Loading...
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