HomeMy WebLinkAboutC-1153 - Restroom & parking lot at Washington & Bay in Balboa0
9321' !
Mail to: City of Newport Beach
3300 Newport Blvd. NOTICE OF COMPLETION
Newport Beach, Calif. 92660.-
PUBLIC WORKS
Bov8815 mi6C0
RECORDED AT REQUEST
N OFFICIAL RECORDS UP
ORANGE COUNTY, CALIF.
9 ;05 AM DEC 13 1968
J. WYLIE CARLYLE, County Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on July 24, 1968
the Public Works project consisting of public restroom and parking lot at
on which The Vandervort Co.
was the contractor, and The General Insurance Company of America
was the surety, was completed.
VERIFICA
I, the undersigned, say:
CITY OF NEWPORT BEACH
'W' rl'm
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 December 11, 1968 at Newport Beach, California.
VERIFICATION OF C
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on December 9, 1968 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 December 11, 1968 at Newport Beach, California.
FREE .
C4
December 26, 1968
The Vandervort Company
1028 East 4th Street
Santa Ana, California 92701
Subject: Surety : The General Insurance Corpany of America
Bonds No. : 544388
Project : Public Restroom E Parking Lot, Washington: St /Bay Ave.
Contract No: 1153
Gentlemen:
The City Council on December 9, 1968 accepted the work of
subject project and authorized the City Clerk to file a
Notice of Completion and to release the bonds 35 days after
Notice of Completion has been filed.
Notice of Completion was filed with the Orange County Recorder
on Deoeaber 13, 1968, in Book No. 8815, Page 600. Please notify
your surety corq>any that bonds may be released 35 days after
recording date.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
ih
cc: Public Works Department
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Date: December 11, 1968
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of public restroom and parking lot
at Washington Street and Bay Avenue Contract No. 1153
on which The Vandervort Co. was the Contractor
and The General Insurance Co. of America was the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL:
Encl.
IL
TO: CITY COUNCIL FIC j
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF PUBLIC RESTROOM AND PARKING LOT AT WA!
AND BAY AVENUE (Contract 1153)
RECOMMENDATIONS:
1. Accept the work.
December 9, 1968
Ls� Gz
iTON STREET
2. Approve an extension of time of 49 calendar days because of
extra work, acts of the City, and a Telephone Company employees'
strike.
3. Authorize the City Clerk to file a Notice of Completion.
4. Authorize the City Clerk to release the Bonds 35 days after the
Notice of Completion has been filed.
5. Authorize the Finance Department to pay the 10% retention
immediately.
DISCUSSION:
The contract for the construction of a public restroom and parking lot at
Washington Street and Bay Avenue has been completed to the satisfaction of the Public
Works Department.
The bid
price
was:
$16,781.58
Amount
of
unit
price items
constructed
16,566.57
Amount
of
Change
Orders:
C.
0.
#1
Floor drain
and 2" copper line
305.00
C.
0.
#2
Remove fire
station slab
450.00
C.
0.
#3
Underground
telephone conduit
and raise
building floor
430.00
C.
0.
#4
Cast iron sewer lateral
378.00
C.
0.
#5
Plaster inside walls above tile
64.00
Total Change Orders: 1,627.00
Total amount earned by Contractor $18,193.57
Amount charged to budget number
for supplies by City forces: 1,158.67
Demolition of old building 840.00
Water Meter 249.09
Total Expenditures (less City labor) $20,441.33
Appropriations to Account 26- 7795 -049 $20,561.77
Return to Capital Improvement Fund $ 120.44
The contractor was the Vandervort Company of Santa Ana, California.
0 0
Page 2
City Council Memo - Public Works Department
Subject: Acceptance of Public Restroom (Contract 1153)
6- -'Z
The contract date of completion was June 5, 1968. All work was substantially
completed by July 24, 1968. The delay in completing the project was caused partly by
extra work which was not foreseen, partly by a strike by Telephone Company employees,
and partly because of changes called for by the City.
