 this 24th day of November, 1986. the date of May 14, 1951, CASE NUM— i i Wanda E.erk BER A -20178 that the notice, of City Clerk Prospecitve bidders may obtain one set of bid which the annexed is a printed copy 1 1 documents at no cos at the office of the Public Works Newport P.O. Box 1766, (set in type not smaller than non- 11 Newport Beach, CA 92 8911 5alevad, pareil) has been published in each I I For further information, call Lloyd R. Dalton, Project I I Manager, at 644 -3311 regular and entire issue of said 11 11/27 5727 newspaper and not in any supplement II thereof on the following dates to- wit: i 11- II II Nov 2 7 IN I certify (or declare) under penalty 11 11 II II cf perjury that the foregoing is true and correct. Dated in Newport Beach, California I t t1 t O err —2 71 WAR I I 11 11 11 11 SIGNATURE 11 I II II II II II BECKY L. BOLTON II 11 LEGAL ADVERTISING DIRECTOR {1 November 24, 1986 BY THE C;Tl VhINCIlL CITY ttr 4EVRORT BEAf� CITY COUNCIL AGENDA ITEM NO. F -13 •T0: CITY COUNCIL NOV 24 1986 APPROVED.( L_ 2ne« t,) FROM: Public Works Department SUBJECT: SUMMIT STREET IMPROVEMENT AND BALBOA PARKING LOT IMPROVEMENTS (C -2515) RECOMMENDATION: 1. Affirm the Negative Declaration of Environmental Impact. 2 Approve the plans and specifications. 3. Authorize the City Clerk to-advertise for bids to be opened at 11:00 a.m. on December 23, 1986. DISCUSSION: The current budget contains a $28,000 appropriation for the construc- tion of curb, gutter, sidewalk and pavement in Summit Street right -of -way be- tween Seashore Drive and Ocean Front. Also budgeted is $70,000 for the modification of Balboa Parking Lot to provide for approximately 35 additional parking spaces and for new equipment for a pay -as- you -exit ticket system. During the preparation of plans and specifications for the project, staff talked with numerous property owners and tenants in the vicinity of the Summit Street site. Generally, they requested that the sidewalk be built on the opposite side of the street from the residences, and that the design provide at least as many parking spaces in the Summit Street right -of -way as presently exist. Staff's design, shown on the attached exhibit, provides for both requests; moreover, it provides for one -way traffic flow from the alley toward Seashore Drive so that alley traffic is held to a minimum The project was also discussed with the Marine Department and the West Newport Beach Association. They support the Summit Street improvements, citing improved access to the Santa Ana River mouth beach area and the alley residences for lifeguard and emergency vehicles. Summit Street improvements include the installation of one street lamp at the alley (consistent with the other alley intersections) and the construc- tion of a new driveway access onto the adjoining Orange County property. In return, the County will regrade their property and replace their fence to accom- modate the City's improvements. A Negative Declaration of Environmental Impact has been prepared by staff, approved by the Environmental Affairs Committee, and filed with the Clerk of the Board of Supervisors. �c 1 • • November 24, 1986 Subject: SUmnit Street Improvement and Balboa Parking Lot Improvements (C -2575) Page 2 • The Balboa Parking Lot improvements are requested by the Marine Department to make the parking fee collection system easier and more flexible to operate, and to increase the capacity of the parking lot. One of the two entrance lanes and the old ticket booth will be demolished. The area of the former entrance lane will then be paved and added to the existing parking area; two parking lot lighting standards will be relocated; the entrance and exit lanes and detector loops will be reconstructed; electrical and irrigation ser- vice panels will be relocated to a new enclosure; and a new parking ticket dispenser system will be installed and connected into the new ticket booth. Relandscaping will then be performed by City forces. The Engineer's estimate for the Summit Street Improvement is $28,500. The parking lot improvements are estimated at $111,500. The additional monies needed to award the parking lot portion of the project may be obtained from existing street maintenance appropriations or by budget amendment, if necessary. Plans and specifications for the project were prepared by the Public Works Department. All work is to be completed by April 3, 1987. -1 6J K4 • Benjamin B. Nolan Public Works Director LRD:jd Att, • • • • 0 it377P, 1 _� • i ,• 9N /1S /X� , 0 W� �Q w v� �V a6 vti e v V ti li 4�i Oli V J W V l� V V VV O O O O O