HomeMy WebLinkAboutC-905 - Construction of Gas Pump Facilities at City Hall• 1
CITY CLzRl< .r
CONTRACT4NO. E�qg
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
' THE CONSTRUCTION OF GAS PUMP FACILITIES AT CITY HALL
APPROVED
BY THE
CITY
COUNCIL ON THIS
IITH
DAY OF
MAY,
1964
C I Tj CLERK
a CITY OF NEWPORT BEACH: CALIFORNIA
NOTICE OF INVITING BIDS
SEALED PROPOSALS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERKS CITY HALL
NEWPORT BEACH, CALIFORNIA, UNTIL 10:30 A.M. ON THE 3RD DAY OF JUNE, 1964, AT
WHICH TIME THEY WILL BE PUBLICLY OPENED AND READ, FOR PERFORMING WORK AS
FOLLOWS:
THE CONSTRUCTION OF GAS PUMP FACILITIES AT CITY HALL
NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE
PUBLIC WORKS DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASH, CERTIFIED CHECK
OR BIDDER IS BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL
TO AT LEAST 10 PERCENT OF THE AMOUNT BID, SUCH GUARRNTY TO BE FORFEITED SHOULD
THE BIDDER TO WHOM THE CONTRACT IS AWARDED FAIL TO ENTER INTO THE CONTRACT.
IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY
COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING
ti
RATE OF PER DIEM WAGES IN THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR
EACH CRAFT OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND IS
SET FORTH 11{ RESOLUTION N0. 5729. A COPY OF SAID RESOLUTION 13 AVAILABLE IN
THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT BEACH.
ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENOINEERI3 ESTIMATE OF THE
QUANT.ITIES OF WORK TO BE DONE.
NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE
WITH THE PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE.
PLANS AND SPECIFICATIONS, FORMS OF PROPOSALSS BONDS: AND CONTRACT MAY BE OBTAINED
AT THE PUBLIC WORKS DEPARTMENTS CITY HALLS NEWPORT BEACH2 CALIFORNIA.
A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF STANDARD SPECI-
FICATIONS. A REFUNDABLE DEPOSIT OF #5.00 WIDL BE REQUIRED FOR EACH SET OF
PLANS2 SPECIAL PROVI310NS2 AND CONTRACT DOCUMENTS. NO REFUNDS WILL BE MADE LATER
THAN 60 DAYS AFTER AWARD OF BID.
THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO
WAIVE ANY INFORMALITY IN SUCH BIDS.
CITY OF NEWPORT BEACH$ CALIFORNIA
MARGERY SCHROUDERO CITY CLERK
WPOSAL FOR CONTRACT NO '.'905'_
TO THE HONORABLE CITY COUNCIL
CITY OF NEWPORT BEACH
,CALIFORNIA
THE UNDERSIGNED DECLARES THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PROPOSED
WORK, THAT HE HAS EXAMINED THE PLANS AND SPECIFICATIONS FOR CONTRACT N0. 905, AND HEREBY
PROPOSES TO FURNISH ALL MATERIALS AND DO ALL WORK REQUIRED TO COMPLETE THE WORK IN ACCORD-
ANCE WITH SAID PLANS, THE STANDARD SPECIFICATIONS OF THE CITY OF NEWPORT BEACH, AND THE
SPECIAL PROVISIONS, AND THAT HE WILL TAKE IN FULL PAYMENT THEREFOR THE FOLLOWING LUMP SUM
PRICE FOR THE ITEM COMPLETE IN PLACE, TO WITS
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. ANY)UN37T LUMP SUM PRICE WRITTEN IN WORDS PRICE
LUMP 'GAS PUMP FACILITIES,
SUM
FIVE THOUSAND NINE HUNDRED DOLLARS
AND }
SIXTY SIX-: DOLLARS AND NO CENTS CENTS Y 5,966.00
LUMP SUN
2 1
TOTAL PRICE WRITTEN IN WORDS TOTAL
FIVE THOUSAND NINE HUNDRED SIXTY SIX DOLLARS AND DOLLARS
AND tt
NO CENTS Y 5,966.00
THE UNDERSIGNED AGREES.THAT-IN CASE OF DEFAULT IN EXECUTING THE REQUIRED . .
CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS NOT INCLUDING SUNDAY., AFTER"
HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE.PROCEEDS OF.THE
CHECK OR BOND ACCOMPANYING T141 S 610 SHALL BECOME THE PROPERTY OF THE CITY:OF.NEWPORT
BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING
FOR THE REGISTRATION OF CONTRACTORS., LICENSE NO. 187595
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS
THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONSON THE PART OF
THE UNDERSIGNED IN MAKING UP THIS BID.
ACCOMPANYING THIS PROPOSAL IS CASHIERS CHECK
CASH, CERTIFIED CHECK, CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL 810 PRICE.
637 -2220 M&S MAINTENANCE COMPANY
PHONE NUMBER .. BIDDERS NAME
735 W. FLETCHER, ORANGE
BIDDERS ADDRESS
(SEAL)
S� D. J. MAGEE '
AUTHORIZED SIGNAT RE
J
.S/ ESTHER R. GARNER v
AUTHORIZED SIGNATURE
CORP.
TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATIONS COPARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT) SECRETARY TREASURER AND MANAGER IF A CORPORATION
AND NAMES OF ALL COPARTNERS IF A COPARTNERSHIP:
D. J. MAGEE - PRESIDENT
ESTHER R. GARNER - SEC'Y) TREAS.
PAGE 3
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOMING
LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB- CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH.
ITEM OF WORK SUB- CONTRACTOR ADDRESS
1- ELECTRICAL VIC STEIN 412 S0. MELROSE, PLACENTIA
2.
3•
4.
5•
6.
M & S MAINTENANCE COMPANY
BIDDERS NAME
S /D. J. MAGEE !a _ X lw S to?-- AUTHORIZED SIGNATURE
CORP.
TYPE OF ORGANIZATION
(INDIVIDUAL, COPARTNERSHIP OR CORPORATION
735 W. FLETCHER
ORANGE, CALIFORNIA
DRESS
l
(CASHIER'S CHECK - CITY CLERKS FILE)
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENT,
THAT WE, M & S MAINTENANCE COMPANY
LCIB
PAGE 4
AS PRINCIPAL,
SURETY, ARE
HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF five
thousand nine hundred sixty six DOLLARS ($ 5,966.00 ), 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,PRINCIPAL FOR THE CONSTRUCTION OF
GAS PUMP FACILITIES AT CITY HALL
IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUCTION
AND SHALL EXECUTE AND DELIVER THE TWO ('L) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS"
WITHIN TEN 0 0) DAYS (NOT INCLUDING SUNDAY) FROM THE DATE OF THE MAILING OF A NOTICE TO
THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS
READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE
AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED
TO THE SAID CITY-
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS
19
CORPORATE SEAL (IF CORPORATION)
(ATTACH ACKNOWLEDGMENT FROM OF
ATTORNEY IN FACT)
M & 3 Maintenance Company
PRINCIPAL
DAY OF
m
TITLE
SURETY
0 0 PAGE 5
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED JUNE 9, 1964
HAS AWARDED TO M & S MAINTENANCE COMPANY
HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR
GAS PUMP FACILITIES AT CITY HALL
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
C'ATIONS*AND OTHER CONTRACT DOCUKENTS ON FILE IN THE OFFICE OF THE CITY CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR 13 ABOUT TO EXECUTE SAID CONTRACT
AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT,.PROVID-
ING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO
PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER OR OTHER SUPPLIES OR TEAMS USED IN,
UPON, FOR OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK
OR LABOR DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO
THE EXTENT HEREINAFTER SET FORTH:
NOW, THEREFORE, WE M & S Maintenance Company
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
FIREMAN'S FUND INSURANCE
AS SURETY, ARE ',HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
five thousand nine hundred sixty six and no /100 - - - - - -- DOLLARS'('$ 5,966.00 ),
SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT
BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE
MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR
ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUB-
CONTRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER OR OTHER
SUPPLIES, OR TEAMS, USED IN, UPON, FOR OR ABOUT THE PERFORMANCE OF THE WORK
CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND,
OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE.WITH RESPECT TO SUCH
WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT
NOT EXCEEDING THE SUM SPECIFIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT
UPON THE BONDS A REASONABLE ATTORNEY'S FEE, TO BE FIXED BY THE COURT, AS REQUIRED
BY THE PROVISIONS OF SECTION 4204 OF THE.GOVERNMENT CODE OF THE STATE OF CALIFORNIA.
r
r
PAGE 6
LABOR AND MATERIAL BOND - CONTINUED)
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS,'COMPANIES AND
CORPORATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF
CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS
IN ANY SUIT BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION
4205 OF THE GOVERNMENT.CODE OF THE STATE OF CALIFORNIA.
AND THE SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT
NO CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE
CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS
ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND,
AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGE, EXTENSION OF TIME, ALTER-
ATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE
SPECIFICATIONS.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL
AND SURETY ABOVE NAMED, ON THE 18TH DAY OF JUNE , 196 4.