On March 15, 1968 the contractor requested 14 extra days because of Change
Orders 1, 2 and 3. A strike by Telephone Company employees around May 15, 1968 caused
a delay in moving a telephone pole at the alley entrance. Additional delays were
caused by Change Orders 4 and 5.
The delay in accepting the job was caused because the finish of the block work
was not satisfactory. As a corrective measure, the contractor painted the outside
at no expense to the City. The building was painted on November 25, 1968.
The facilities have been open to public use since July 24, 1968. Because of
this delay in acceptance it is recommended that immediate release be authorized of the
10% retention of the contract amount. This amount is normally retained for 45 days
after acceptance of the work by the City Council as partial security for satisfactory
completion of the work.
oseph T. Devlin"'
Public Works Director
.KLP /ldg
•
a-,
IMPROVEMENT ASSOCIATION
POST OFFICE BOX 555
BALBOA. CALIFORNIA
Sept. 16, 1968
Honorable City Council
City Hall
Newport Beach
On behalf of the people of Balboa and the Balboa
Improvement Association, I wish to extend our
gratitude and appreciation for the new restrooms
and parking lot in downtojm Balboa.
Our special thanks to Cal Stewart and his staff for
the artistic effect of the planting in this area.
Sincerely yours,
COY E. WATTS, PRES.
W4
-> f >
sJ d
PRELIMINARY NOTICE 38
(California Public and Private Works) ,
METHOD OF SERVICE
PERSONAL IST CLASS CERTIF&ED OR
SERVICE MAIL: REGISTERED NO.
To City Hall, ❑ . -W.
(Name of owner if known; otherwise insert "Owner ") W.
(If address unknown mail to lobsite)
Newport Beach, California
To ❑ ❑ _T—
(Name of construction lender if known; otherwise to "Construction Lender ")
(Address of branch handling loan; if unknown mail to jobsite)
To The Vandervort Company ❑
(General(prime contractor if known; otherwise "General Contractor")
Address 1028 East Fourth Street
(If address unknown mail to jobsite)
Santa Ana, California
AS REQUIRED BY CALIFORNIA LAW you are advised:
I. There has or will be furnished to the jobsite:
Carama,. +;le
(General description of the labor, service, equipment or materials furnished or to be furnished)
2. The name and address of such person furnishing such material is:
Inn .,T,pe-
(Your firm name)
636 Poinsettia St.. Santa Ana. California
(Firm's address)
3. The name and address of the firm, corporation or person who contracted for the purchase of such labor, services,
equipment or material is: (For Public Work —The name of the party to whom said labor, services, equipment or
materials were furnished or are to be furnished is:)
The Vandervort Company
(Name)
1028 East Fourth Street, Santa Ana, California
Address)
4. The location of the jobsite is:
Washington St. and Bay Ave., Newport Beach, California
(Description of the jobsite sufficient for identification)
5. If on private work bills are not paid in full for labor, services, equipment or materials furnished or to be furnished
to the above described property such property may be subject to mechanics liens.
6/24/68 �c /�;
(Date) (signature of person sending or scrving Preliminary Notice)
This form recognized by Roofing Contractors Association of Southern California, Inc.
To Construction Lender only: Estimated price of the above labor, services, equipment or materials is;
YCINNIS PRINTING, OUNCR, GIIT.
ADDI�TONAL INSURED
(OWNER'S PROTECTIVE) I —I -66/69
IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY UNDER
COMPREHENSIVE GENERAL LIABILITY COVERAGE A— BODILY INJURY LIABILITY
AND COVERAGE B — PROPERTY DAMAGE LIABILITY — APPLIES SUBJECT TO THE
FOLLOWING PROVISIONS:
1. THE UNQUALIFIED WORD "INSURED" WHEREVER USED IN THE POLICY
ALSO INCLUDES THE PERSON OR ORGANIZATION NAMED BELOW (HERE-
INAFTER CALLED "ADDITIONAL INSURED "), BUT ONLY WITH RESPECT
TO OPERATIONS PERFORMED BY THE NAMED INSURED AND OMISSIONS
OR SUPERVISORY ACTS OF THE ADDITIONAL INSURED IN CONNECTION
WITH WORK PERFORMED FOR THE ADDITIONAL INSURED BY THE NAMED
INSUREDA AS HEREINAFTER DESCRIBED.
2. THE INSURANCE WITH RESPECT TO SAID ADDITIONAL INSURED DOES
NOT APPLY TO BODILY INJURY TO OR SICKNESSar DISEASE OR DEATH
OF ANY EMPLOYEE OF SAID ADDITIONAL INSURED WHILE ENGAGED IN
THE EMPLOYMENT THEREOF.
3. THE INSURANCE WITH RESPECT TO SAID ADDITIONAL INSURED DOES
NOT APPLY TO LIABILITY ASSUMED BY THE ADDITIONAL INSURED
UNDER ANY CONTRACT OR AGREEMENT.
4. THE INSURANCE WITH RESPECT TO SAID ADDITIONAL INSURED DOES
NOT APPLY TO THE PRODUCTS HAZARD OR COMPLETED OPERATIONS HAZARD
AS DEFINED IN THE POLICY.
NAME AND ADDRESS
OF ADDITIONAL
INSURED
DESCRIPTION OF
OPERATIONS
CLASSIFICATION OF
OPERATIONS
CITY OF NEWPORT BEACH CITY CONTRACT NO II53 05I2
HALL, 3300 NEWPORT BLVD. CONST. OF RESTROOM &
NEWPORT BEACH, CALIF. PARKING LOT AS WASH. ST.
THE PREMIUM FOR THIS ENDOR&_ T VfMLL BE COMPUTED IN ACCORDANCE
WITH THE FOLLOWING PREMIUM SCHEDULE:
TOTAL CONTRACT COST
TO BE DETERMINED.
RATE PER - $100.00
OF CONTRACT COST
COV. A COV. B
028 0I4
I500 9.00
PREMIUM
COV. A COV. B
A.P. AT AUDIT.
DESIGNATION OF CONTRACTOR: MIN. MIN.
THE VANDE RVO RTNs Wrsement, from its effective date, forms apart of the policy described below issued by the Company named therein.
zj,;zp,N,,, � UNITED STATES FIDELITY AND GUARANTY COMPANY
Secretary FIDELITY AND GUARANTY INSU E UNDERWRITERS, INC. Preniaent
BOB PALEY & ASSOCS. �/L /f rvor
PD Countersigned by... '.... ... cl{. n�................................. .............................•' ...,
Authoalzed aeenlhtive ,.. .. . «''�'.
(The spaces below are t0 be completed only if this endorsement is issued subsequent to the issuance of the policy.];
R
N
LINE
rggYw EF DATE
EXP.DATE
STATE
TERN.
CemDf.
P.
CLASS
LIMITS
EXPOSURE
COIL
L.PREM.
R. PREM.
L. COMM.
R. COMM,
F.O.CODE
MASS. S. P.
RATE
.{
4I
DAK
o
VR.
M0. YR.
AGE SP
MED.
0 F C 0 R DED.
MAIOR.
OF
L. PREM.
_/—
L. COMM.
R. COMM.
REINS. CO.
M0.
DAY
YR. I
A
�
ZONE
PLAN
PERIL
_.
R A 0 N 0
AUTOMOBILE
PRIVATE
PASSENGER
CODING
—OLD AND REVISED
STAT. PLANS
T
R (LINE
A I
ry
POL.EFF.OATE EXP.DATE
—YR.
STATE
TERR.
C"P
Class Ois.
OR.
LIMITS
MOS.
COLL.
-P F-
F. P.
L. PNE M. R. PREM.
L COMM.
I
R. COMM. MASS CODE
M0.
DAY M0.
YR.
Prim. Class
SEC.
CLASS
at PD MED.