A �i \ I.
L vo i I W"
M & S MAINTENANCE COMPANY
(SEAL)
CONTRACTOR'
FIREMAN'S FUND INSU
/ /SURETY
APPROVED AS TO FORM: ATTORNEY -IN -FACT
b5t,CITY AT ORNEY
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION
TE
ATTEST:
CITY CLERK
s
(SEAL)
`7FE
rf 1 a ••.
A
L
.r � ry s� y ♦ `
STATE OF CALUMM11A,
1 aa.
s Cowq of j ^ '
IV
ON
the utnder*,#C0 N Public *-a4_for)Wd (A'punty -wo State, peramwAy appeared-
krtoton to be the whose name k subscribed to the wW&fn Instrument, as the
Attorneydn ad of ", �/
and acknmoled8ed�—ne wb,, peel, the name of
-=pt2 _n
thereto as principal— and lb,fe down name as AttomeV4i Fact.
a — 1 ^
^DYS YOUNG
t; N
NJT.R'V P L!C F CALIF
NAM! (=L'D OR
d>tfo tin and
for Y
ACKNOW -9M.04 i7' 7 AWORI a AM -FAR — luMK CO. — WOKOTTe FIN"
1
E
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS THAT,
0
PAGE 7
WHEREAS, THE CITY COUNCIL OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION
ADOPTED JUNE 9. 1964
HAS AWARDED TO M & S MAINTENANCE COMPANY
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR
CONSTRUCTION OF GAS PUMP FACILITIES AT CITY HALL
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND
SPECIFICATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF
THE CITY CLERK OF THE CITY OF NEWPORT BEACH.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT
AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE
OF SAID CONTRACT,
NOW, THEREFORE, WE, M & S Maintenance Company
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR" AND
FIREMAN'S FUND INSURANCE
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE
six
sum orfive thousand nine hundred SixtYDOLLARS ($ 5,966.00 ),
SAID SUM BEING EQUAL TO 5 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 aY 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 AID ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS,
CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS
THEREIN 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.
PAGE S
(PERFORMANCE BOND - CONTINUED)
AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO
CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR
TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME
SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE
NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF
THE CONTRACT OR TO THE WORK OR TO THE SPECIFICATIONSo
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL
AND SURETY ABOVE NAMED, ON THE 18TH DAY OF JUNE , 1964.
(SEAL)
, g- / (SEAL)
M & S Maintenance Downy (SEAL)
CONTRACTOR
FIREMANS FUND INSURANCE (S
III kj
UTY
ATTORNEY —IN —FACT t *�Gv /J%',�
S A���� .
. 7 v��flf9 fel .� .. "�
APPROVED AS TO FORM:
` j� ?l cJe�,nYwtwx,
t /f- CITY AT RNEY
a
�r
r
r STArs or CALUUME4
ae.
f County of /'
ON a ___, 19 —b1 beja a me,
the rand ;Notap.Publio ldd ountty State, permia v appeared —
knave t to whore tiertte to the wOkn InMtument, as the
- do Fact of _
and acktwwled to ms that ... ed the Home of
'.u..yc ,
Maeto as principal and h^�avn name aar A#vnwV4n -Fact.
WrrRase my hand and af�iciol aea1.
NOTPRI CPII...S... YO UNG
nm i
r. GL,DY YO
BL IC CALIFORNIA i
NCIPAL OFFICE IN 5 GL40S Y f G = r
ORANGE COUNTY AME (TYPEO OR P.RI
N
w..rri..ww� P-P M and JOP rd Uft
.. A An IVV-IM•FAR - BLA Co, VJww"s /Mr iy_
PAGE _9
NON COLLUSION AFFIDAVIT
THE BIDDERS, 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 ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEM, HAS PAID OR IS TO PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY, OR HAS GIVEN OR IS TO GIVE TO SUCH .
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AFFIANT:
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 CON-
TRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN WHICH .IS.NOT-
PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PREVENT ANY SUBCONTRACTOR OR MATER -
IALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT
BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCEMENT OR ANY FORM OR CHARACTER
OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED, OFFERED,
PAID OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID
BID OR AWARDING OF THE CONTRACT, NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING
OF ANY KIND WHATSOEVER, WITH ANY:PERSON WHOMSOEVER TO 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-
S/D. J- MAGEE
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS 26TH DAY OF MAY , 1964
NY COMMISSION E%PIRES: 7
NOVEMBER 21, 1967 S/ ESTHER R. GARNER s2�lf�7/1L��L
NOTARY PUBLIC
0
PAGE 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN
THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL
ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY, EXPERIENCE, SKILL AND BUSINESS
STANDING-)
THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY.
THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT
INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED*
COMPREHENSIVE GENERAL LIABILITY - $100/300,000 BODILY INJURY
,90,000 PROPERTY DAMAGE - FIREMAN'S FUND WORKMAN'S COMPENSATION - FREMONT INDEMNITY
REFERENCES
COMPLETE SERVICE STATION FACILITIES FOR STANDARD OIL, 605 W. OLYMPIC, L.A.
SHELL OIL COMPANY, P.O. BOX 4090. ANAHEIM - ATTN: JIM FLETCHER
RICHFIELD OIL CORP. 645 SO. MARIPOSA, LOS ANGELES - CRONE - ENGINEER
U.S. POLYMERIC, 1 00 WAKEHAM, SANTA ANA
SIGNED SAD. J. MA EE i J94L-
0
0
PAGE 11
C O N T R A C T n n
THIS AGREEMENT, MADE AND ENTERED INTO THIS DAY OF
BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS
CITY, PARTY OF THE FIRST PART, AND M & S MAINTENANCE COMPANY
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART.
WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS:
1961,1
THE
1. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONEI
TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH
ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF
GAS PUMP FACILITIES AT CITY HALL
AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINMNG
THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER
COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY THEREFOR, (EXCEPT:
SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FURNISHED
BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS
AND SPECIFICATIONS.
Z. FOR FURNISHING ALL SAID MATERIALS AND LP.BOR, TOOLS AND EQUIPMENT, AND DOING
ALL THc WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSS AND DAMAGE
ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS,
OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU-
TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY
DESCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE-
QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI-
CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY'
COMPLETING THE WORK AND THE WHOLE THEREOF', IN THE MANNER SHOWN AND DESCRIBED IN THE
SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN
FULL COMPENSATION THEREFOR THE LUMP SUM PRICE, OR IF THE BID 15 ON THE UNIT PRICE
BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS,
NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE.
3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND
DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK
ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE
AFORESAID, AND HEREBY CONTRACTSTO PAY THE SAME AT THE TIME, IN THE MANNER AND UPON
THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES,
THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO
THE FULL PERFORMANCE OF 'THE COVENANTS HEREIN CONTAINED.
4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND
THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PARTIES
HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS
AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREEMENT.
PAGE iZ
IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE
EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN-
ATTEST:
CITY CLE
APPROVED AS TO FORM:
/�, _%u& "X/, , 2�.,».aT.us.