AGE SYM
TMOYR
1
FIRE, MARINE, ALLIED LINES AND SMP PROGRAM CODING
T
R
A
N
LINE
POL. EFF. DATE
EXP.DATE
STATE
Rule Vac
MAJOR
PERIL
CLASS
LC DED.
E C. E. C. CLASS
MAJOR
PERIL
AMT
TIIDea.
L. PPEM.
P. PPEM.
L. COMM.
R. COMM.
FED. CODE
REINS. CO.
P.A�ZONE
Mo.i DAY
YR.
TMOYR
M. P.
oTERR.
Z F L C
Type
Policy
D.
EXPOSURE
ZONE
FIRE. ALLIED AND HOMEOWNERS 1966 DWELLING PLAN
T
POL.EFF.DATE
EXP.DATE
TEAR.
_ CLASS
- - - —'--I
F Yt C P
i
E.C.
AMT.
F. D. CODE
R
LINE
STATE
-
STAT.
MAIOR
0 F C 0 R DED.
MAIOR.
OF
L. PREM.
R. PR EM.
L. COMM.
R. COMM.
REINS. CO.
M0.
DAY
YR. I
A
ZONE
PLAN
PERIL
_.
R A 0 N 0
PERIL
INS.
(thous)
RATE
N
M M V S T TyPei Amt
TMOYR
General 295 (10 -66)
e- LMK
Gen. 348 (10 -66)
'FIDELITY
UNITED STA AND GUARAY COMPANY
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC.
BALTIMORE, MARYLAND
Name and Address T. Whom Issued
This is to certify that the policies
CERTIFICATE CITY OF NEWPORT BEACH listed below, subject to their terms,
OF ATTN. PUBLIC WORKS DIRECTOR conditions and exclusions, have
CITY HALL, 3300 NEWPORT BLVD. been issued by the Company des.
INSURANCE ignated below to the Insured named
NEWPORT BEACH, CALIF. below.
Named Insured and Address
C. E. VANDEVORT,
I028E. 4 TH. ST.,
Q A kl� A N N I A
GALIF.
�.
p0he V
Policy
Limits of Liability
Type of Insurance
Number
Term
Bodily Injury Property Damage
Workmen's Compensation
Statutory
$ 000
Each Person
Employer.' Liability
$ 000
Each Accident
$
Medical -Each Person
Comprehensive Automobile
$ 000
Each Person
Liability
$ 000
Each Occurrence
Comprehensive General
$ 10() 000
Each Person
$ 000
Each Occurrence
$ 000
Liability
1-1-68
Aggregate Operations
$ 50 '000
Aggregate Protective
$ 5C) '000
Including Blanket
IX-1 Contractual Liability
1-1-69
C L P 115635
$ 000
Aggregate Completed
$ 50 '000
Operations - Products
❑Manufacturers' and
$ 000
Each Person
$ .000
Each Occurrence
$ '000
Contractors' Liability
Aggregate
$ '000
Owners', I
❑Landlords and
Tenants' Liability
Completed Operations and
$ 000
Each Person
$ 000
Each Occurrence
$ 000
ti
Products Liability
Fs ,000
Aggregate
$ 000
Contractual Liability
rIONS-INCLUDING
$ 000
Each P ... a.
000
Each Occurrence
$ '000
Aggregate
$ 000
CONTRACT NO. 1153-
ALL OPERA
CITY OF
NEWPORT AS
ADDITIONAL
-
INSURED- OWNERS
PROTECTIVE.
a aE ions out =1. c
CERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE AMOUN
,PF
COVERAGE THEREOF REDUCED NOR THE POLICY ALLOWED TO LAPSE UNTIL 10
PAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY
HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH
.�CANCELLATION
OR REDUCTION IN COVERAGE."
:4r
The Company designated below will make every effort to notify the holder of this Certificate of any material
1,
change in or cancellation of these policies, but assumes no responsibility for failure to do so.