7JS- CITY T ORNEY od
CITY OF NEWPORT BEACH, CALIFORNIA
M R 4 MmintpnA"ce— comp.Ay
CONTRACTOR
BYIi'�@-� -L�.�u�
President
TITLE
BY
Secretary
TITLE
CITY OF NEWPORT BEACH
SPECIAL PROVISIONS
FOR
CONTRACT NO. 905
THE CONSTRUCTION OF GAS PUMP FACILITIES AT CITY HALL
1. SCOPE OF WORK
THE WORK CONSISTS OF FURNISHING ALL LABORS MATERIALSS TOOLSp EQUIPMENTS AND
TRANSPORTATION NECESSA RY TO CONSTRUCT THE GAS PUMP FACILITIES AS SHOWN ON
THE DRAWING N0. M- 5022 "S. AND TO COMPLETE ANY INCIDENTAL WORKS ALL IN
ACCORDANCE WITH THE ►LANSp THE STANDARD SPECIFICATIONS OF THE CITY OF
NEWPORT BEACH fHE STANDARDS OF THE NATIONAL BOARD OF FIRE UNDERWRITERSO
AND THESE SPECIAL PROVISIONS.
2. TIME OF COMPLETION
THE CONTRACTOR SHALL COMPLETE THE WORK WITHIN 45 CALENDAR DAYS.
3. PERMITS
THE CONTRACTOR SHALL OBTAIN A PERMIT FOR THE CONSTRUCTION FROM..THE BUILDING
DEPARTMENT AND THE FIRE DEPARTMENT. ALL FEES WILL BE WAIVED.
4. ITEMS OF MARK
THE CONTRACTOR SHALL FURNISH AND INSTALL THE FOLLOWING ITEMS:
A. ONES IOpOOO GALLON TANKS WRAPPED AND COATED;
B. ONEp BENNETT NO. 27880, HEAVY DUTY 7:::1,(0f- PRINTING GAS PUMP WITH
RETRACTABLE CABLE;
C. ONES CROFT AWT 203, ENCLOSED AIR AND WATER BIBB AND INFLATOR
(35' HOSES);
D. Two, GO GALLON HIGHBOYS WITH I QUART PUMPS;
E. ONE, STONCO RI, MUSHROOM ISLAND LIGHTER WITH CONVENIENCE.OUTLET
ATTACHED;
F." ONE, CURTIS CVP 404, 3/4 H.P. SINGLE PHASES 3D GAL. COMPRESSOK
WITH CABINET AS SHOWN ON THE PLAN;
G. MISCELLANEOUS CONCRETES ELECTRICALS EXCAVATIONS AND PAVING WORK.
%1 7 TRAFEIG- CONTROL
ONE LANE OF TRAFFIC IN EACH DIRECTION SMALL BE MAINTAINED ON 32ND STREET
AT ALL TIMES.
0 SP -2.
6. CONCRETE AND PAVING WORK
THE CONCRETE USED FOR CURBS AND THE PADS SHALL BE CLASS t@Bpu 5 SACK/CU.YD.
THE CONCRETE USED FOR ANCHORING TANK SHALL BE CLASS "C'" 4 SACK/CU.YD.
AFTER REMOVING A PORTION OF THE CURB AS SHOWN ON THE PLANS$ THE CONTRACTOR
SHALL INSTALL 2" A.C. OVER 4" A.B. OR EQUIVALENT A.C.s TO MATCH EXISTING
PAVEMENT.
THE CONTRACTOR SHALL PLACE ASPHALT CONCRETE.TO TRANSITION FROM THE NEW
CONCRETE PAD ELEVATIONSTO THE EXISTING PAVEMENT SEE SHADED AREA ON PLANS).
�. GUARANTEE
THE CONTRACTOR SHALL GUARANTEE FOR ONE YEAR ALL EQUIPMENT AND CONSTRUCTION. "a
FROM THE DATE OF ACCEPTANCE BY THE CITY.
S. PAYMENT
THE LUMP SUM PRICE PAID WILL INCLUDE FULL COMPENSATION FOR ALL MATERIALS
AND LABORp INCLUDING ANY INCIDENTAL WORK NECESSARY TO COMPLETE THE CON-
STRUCTION IN ACCORDANCE WITH THE PLANS AND SPECIFICATION30 AND TO PLACE
THE GAS �UMP IN A GOOD OPERATING CONDITION.
J4 NMY COMRY
j :,
0003 THIRD STREET LOS ANGELES 36. CA 1A
IA
WEesiEN 3 -7501 ..
CERTIFICATE OF INSURANCE WORKAW% COMPENSATION`,
• ,rte
y`
TO: CITY OF id -NLORT BEACH Policy N ' 871 AyencyQuortsman IhE
California ::; Buena Park, Calif.
Employer To:
M & S`Maintenance co. , 1 -1-64 1_1_65
735 W. Fletcher
Orange, California
THIS IS TO CERTIFY that we have issued toe named employer a ialtd• Workmen's Compensation insurance
policy in a form approved by the Insurance Co of the State of Cs ,
DESCRIPTION OF OPERATIONS COVERED
ALL OPERATIONS OF THE ASSURED:
It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled, materially chinged, 'ilor the amount of coverage.
thereof reduced, nor the policy allowed to lapse until ten (10) days after
receipt by the City Clerk of the City of Newport Beach, City Hall, Newport
Beach, California, of a regis -tend written notice of such-cancellation or
reduction in coverage.
This policy shall not be ca cell -"104 reduced in cwverage until after ten (1��0y!tj,���� ' written notice of such cancellation
or reduction in coverage shall have been mailed to this certificate holder... -APPROVED TO FORM
DafPEt' 7r2 - ;6+
COUNTERSIGNED AT Buena Park California 'WALTER W. CHARAMZAt
. C*. Attorney . t
this 2nd day of July
CC-
CC-
CC-
UN 105 IoM 121AS
1964.
CERTIFICATE (r
OF INSURANCE P HOME FIRE b MARINE INS. COMPANY
FIREMAN'S FUND INSURANCE COMPANY
Ta CITY OF NEWPORT BEACH 0 NATIONAL SURETY CORPORATION
California DATE
7 -2 -64
This is to certify that the Company or Companies checked above have in force as of the dote hereof the following policy or policies:
NAME AND ADDRESS OF INSURED OR EMPLOYER LOCATION OF PROPERTY, DESCRIPTION OF OPERATIONS, BUSINESS CONDUCTED
M 8,. S T;AINY&ANCE COiPA!iY STATE OF CALIFORNIA
735 11. Fletcher
Orange, California
Additinnnl Tnmirar9• Ci +.v of Nacmnr. +. Ronr•h
KIND OF INSURANCE
POLICY NUMBER
EXPIRATION
LIMITS OF LIABILITY
BURGLARY
APPROVED AS
TO FORM !�' ff
$
&,...r
GLASS
WALTE `7
Replacement
WORKMEN'S COMPENSATION
City Attorney
Statutory
EMPLOYERS' LIABILITY
Dy - - --
thousand dollars, each person
TULL H 0-1
OUR
thousand dollars, each accident
BODILY INJURY LIABILITY Other Than Automobile'
XSSISfOnt Lity Att orn
y
100 thousand dollars, each person
300 thousand dollars, each accident
PC1 300526
12 -1 -66
300 thousand dollars, aggregate products
PROPERTY DAMAGE Liabilityother than Automobile-
thousand dollars, each accident
100 thousand dollars, aggregate operations
PCl 300526
12 -1-66
100 thousand dollars, aggregate protective
100 thousand dollars, aggregate products
100 thousand dollars, aggregate contractual
AUTOMOBILE-
Bodily Injury Liability •
PCl 300526
12-1 -66
100 thousand dollars, each person
300 thousand dollars, each accident
Property Damage Liability'
50 thousand dollars, each accident
Medical Payments
$ each person
Comprehensive Low of or Damage
Automobile, Except by Collision
to the
or Upset
Actual Cash Value Unless Otherwise Stated Herein
but including Fire, Theft and
Windstorm
$
Actual Cash Value less
Collision or Upset
$ deductible
Actual Cash Value Unless Otherwise Stated Herein
Fire, Lightning and Transportation
$
Theft (Broad Form)
Year
Trade Name
Body Type
Serial or Motor Number
Schedule Additional
Automobiles on
Reverse Side.
Special Conditions or Coverages
It is'he3teby - understood and agreed that the policy to which this certificate refers may
not be cancelled' changed, nor the amount of coverage thereof reduced, nor
the policy allowed to lapse until ten (10) days after redeipt by the City Clerk of the
- -- --
In event of any material change in or cancdllation of the policy or policies, the Company
will make every effort to notify the addressee but undertakes no responsibility by reason
of failure to do so.
We 120A 2 -66
e }C' o£ such cancellation or reduction in
a•
-- Authorized Rep ne - - -- - -�
s
9eptamber 4, 1964
City of Newport Beach
3300 Newport Blvd.
Newport Beach, Calif.
Attention Don Means
Dear Sir:
When smoking your psaity clause for aenpletion, S .think it only
fair that a consideration be given to the feet that your decision to
change concrete over tank from a saddle as shown on the prints to a
complete slab to satisfy the Fire Dept not only caused a delay in
rendering a deciscion, but created additional expense since the .
saddle had been formed and was ready to pour.
Changing to the pad involved backfilling tank to a different
grade and compaction of materials which took tine and money.
Very truly yours,
Mx( /& s MAINTENANCE COMPANY
D. J. magai
President
wm/eg
We Pat Dunigan - Eng.
R F C F I V E D
SEP ` 'OF4
PUBLIC vwm,l %j DEPT.
r.
N
N
� y
N
--1
T
r
7
i
—rt'i
D
�
m
r
m Z
A
Z 1
N
OA
m m
0Z
D
2 D
m
Z
00
n
8
>
N
o
O
A
Z
7
S
y-
v
D
C+
a
Z
ro
m
o °4
cam+ Nyxy� M
O 7..
i
to
m yOy yW�
Ly
Vic+ O
Ud
O { c+
n O D
�
to
A
x
Mail to: City of Newport Bea
3300 W. Newport Bl
Newport Beach, Cal
3'733 0_
FREE
NOTICE OF COMPLETION
PUBLIC WORKS
B00 I MG PACE 807
RECORDED AT REQUEST
N OFFICIAL RECORDS OF
ORANGE COUNTY, CALIF.
9:05 AM OCT 5 1964
J. WYLIE CARLYLE, County Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on September 21, 1964
the Public Works project consisting of construction of gas pump facilities at
City Hall
on
was the contractor,
was the surety, was
ry7 ry r1im NFWPnUrr REAM -T
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach;. the foregoing
Notice of Completion is true of my own -knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on October 2, 1964
VERIFICATION Ol
1, the undersigned, say:
at Newport Beach, California.
Deputy
I am the /City Clerk of the City of Newport Beach; the City Council of said
City on September 28, 1964 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 October 2, 1964 at Newport Beach, California.
L-1
TO: CITY COUNCIL
FROM: CITY MANAGER
9
SEPTEMBER 24, 1964
SUBJECT: ACCEPTANCE OF CONSTRUCTION OF GAS PUMP FACILITIES
AT CITY HALL (CONTRACT NO. 905)
RECOMMENDATIONS:
I. ACCEPT THE WORK.
Z. AUTHORIZE THE CITY CLERK TO FILE NOTICE OF COMPLETION.
THE CONTRACT FOR THE CONSTRUCTION OF GAS PUMP FACILITIES AT THE CITY
HALL HAS BEEN COMPLETED TO THE SATISFACTION OF THE PUBLIC WORKS DEPARTMENT.
THE BID PRICE WAS: $5,966.00
THE FINAL CONTRACT PRICE WAS: $5,966.00
THE CONTRACTOR WAS M&S MAINTENANCE CO., OF ORANGE, CALIFORNIA.
THE DATE OF COMPLETION WAS AUGUST 201 1964; HOWEVER, DELAYS WERE ENCOUN-
TERED DUE TO CHANGES IN CONSTRUCTION REQUIRED BY THE FIRE DEPARTMENT. THE GAS
PUMP WAS PUT INTO SERVICE ON SEPTEMBER 11 1964, AND ALL WORK WAS COMPLETED BY
SEPTEMBER 21, 1964.
ROBERT COO
CITY MANAGE
RC:JTD:GPD:vs
MAINTENANCE COMPANY
LICENSED CONTRACTORS
�� 22 w
Telephone KEllogg B -0023
735 WEST FLETCHER STREET
ORANGE, CALIFORNIA
January 9, 1963
City of Newport Beach
3300 W. Newport Blvd
Newport Beach, California
Attention: Don Means - Purchasing Agent
Subject: Tank installation at City Hall
Dear Mr. Means
We will complete the following for a contract figure of $4,949.00
including materials, labor and supervision.
(7�
2�.
31
�8.
10.
11.
12.
13.
14.
-15.
A.
17.
18.
19.
Furnish and set 1 - 10,000 gallon tank
Furnish and set 1 - Bennett 2788D Heavy duty ticket
printing type pump. k, i a H v o 5 T q RT
1 - CroftAWT 203, total enclosed air and water reel
35 foot hose and bibb and inflator
2 - 30 gallon highboys with 1 qt. pump
1 - 500 watt Rl Stonco mushroom island lighter
21" pipe support of reel and lighter
Well pointing and excavation for 10,000 gallon tank
Dispose of excess tank hole materials
Backfill with original materials - water compacted
1 - 3/4 H.P. Curtis CVP 404 single phase 30 gallon
compressors
2" vent piping to building
1j" suction piping to pump postion
3" fill pipe and cap
12" flush box over fill pipe
10 1 x 30 ► x 12" concrete pad over tank
Electrical for compressor, pump and island lighter.
Water piping from building to island
Air piping from building to island
10 x 16 x 4" service pad adjoining island
0 0
with
II I
— {TV IrI-1 '
CURB PUMPS
p.2
20. Patch paving ovar'- ditches and around slabs
21. 1 Concrete island`�accommodate 1 pump and two oil
Nigh Boys
22. 2 - 4" bumper post to protect island.
NOTES Due to corrosive factors in this area we suggest
that the tank be wrapped.and coated. This would add
20 years to the life of the tank and would and
additional $150.00.
Very truly yours,
DJM /eg
0
M & 3 MAINTENANCE COMPANY
D. J. Magee
President
nips,
costs
s ,.i ini!ailafion.0
Ll
494900
1 0 0 0
0 9 O 0
1
�a
II
Alcfimrm
GALLONS l
•ia
Alcfimrm
GALLONS l
•ia
ti
i
i
1 J1_
dvanced styling ...
proven dependability
. .
quality construction ..
.
maximum economy. .
for
fleet, farm, marina, and
industrial installations
•
BeAnett
FLIEF.To
MASTER
Modem styling seen" the tMilitiod excellence of Bennett
Fleelmaeter pumps. Outstandiag performance with maximum
economy are characteristic of the entire Flestmaster lira. To
the industrial and private user, this means the finest in power-
iced fuel handling equipment.
Precision built Components — the famous "fuel - proof" ail -pstal
meter and maintenance saving rotary vww ponsong unit used in
all Bennett Finnaster pumps — make Bennett the "Standard
for Comparison."
Six models from which to choose provide a Fleetmaster for
practically every individual industrial or oommerclal need —
Beet garages, truck terminals, bus terminals, marinas, and other
similar installations.
Bennett 2700 Series Fleetmasters are designed to meet tomor-
row's consumer fueling needs today.
TICKET PRINTER MODELS
1. PROVIDE A PRINTED RECEIPT
2. PROVIDE AN ACCURATE ACCOUNTING
OF FUEL DISPENSED
3. PROTECT AGAINST LOSSES
4. ELIMINATE ERRORS
Information required for positive inventory control is easily
obtained with either of the two types of built -in ticket printers,
integral with the register, optional on Fleemaster Models 2789,
2789 -D and 2792.
The "accumulative" printer records the previously accumulated
total gallonage on the ticket, when it is inserted before delivery
begins. The new accumulated total is imprinted at the end of
delivery. The difference between the two readings is the actual
number of gallons delivered.