'
I! EI UNITED STATES FIDELITY AND GUARANTY COMPANY
EI FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC.
G. HARMSS,, ILGR
J . G.
Date APRIL 5 1968 By
Gen. 348 (10 -66)
Gen. 348 (10 -66)
I"
H. 7
A 0
e.
UNITED STARS FIDELITY AND GUARARY COMPANY
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC.
BALTIMORE, MARYLAND
Name and Add.... To Whom Issued
This is to certify that the policies
CERTIFICATE City of Newport Beach, listed below, subject to their terms,
conditions and exclusions, have
OF Newport Beach, Calif.
been issued by the Company it..-
INSURANCE ignated below to the Insured named
below.
Named Insured and Ad&...
C. E. Vandervort, 1028 E. 4th St., Santa Ana, Calif.
Policy
Policy
Limits of Liability
Type of Insurance
Number
Term
Bodily Injury Property Damage
Workmen's Compensation
Statutory
$ 000
Each Person
Employer.' Liability
$ 000
Each Accident
$
Medical -Each Person
Comprehensive Automobile
Liability
$ 000
$ 000
Each Person
Each Occurrence
$ '000
Comprehensive General
$ 100.000
Each Person
$ 3 0 0,000
Each Occurrence
$ 50,000
Liability
CLP-115635
1-1-68
Aggregate Operations
$ 50 000
to
Aggregate Protective
$ 50,000
Including Blanket
Contractual Liability
1-1-69
$ 3 00000
Aggregate Completed
$ 50,000
N
Operations - Products
Manufacturers' and
❑Confractors'
$ 000
Each Person
Liability
$ 000
Each Occurrence
$ 000
❑Owners', L=dl.,ds'and
Aggregate
$ '000
Tenants' Liability
Each
z
Completed Operations and
$ 000
Person
$ 000
Each Occurrence
$ '000
Products Liability
$ 000
Aggregate
$ 000
44
Contractual Liability
$ ,000
Each Person
$ 000
Each Occurrence
$ '000
gj
Aggregate
$ ()Go
Description and location of operations and outornobiles covered:
job: Contractax #1153
The Company designated below will make every effort to notify the holder of this Certificate of any material
change in or cancellation of these policies, but assumes no responsibility for failure to do so.
[9?tNITED STATES FIDELITY AND GUARANTY COMPANY 47? 7. 17:'
EIFIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. GG to
,1714), _151 I()
Date— 2-29-68 By
v-jz.; z 2
Gen. 348 (10 -66)
I"
CERTIFICATE OF INSURANCE
EMPLOYERS MUTIj& LIABILITY INSURANCE COMP4ft OF WISCONSIN
EMPLOW,S MUTUAL FIRE INSURANCE CaWANY.
HOME OFFICE: WAUSAU, WISCONSIN
This is to certify that such insurance policies (as indicated below by policy number) and hazards covered
(as indicated by [X] ) written on forms in current use by the company have been issued.
( ) This certificate renews or replaces the certificate previously issued.
Name�jiDETiVORT COMPANY
ofinsured C.E. Vandervort, Proprietor
Address
INo., street. 1028 East 4th Street
town, state)
, Santa . Ana, California 92701
Kind of Coverage
Expiration Date
Policy Number
Limits of Liability
_workmen's Compensation
Including
-1 -68
2018-00-040732
Bodily Injury
Property Damage —
Occupational Disease
Each Person
°C
Aggregate
°0�
Aggregate
Comprehensive
General Liability **
Manufacturers' and
Ccnfroctors' Liability
Owners', Landlords'and
Tenants' Liability
Owners and Contractors
Protective Liability
Contractual Liability**
Completed Operations 8
Products Liability
Automobile
Owned
Hired
( ) Nonowned
*Full coverage under workmen's compensation law, and as designated in endorsements and policy for coverage B.
* *The contractual coverage afforded applies to:
( ) contracts defined in the policy form.
( ) contracts designated in contractual coverage part.
( j all written contracts.