The "zero start" type reverts to, and records, zero gallons upon
insertion of the ticket, before start of delivery. Upon removal
of the ticket at completion of delivery, the number of gallons
dispensed is imprinted.
Each standard ticket shows the previous "sale" or delivery
number as well as the immediate "sale" or delivery number. If
delivery is made without using a ticket, a break or skip in se-
quence of "sale" numbers reveals the irregularity. "Identifiers"
—the letters A, B or C etc., can be provided to identify the
pump through which delivery was made, if specified on original
order (see price list). Ticket printer for use with I.B.M. type
tickets available on request.
Wi
POSITIVE INVENTORY'
CONTROL
PROVEN
® PERFORMANCE
RUGGED
DEPENDABILITY
POSITIVE INTERLOCKING
PROTECTS AGAINST LOSS
• • All Fleetmaster registers are equipped with built -
in interlock and automatic reset. Accurate ac-
counting of fuel dispensed is insured as the gallon
• • wheels must be reset to zero after each delivery
before the pump can again be operated.
• • Double interlocking is an outstanding feature of
ticket printer model Fleetmasters. The ticket
. • • printer is interlocked with the dial wheels in addi-
tion to the switch register interlock, requiring
operation of the ticket printer before and after
each delivery prior to resetting the register and
turning on the pump. Dual interlocking thus pre-
. vents accumulation of sales on one ticket.
EXCLUSIVE FOUR CYLINDER
• ALL -METAL METER
• • • Bennett's "fuel- proof" all -metal meter contains
• • no cup leathers, expander springs or mechanical
valves. Due to this exclusive all -metal construc-
tion, it will handle any motor fuel that can be
• marketed for today's modern motor vehicles and
virtually eliminates all maintenance. This all adds
up to accuracy and long life beyond compare.
�I.
S P E C I F I C A T I O N S
BASE — Heavy pressed steel is recessed for toe room and easy
cleaning.
DIALS — Black baked enamel face has eye level dials with
white figures on black background. Records individual de-
liveries in four rotor register up to 999.9 gal. Totalizers re-
cords to 99999.9 gal.
DIMENSIONS — Width 241/z "; depth 16% "; height 50 ".
FINISH — Housing and door panels bonderized to inhibit rust
and entire housing is prime coated and finished with bright
red, high gloss, baked enamel. (For special painting see price
list).
HOSE — %" high quality gasoline resistant, synthetic rubber
covered, anti- static hose. Hose reach — 14'. 1" hose furnished
on Heavy Duty Models.
INTERLOCK — Built into register requiring dial wheels to be
reset to zero after each delivery. On ticket printer models
printer is also interlocked to dial wheels requiring operation
of ticket printer before and after each delivery prior to re-
setting register dial wheels to zero.
METER — The famous all -metal four cylinder "fuel- proof" Ben-
nett meter. Simplified calibration.
MOTOR — Standard 'h H.P., 1725 R.P.M., 60 cycle, 115/230
volt, single phase. Code D or heavy duty units equipped with
%n H.P. continuous duty motors. Remote dispenser Model 2782
and 2792 require remote pumps — specifications and prices for
Bennett RAM remote systems available on request.
MOTOR SWITCH — Control handle operates motor switch and
automatically sets interlock.
NOZZLE — Standard s/a" rigid tube, curved and tapered. Satin
finish. Operates easily and smoothly, regardless of flow open-
ing. 1" nozzle furnished on heavy duty models.
PUMPING UNIT — Slow speed, high vacuum, rotary vane type.
Six interchangeable bronze blades have reinforced phenolic
inserts for long life and quiet operation. Easily delivers 12 -14
GPM. Heavy duty pumping units (22 -24 GPM) used on Code
D units. Remote dispenser Models 2782 and 2792 require re-
mote pumps — specifications and prices for Bennett RAM
remote systems available on request.
REGISTER — Four rotor Veeder -Root Model 56 with totalizer,
interlock, and automatic reset.
SET BACK — Dials are easily and smoothly returned to zero
semi - automatically by controls located on scuff panel.
SHUT -OFF VALVE — Precision machined bronze valve with com-
position disc. Flutes and dash pot guide valve for perfect seat-
ing. Used only on remote dispenser Models 2782 and 2792,
requiring remote pumps — specifications and prices for Ben-
nett RAM remote systems available on request.
SUCTION STUB — Centerline suction stub on all models.
STRAINER — 100 mesh, rust proof, Monet metal strainer
screen over sturdy, non - collapsible cage. Easily removed for
cleaning.
SUCTION PIPE COUPLING — 16z" adjustable coupling eliminates
need for threading inlet pipe. Flexibility enables the coupling
to join misaligned pipe. Threaded union optional.
TICKET PRINTER — Accumulative type furnished as standard on
all Fleetmaster models. Zero start type available on request.
Ticket printer is built into and interlocked with dial wheels in
register. Sales numbers recorded on each ticket in consecutive
order. When delivery made without ticket, a skip in sequence
results.
TRIM — Stainless steel scuff bars on lower doors and stainless
steel rigidized nozzle scuff plate.
0
0
CJ
11
CS&&91& AIR. COMPRESSORS,
AIR TANKS, AND FITTINGS
PRICE LIST
APPLYING TO CATALOG C-105
MODEL "CV't TWO- STAGE - HORIZONTAL TANK MOUNTED
Automatic Start and Stop Control -- cut -out pressure 175 lbs.
Cut -in 140 lbs,
ASME Tank (or National Beard wham required) AS1ME Safety Valve
Catalog C -105 Pages 3.4-5
Model
No.
Cubic
Fast
Displ.
Motor
H.P.
ASME
Tank
Capacity
Gale.
Approx.
Shipping
Weight
Doerastle
Lbs.
Cade
(1)
A.C. 60 Cycle
Single Phose
115.230 Volts
(2)
A.C. 60 Cycle
2 or 3 Phase
208 Volts or
220440 Volts
(2)
Standard
Belt
Guard
Extra
Chow
(7)
CV-905 -A
4.83
1
60
458
PIFAP
$ 516.00
S 504.00
$26.25
Cv-W6
7.28
1%
60
478
PIFER
SSSAO
52500
26.25
CW906 -A
7.28
1%
60
547
PIGZU
595.00
56500
26.25
CV-907
9.79
2
60
498
PIFIS
643M
saw
26.25
CV -907 -A
939
2
80
567
PIKTA
684.00
624.00
26.25
CV -968 -A
14.80
3
so
722
NFRA
802.00(3
70&00
26.25
CV-969•A
24.31
5
BO
745
PIFT1
1051.00(4
815.00
26.25
CV -969.6
24.31
5
120
930
SADRO
1136A0(4
920.00
26.25
CV- 971
9.79
2
80
1135
SADMA
On Awl.
1345 4)
36.50
CV- 9710 -A(S)
34.00
744
120
1352
SADPI
On Appl.
1418. 4)
36.50
CV- 9711(5)
46.60
10
80
1247
SADNE
On App1.
1474 4)
36.50
AD(C�()
195.901 46.60
10
120
1442
SADOB
On 40.
1577.00(4))
36.30
}CCV-97121--
PAMT1
4)
V9111 D. 6)
20
120.
2209
On ApPI.
226%
555.000
tlf elther Air Pressure (Can t Running) Unloads, only or Aufewatic Start IS Stop Central only is
desired in place of Dual Coraral on CV- 9612 -DC or CV- 9613 -13C Unlit, deduct $44.50.
MODEL "CQ" TWO- STAGE - VERTICAL TANK MOUNTED
Automatic Start and Stop Control -Cut -out pressure 175 lbs., Cut -in 140 lbs.
ASME Tank (or National Board where required) ASME Safety Valve
Catalan C -105 Page 6
(1) Additional coda word required for motor current - sca pugs 6.
(2) For MASSACHUSETTS specification wife sae page 6 for extra charge.
(3) Autamatic mots starter required for 115 setts - spa page 6 for extra cbwge.
(4) Automatic enter starter required - sap page 6 for extra charge.
(3) Dual control also arailebl• - sw page 7 for extra charge.
(6) owl control, parmltifng continuous or lotannlflent operation as desired, standard
equipment.
(7) Fully "closed belt guard quoted on application.
All moors should by preteefed by a thermal switch (or nngintic sister staffer when
rewired) - son page 6 for extra charge.
,.Ufa►
Form CAP.92jM: ".- :...
Page i 'J
Atipat N), 1%1 Jl
Suprwedaa CAP -86-JM
Modal ACV"
Two Sings
Model ^CG"
Tore Stage
�1
STANDARD BELT GUARD - Optional at
extra charge, as listed for each aradel:
Covers top, -benare, ends and outside of
drive, Including flywheel oadArive puller.
Stwrdord
Approx.
A.C. 60 Cycle
Belt
ASME
Shipping
A.C. 60 Cycle
2 or 3 Phu"
Guard
Cubic
Task
Weight
Single Phase
205 Volts or
Extre
Model
PIN
Motor
Capacity
Bemeat a
Coda
115.230 Volts
220.440 Volts
Charge
No.
Displ.
H.P.
Gals.
Lbs.
(1)
(2)
(2)
(7)
CQ -905 -A
4.83
1
60
525
SACEZ
$ 516.00
$ 504.00
$26.25
C -906
7.28
1y!
60
547
SACIV
55500
525.00
26.25
C_ -906 -A
728
154
90
572
SAKIF
59500
56500
26.25
C -907
9.79
2
60
577
SACLA
643.00
593.00
26.25
C A
. 9.79
2
80
630
SAKOG
68400
62400
26,25
C -9687 -A
14.80
3
80
770
SAKRA
80100(3)
708A0
26.25
CQ -969 -A
24.31
5
80
815
SA(VO
1051. 4)
81500
r
(1) Additional coda word required for motor current - sca pugs 6.
(2) For MASSACHUSETTS specification wife sae page 6 for extra charge.
(3) Autamatic mots starter required for 115 setts - spa page 6 for extra cbwge.
(4) Automatic enter starter required - sap page 6 for extra charge.
(3) Dual control also arailebl• - sw page 7 for extra charge.
(6) owl control, parmltifng continuous or lotannlflent operation as desired, standard
equipment.
(7) Fully "closed belt guard quoted on application.
All moors should by preteefed by a thermal switch (or nngintic sister staffer when
rewired) - son page 6 for extra charge.
,.Ufa►
Form CAP.92jM: ".- :...
Page i 'J
Atipat N), 1%1 Jl
Suprwedaa CAP -86-JM
Modal ACV"
Two Sings
Model ^CG"
Tore Stage
�1
STANDARD BELT GUARD - Optional at
extra charge, as listed for each aradel:
Covers top, -benare, ends and outside of
drive, Including flywheel oadArive puller.
3rlpwssdit id
L.': ..
itladitl CV-
single it*"--
motlsl..Cq,' 0=.
Single Stage
;" llcvpl*
single Stage.
co�
a Mrti
MOOR "CV" SINGLE -STAG ImIDUZOM4 TANK
AUM II4tt Imp.-
#*a
A.C. 40 Cyef* Bob
2. " 3 Phave, Gww4
:able "Took. 20O .V0441 Of 5306
W_� I E-6 i t2f ;*St =Vfm 122&.AM Vdm 1 f!hmmoo
"m
OV407 11.97 60 $13 PlIcAmif
mom �Iscwp
Ot SOLI
M.P.
V 6d*:
t"-
1 11) 1
A.Q 0 Cycle
m
CV404
'.2.96
7
?A.4.60 Cycle
.4"
31M
Aw i
2LODA
CV-405-A::
4J7
5.75
1
30
60
20.
A.C.66.Cycle.2w
limew phase
= Voke
2LO.
CV-306
11.28
WW*_
00
454
Comic
111114" Valle
21*44 volft
2L25
"m
OV407 11.97 60 $13 PlIcAmif
mom �Iscwp
-ARC)= $4Cvpvv 3W%J'SFAG5aaaXQW PREWU UNITS
Per Spoor Painting and other 4 ndvm.hipf Uses, Auotmativ Start OW 6 cop Control standard.
Cut out propri.m jilker 80 or 100.tba. voApoelflemL,
Ali pressure fconsisnf
Catalog 6-105 Page 11
A.Q 0 Cycle
Dek
come feet
7
?A.4.60 Cycle
24W
ploplacenownt
Came
OUR
:s,6bIt:111#
A.C.66.Cycle.2w
limew phase
= Voke
Klitim:
Me"
Feet
WW*_
Shislatilim.
Comic
111114" Valle
21*44 volft
chop",
/"W
Imspl.
H.P.
1A
Cepecity,
Al)
wj ?
Aa):
to
3
%4A
vil i
rams.
AD
N.F.
0011.
*mw
s,3111m
4m
O-04
&:,VP404
:w
525
7W
30LOD
plmw.
00,:.
C,VP405
7.36
=81�1"L'
40M
4KO
22m:
C
'4M=-,:.
4%10:.�
:..,2LZ
CVP-506
10.58
9.66
1
30
7
A
11.97
2
;60; .
ILU
CVP-506-A
10A
9.66
11
-ARC)= $4Cvpvv 3W%J'SFAG5aaaXQW PREWU UNITS
Per Spoor Painting and other 4 ndvm.hipf Uses, Auotmativ Start OW 6 cop Control standard.
Cut out propri.m jilker 80 or 100.tba. voApoelflemL,
Ali pressure fconsisnf
Catalog 6-105 Page 11
Each unit listed for 80 lbs. end tovf" it' laver poes" me factor "A deli
"re all.
(1) Additional co" womil required %wroat ass Offive 6.
(4 Awtvinatte "Imi stopper mqo* its V"
ad page 6 fw aide'
(4) Autommatic meter surfir Aildiieii Z�, more page A ur ox" diet".
(5) Fully enclosed belt guard quo";onapplicatlon,
(4) Extre charge all to" low it nmRhw laden/ of "so.
opoonat.:et i 00414 start gad' Im. -fir to ciam *a"
far; each- atom. mromil PANYK,'
F4 moters shooWhe htj vicrimor i*Am
do of
mqulreo - sett pope 0 Me *ova
come feet
ploplacenownt
OUR
*4004
A.C.66.Cycle.2w
3 Pat*
Took.
WW*_
Shislatilim.
2111, Y" m7.
41WO.
U0481 -
ill-lb,
ir,
ISO lba.
FIFE I i
1A
Cepecity,
Daimaissie
ms-m V*It*s-
No.
vil i
rams.
ress.
N.F.
0011.
LM.
42)
&:,VP404
175
525
7W
276"
plmw.
00,:.
C,VP405
7.36
6.90
1
30:.
-291.-;:
"POP
'4M=-,:.
4%10:.�
:..,2LZ
CVP-506
10.58
9.66
1
30
.40 :
.
mm
4300
ILU
CVP-506-A
10A
9.66
11
011,
443 i
1097M
:501A
CVP6507
1311
12.89
2
60
:.sov
RNU .1
.16"
X&OD
CVp_w
19.V
18.10
3
60.
420
MOM
OVP40"
19.57.18.10
3
:M
KTABI
CVP40
2620'
24.40
r,-.:
.1.20
FOR
CVP-U9-A
N.20
24.40
F J.,
so
U
Job
FIE711V
.9
Each unit listed for 80 lbs. end tovf" it' laver poes" me factor "A deli
"re all.
(1) Additional co" womil required %wroat ass Offive 6.
(4 Awtvinatte "Imi stopper mqo* its V"
ad page 6 fw aide'
(4) Autommatic meter surfir Aildiieii Z�, more page A ur ox" diet".
(5) Fully enclosed belt guard quo";onapplicatlon,
(4) Extre charge all to" low it nmRhw laden/ of "so.
opoonat.:et i 00414 start gad' Im. -fir to ciam *a"
far; each- atom. mromil PANYK,'
F4 moters shooWhe htj vicrimor i*Am
do of
mqulreo - sett pope 0 Me *ova
i
i
i
I
SEC. 15.211 FLAMMABLE LIQUIDS
TABLE 15.210
Minimum Distance from Underground Tanks for Class I or II
Flammable Liquids to Basements or to Line of Adjoining
Property That May Be Built Upon
limited 25 feet aw
b. DEPTH AND COVER. Underground tanks shall be set on
foundation and surrounded with soft earth or sand well- tamped
in place. Tanks shall be covered with a minimum of 2 feet of earth,
or shall be covered with not less than one foot of earth on top of
which shall be placed a slab of reinforced concrete not less than
four inches thick. When subjected to traffic or likely to be so sub-
jected in the future, tanks shall be protected against damage from
vehicles passing over them by at least 3 feet of earth cover, or 18
inches of well- tamped earth plus either 8 inches of asphaltic con-
crete or 6 inches of reinforced concrete. When asphaltic or rein-
forced concrete paving is used as part of the protection it must ex-
tend at least 1 foot horizontally beyond the outline of the tank in
directions.
c. ANca ecome buoyant due to a
rise in the level of the water table or due to location in an area
that may be subjected to flooding, suitable precautions shall be
observed to anchor the tank in place."
Section 15.211. Inside of Buildings, Class I or II Liquids.
Tanks for storage of Class I and II flammable liquids shall
ncit be installed inside buildings except as provided under Divisions
V, VI, and VII. Tanks for storage of Class I and II flammable
liquids may be installed under a building as an underground tank
complying with Section 15.210.
• See Appendix A.
74
6�
Location
•
If top of tank is above the
lowest floor, basement,
Individual Tank Capacity
or part of any building
Class I and II
which is not less than:
550 Gallons
5 feet away
5,000 Gallons
10 feet away
10,000 Gallons
15 feet away
limited 25 feet aw
b. DEPTH AND COVER. Underground tanks shall be set on
foundation and surrounded with soft earth or sand well- tamped
in place. Tanks shall be covered with a minimum of 2 feet of earth,
or shall be covered with not less than one foot of earth on top of
which shall be placed a slab of reinforced concrete not less than
four inches thick. When subjected to traffic or likely to be so sub-
jected in the future, tanks shall be protected against damage from
vehicles passing over them by at least 3 feet of earth cover, or 18
inches of well- tamped earth plus either 8 inches of asphaltic con-
crete or 6 inches of reinforced concrete. When asphaltic or rein-
forced concrete paving is used as part of the protection it must ex-
tend at least 1 foot horizontally beyond the outline of the tank in
directions.
c. ANca ecome buoyant due to a
rise in the level of the water table or due to location in an area
that may be subjected to flooding, suitable precautions shall be
observed to anchor the tank in place."
Section 15.211. Inside of Buildings, Class I or II Liquids.
Tanks for storage of Class I and II flammable liquids shall
ncit be installed inside buildings except as provided under Divisions
V, VI, and VII. Tanks for storage of Class I and II flammable
liquids may be installed under a building as an underground tank
complying with Section 15.210.
• See Appendix A.
74
6�
SURVEY OF_ 7c e,
A-1
. . . . . . ki
It
PY4
2V;4.
Iz. nvv�p 7, e It, 4
114
IT
T II
T
I:
0 0 �4
CITY OF NEWPORT BEACH - PUBLIC WORKS DEPART
PROGRESS PAYMENT REQ ERIOD ENDING ph, .
PROJECT: GAS PUMP EACILITICS AZ CITY Will
—ftLL� BUDGET NO. CONTRACT NO.
ITEM
No.
I
CONTRACT ITEM
CONTRACT:
PRICE
PERCENT
COMPLETE
AMOUNT
EARNED
1
GAS PYN► FACILITIES
:509".00
1006
x}5,966.00
I1-30- 6L7
ORIGINAL CONTRACT 15,966.00
EXTRAS TO DATE
CONTRACT TO DATE 5,966.DO
AMOUNT EARNED K-9W OOO
LESS 10% RETENTION 596.60
LESS PREVIOUS PAYMENTS ....
AMOUNT DUE THIS REQUEST 15,369.40
SEND PAYMENT Tqt
MLS MAINTENANCE CO.
T35 M. FLETCNEN
ORANGES CALI /ONNIA
I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES "ARE CORRECT.
SIGNED.
ENG I Net R
SIGNED
T CTOR
BY _ ,��
CITY OF NEWPORT BEACH
FIRE PREVENTION BUREAU PMU19T
DIST . .................. ...... -P E-IR M IT
O
PERMUMN 78: BERNEY GRANTED TO., DATE ... ............
INAME ............... CZTr .. OF .. EWDIXT.-BEACK ....... . ........................... . ... .. ................................ . ......................... . ............................ . ...............
t
ADDium ........... . J0WRTJLYP&--NZM..RT3 .. W.44 ... 9 it ..................................... .................................... . ..........
IN Accor-tDAmcm wrrH arry ORDINANCE No ....... M ..................
❑ BURNING PERMIT ❑ BLASTING ❑ PYROTECHNIC DISPL&T
FLAMMABLE LIQUIDS:— & PUMPS STORAGE ❑ TRANSPORTATION
_..A PIE GASOLINE IN 0 _GASOLINE STORAGE TANK LOCATED AT,
. ................... . .... M.&M ... t ....._..I... .............. . .............. * ......... ....... * .... -* -- --------- *** .......
............. - ........ - ........................................................................... .. . .................. . ...............
NEWPORT BEACH FIRE DEPT.
THIS PERMISSION GRANTEDi FOK, RN-71-19-REY-OK-0 70$ EAST 334T. AVID., BALBOA
PERIOD. S�L%fiCT TO REIAOCATION.401t .:ftO►FA CAUSE. OR 1✓10146N ..... %
NOCOW& ",*U" SAF�ff� mo�� WM MY log.41gom my
V- JP"%",2W!SiF096i MA,
6 11%64 (12)
i
I
1 RESOLIOTION NO. 5 .917
2 A RESOLUTION OF CITY COUNCIL OF THE CITY OF
XI T B$ACR A A CONTRACT IM THE
3 CONSTRUCTION OF GAB` FACILITIES AT CITY HALL
4 i!
5 WNEMS, puraaant to the Notice Inviting Bids for work
6 consisting of the construction of gas pump facilities at City Hall
7 in the City of Newport Beach, in accordance with the plans and
8 specification& heretofore adopted, bids were receiV" on the 3rd
9 day of June, 1964, and publicly opened and declared; and
10 , WHERRASO it appears that the lowest responsible bidder
11 i tbarefor is X A S Maintenance Company;
12 j NQW6 THUXFORE, BN IT RLWLVED that the bid of M 6 6
13 I Maintenance Company in the amount of $91,966 be aceepted and that
14 the contract for the construction work be warded to said bidder.
15 W IT i13iCTTHRR SOLVED that the Mayor and City Clerk are
16 hereby authorized and directed to execute a contract in accordance
17 with the specifications, bid and this award an behalf of the City
1811 of Newport Beach, and that the City Clerk be directed to furnish
19 j an executed copy to the successful bidder,
2011 ADOPTND at an adjourned regular sooting this 9th day of
21
June, 1964. p
22 it d
^Mayor
24 TTRST:
25 �I j\t.a,ti ` i 4A -A -6� t�
26 I1 �9
27
28
29
30
31
32
0
TO: CITY COUNCIL JUNE 4, 1964
FROM: CITY MANAGER
SUBJECT: CONSTRUCTION OF GAS PUMP FACILITIES AT CITY HALL (C -905)
RECOMMENDATIONS:
I. REJECT ALL BIDS.
Z. AUTHORIZE THE CITY CLERK TO RE-ADVERTISE FOR BIDS TO BE
OPENED AT 10:00 A.M. ON JULY H, 1964.
ONE BID WAS RECEIVED AND OPENED IN THE OFFICE OF THE CLERK AT 10:30 A.M
ON JUNE 3, 1964.
BIDDER TOTAL
M & S MAINTENANCE COMPANY 5,966.00
ORANGE
THE BID IS 8.3^r MORE THAN ,W
T,ppHpp
E ENGINEER'S ESTIMATE OF 5,510.00. THE
AMOUNT BUDGETED IN ACCOUNT NO. 02- 1097 -U IS $5,000.00.
DISCUSSIONS WITH OTHER CONTRACTORS INDICATE THAT THE FACT THAT ONLY ONE
BID WAS RECEIVED WAS A RESULT OF A HEAVY WORKLOAD AT THIS TIME. ALTHOUGH NO CHANGES
IN THE PLANS ARE CONTEMPLATED, IT IS FELT THAT RE- ADVERTISING SHOULD RESULT IN A
MORE COMPETITIVE BIDDING SITUATION, HOWEVER, IT IS UNLIKELY THAT THE COST WILL BE
REDUCED TO THE AMOUNT BUDGETED BECAUSE OF THE FACT THAT DETAIL DESIGN DISCLOSED THE
NEED FOR ADDITIONAL PAVING WORK NOT INCLUDED IN THE PRELIMINARY ESTIMATE.
THE REVISED DATE OF COMPLETION WOULD BE SEPTEMBER 4, 1964.
i
�I
ROBERT COOP '1'
CITY MANAGE
RC:BBN:VR
67
TO: CITY COUNCIL JUNE 4, 1964
FROM: CITY MANAGER
SUBJECT: CONSTRUCTION OF GAS PUMP FACILITIES AT CITY HALL (C -905)
RECOMMENDATIONS:
I. REJECT ALL BIDS.
'L. AUTHORIZE THE CITY CLERK TO RE- ADVERTISE FOR BIDS TO BE
OPENED AT 10:00_A.M. ON JULY 8, 1964.
ONE BID WAS RECEIVED AND OPENED IN THE OFFICE OF THE CLERK AT 10:30 A.M.
ON JUNE 3, 1964.
BIDDER
TOTAL
M & S MAINTENANCE COMPANY $ 5,966.00
ORANGE
THE BID IS 8.3% MORE THAN THE ENGINEERS ESTIMATE OF $5,510.00. THE
AMOUNT BUDGETED IN ACCOUNT N0. 02- 1097 -OHS IS $5,000.00.
i
DISCUSSIONS WITH OTHER CONTRACTORS INDICATE THAT THE FACT THAT ONLY ONE
BID WAS RECEIVED WAS A RESULT OF A HEAVY WORKLOAD AT THIS TIME. ALTHOUGH NO CHANGES
IN THE PLANS ARE CONTEMPLATED, IT IS FELT THAT RE- ADVERTISING SHOULD RESULT IN A
MORE COMPETITIVE BIDDING SITUATION, HOWEVER, IT IS UNLIKELY THAT THE .COST WILL BE
REDUCED TO THE AMOUNT BUDGETED BECAUSE OF THE FACT THAT DETAIL DESIGN DISCLOSED THE
NEED FOR ADDITIONAL PAVING WORK NOT INCLUDED IN THE PRELIMINARY ESTIMATE.
THE REVISED DATE OF COMPLETION WOULD BE SEPTEMBER 4, 1964.
"ti
ROBERT COOP '�'
CITY MANAGE
RC:BBN:VR
•
Newport Harbor News Press c Ined with DAILY PILOT was decreed A newspaper of
general circulation ,n the C Newport Beach by Decree of the Superior C-11 oI
Orange Coan'ry, California, Num r A2031, dated 11 June, 1963.
LEGAL NOTICE
CITy OF 'NEWPORT BEACH
STATE OF CALIFORNIA )
NOTICE OF INVITING BIDS
LOffice SftylClerk,
1 Ss,
at the of rM City.
Hall;
County of Orange )/
Newport Beach, California, until
10:30 A.M. on the 3rd day W
June, 11#1,
At which tilts they will be publicly
-Pored and read. for oerforming work
as follows:
Willism Me Schmidt being first duly sworn,
THE CONSTRUCTION OF G A 5
PIIMp FACILITIES AT CITY HALe
Nn ryid will
oath depose and say that I am theA dvert ie ing Mgr.
bC received unless d
and on
made nn a proposal for 1, 1,hetl by
aCh
1.11. ECe
moc p�bel aceomgnn etl Iddl
of the Newport Harbor News Press /Daily Pilot, a newspaper of
ti/
check ni bitlder'S bend
matle' pevable
to the ary a Newport Beach, pr and
general circulation in the City of Newport Beach, County of Or-
A; as eguA;' to of least 10 pvicent
ff jhe aneuIt bid, SucM1 guaranty t° be
shoultl the Bidder t°
if
Inviting Bide
ange, State of California, and that a Notice of Inviting
whom tae
p taut .5 awarded '° `n,er ' "'°
the contract.
City Newport Beach, Cali Po]r>la
In accordance with the pro visions Pik
Section
— - --
Coln M the CII, di, Newpo'rt�
Beach
of which copy attached hereto is a true and complete copy, was
has ascertained the general pre -'
vai ping rate of per diem wages in the:
locality in which the Work is to be
printed and published in the regular Newport Beach, Costa Mesa
performed for each craft or type of
workman er contract nd needed or eye.:
cute the contract and n forth
and Huntington Beach issue (s) of said newspaper for
set m:
Resolution No. 5129. A copy of sAid
Resolution is available in the 'office of
the. City
1 �c5 �ZSYaZYe*�75YS1 �y ISSDeS Of
Clerk In the City of Newport
Beach.
All bids to
1 Y
are be compared on the
basis of the Engineer's estimate of the
—� ._ _ 196_.':_
n°antities of 'work to be done.
No bid will be accepted both A Co,
- -" 196__
tractor who has not been 'licensed
accordance with the provisions of Chao
ter 9, Division III of Business
- -' —' 196_
antl pro-
fessions' Code,
plans and specificaliena forms of pm..
oesab, Wnds, and contract may br on i
._. - -_ 196—.-
tepnetl at the Public Works Department
Glv Hall, Newport Beach, Califnrna
4 nonred a charge of SZ.On will
—9 -5— 196_
//!�
for
be raguired for each sal pf Slanda.n
3peciNcafions. p refuntlable depose I
(signed) �Il/ 1.a71 • l vyv.J I/
— --
35.00 will be required for each Frl m
Plana, special Provision,, and rgmra.l
documents.
14th
Subcribed and sworn to before me this day of
No refunds will br made
later than Sp love stet aware pl md.
The he. of Newport Beach reserve;.
may I9
the right to reject any or all b,Q
and to waive any infofmality in such
bids.
CITY NEWPORT BEACH,
CALIFORNIA
MARGERY SCHPOVDE R,
Notary Public In and for the
El
City Clerk
Published Newport Harbor News -Fresh
Newport
County of Orange, State of California
Beach, Calif., May la, 196fi
6n3-dal
I
My commission expires
JOS`=PH F
MAY 5, 1964
TO: '. CITY COUNCIL
FROM: CITY MANAGER
SUBJECT: CONSTRUCTION OF GAS PUMP FACILITIES AT CITY HALL
CONTRACT NO. 905
RECOMMENDATIONS:
1. APPROVE THE PLANS AND SPECIFICATIONS.
2. AUTHORIZE THE CITY CLERK TO ADVERTISE FOR BIDS TO BE
OPENED AT 10:30 A.M. ON.JUNE 3, 1964.
THE AMOUNT BUDGETED W ACCOUNT ND. 02- .1097 -088 IS $5,000.00.
THE ENGINEERS ESTIMATE IS $5,'51OXM "'1' A BUDGET AMENDMENT SHOULD BE CON-
SIDERED AFTER BIDS ARE RECEIVED.
THE GAS PUMP WILL BE LOCATED ADJACENT TO THE POLICE DEPARTMENT
IN 32ND STREET AND WILL HAVE FACILITIES FOR AIR, WATER, AND OIL. THE
FACILITIES WILL BE USED BY ALL VEHICLES STATIONED .AT THE CITY HALL.
THE ESTIMATED COMPLETION DATE IS JULY 31, 1964.
O
CITY MANAGER V
vu,i,;IL:
I C:3P1QITi0N: � ,/
RC: BBN: VR�.
FILE: au/�i6JGu oL