Special Provision
Notwithstanding the designation or description of any contract or provision
thereof, the contractual liability coverage afforded is subject to all of the
terms, exclusions and conditions of the policy or any endorsement attached
thereto relating to contractual liability coverage.
Descriptionof Automobile, or ------------------------------------------ --------------------------------- --------------------- ----------------------------------------- .--------------------------------
Location covered by policies listed in this certificate ---- dtzb.: ----- Canstruction- .of- .Rest...Raom._ &..Parkin ..Lot.--------. -
---- - -- --- -- --- ------- -- - ---- --- --- -- ---- ------- -at - -W tahi ngton-_St.--&-- Bair-- Avenue------- ..--- ------ ------ ------
----------------------------- -- - --- -- ---- -- I - -- -- --- --- ---- ---- ------ ----- --- --------- -Contract -Sn53 -------- -------- - - ---------- ..... - ---------- ......-------------
Issued by: (g) Employers Mutual Liability Insurance
Issued to: Company of Wisconsin
CITY OF NaTORT BEACH ( ) Employers Mutual Fire Insurance
3300 West Nermort Blvd. Company
Newport Beach, California Dafe 3 -1 -68
Place SANTA ANA., CALIF.
Signed._L
- - - ---
Aolhon2d Company Represe Ive
This Certificate is not a Policy or a Binder of Insurance
IS) lob° 60.50
VENDOR
The Van&rvert Co.
1023 R. 4th Street
Santa Am, Calif.
qu To 7n
PURCHASE ORDER
CITY OF NEWPORT BEACH
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CALIFORNIA 92660
PHONE: (714) 673-2110
No. 8047
INVOICE IN DUPLICATE
THIS ORDER NUMBER MUST
APPEAR ON ALL INVOICES, SHIP-
PING NOTICES. BILLS OF LAD-
ING, EXPRESS RECTIPTS, AMD
PACKAGES.
DELIVERY TICKETS SMALL IH-
CLUDE UNIT PRICE.
DATE April 30, 1%8
DEPARTMENT City Countil.
QUANTITY
DESCRIPTION OF ARTICLES OR SERVICES REQUIRED
UNIT PRICE
TOTAL
Construction of Rest Room and Parking Lot at
Washington Street and Bay Avenue as per contract
16,781.58
COMMACT #1153
Resolution 6707
FOR CITY
USE ONLY
TM P R T A N T
CITY OF NEWPORT BEACH
CODE
AMOUNT
26-7795-049
$16,781.58
S!",, as a 'e.o'ote retail 8.i.s t..' use tcx.
Federal lux opp;cobjp to tai; purchase.
This otfie, fivbjGCt to 4.. =de too.
b"' t-' ".
PURCHASING AGENT
o inpm t.. Do ,,t
DEPARTMENT COPY
C
CONTRACT NO. 1153
CITY OF NEWPORT BEACH
• C ITY
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF RESTROOM AND PARKING LOT
AT WASHINGTON STREET AND BAY AVENUE
APPROVED BY THE CITY COUNCIL
ON THIS 22ND DAY OF JANUARY, 1968
LAURA LAGIO , CITY CLERK
0
1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
PAGE I -A
SHEET I OF 2)
SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT BEACH,
CALIFORNIA, UNTIL 10:00 A.M., ON THE 20th DAY OF February , 1968, AT WHICH TIME THEY WILL
BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
CONSTRUCTION OF RESTROOM AND PARKING LOT
AT WASHINGTON STREET AND BAY AVENUE
CONTRACT NO. 1153
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 BIDDERS BOND MADE
PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE
AMOUNT BID.
THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE
THE FOLLOWING:
I.
- PROPOSAL
2.
PAGE
- DESIGNATION OF SUB - CONTRACTORS
�
PAGE
4
- BIDDER'S BOND
ti.
PAGE
9
- NON - COLLUSION AFFIDAVIT
5e
PAGE
IO
- CONTRACTOR'S FINANCIAL STATUS
THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS
SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE
PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE
AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIP, THE SIGNATURE
OF AT LEAST ONE GENERAL PARTNER IS REQUIRED.
ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEER'S ESTIMATE. THE ESTIMATED QUANTI-
TIES ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS.
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. THE CONTRACTOR
SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL.
PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE-
PARTMCNT, CITY HALL, NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON-
REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND
CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND
SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING.
A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH
57A7NDARD SPECIFICATIONS.
THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY
INFORMALITY IN SUCH BIDS.
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 RATE OF PER DIEM WAGES IN
n� LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR
M_- CHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION N0. 6519•
A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT
BL,.CH• '
0
Page lb
The following is the schedule of prevailing wage rates, 1966 -67, for a selective
list of classifications. Together with the information included in the Resolution
No- 6519, this schedule is to be considered.a part of these contract.specifications.
Prevailing Wage Rates - 1966 -67
Classification (Selective Listing) (5/1/66) (5/1/67)
Carpenters
4,83
Cement Mason Journeyman
4.60
4.84
Laborers
General or Construction
3.70
3.85
Asphalt Raker & Ironer
3.91
4.06
Flagman
3.70
3.85
Guinea Chase
3.78
3.93
Laying of all non - metallic
pipe
4.01
4.16
Tunnel Classifications
Vibratorman, Jack Hammer,
Pneumatic Tools
(except driller)
4.315
4.4445
Operating Engineers
(7/1/66)
(7/1/67)
Oiler and signalman (Group
1)
4.38
4.53
Skiploader (Less 4/5 yd.)
(Group 2)
4.62
4.77
Rodman and Chainman (Group
3)
4.86
5.01
lnstrumentman (Group 4)
4.97
5.12
Grade Checker (Group 5)
5.16
5.31
Pavement- breaker operator
(Group 5)
5.16
5.31
Grade -all operator (group
6)
5.26
5.41
Teamsters
(5/1/66)
5/l/67)
Dump Truck Driver (Less than
4 yes)
4,35
4.50
Water truck driver (2500 gal.to
4000 gal)
4.53
4.68
Building and Construction trades
(5/1/66)
(5/1/67)
Bricklayer & Stone Mason
715
5.15
Electrician
(7/1/66)
(7/1/67)
Journeyman Wiremah
6.11
6.55
(4/28/66)
Lather
4.765
Painters
(7/1/66)
(7/1/67)
Journeyman - spray
5.22
5.33
Pipe trades
Plumber
5.55
5.64
Any classification omitted herein shall be the prevailing craft rate.
Overtime, Sunday and Holiday rates are at prevailing craft rates.
CITY OF NEWPORT BEACH, CALIFORNIA
Laura Lagios, City Clerk
f.
\J
CITY OF NEWPORT BEACH
0
CONSTRUCTION OF RESTROOM AND PARKING LOT
AT WASHINGTON STREET AND BAY AVENUE
CONTRACT NO. 1153
PROPOSAL
To the City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California
Gentlemen:
PR 1 of 4
The undersigned declares that he has carefully examined the location of the work, has .
examined the Plans and Specifications, has read the Notice Inviting Bids, and hereby
agrees to furnish all labor, materials, equipment, transportation, and services neces-
sary to do all the work required to complete Contract No. 1153 in accordance with the
City of Newport Beach Drawing No. B- 5016 -S consisting of three sheets, the City
Standard Drawings and Specifications, and the Special Provisions and that he will take
in full payment therefor.the following P r i c 6 s for each completed item of work, to
wit:
ITEM QUANTITY I ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN.IN WORDS PRICE PRICE
1. Lump Sum Remove Existing pavement and improvements
from site and prepare subgrade
@ Six Hundred
Dollars
and
no
Cents
$600.00
$
600.00
Lump Sum
2. Lump Sum Construct 19' -4" x 26' -0" restroom
building complete in place
Eleven Thousand three hundred
@ thirty nine
Dollars
and
no
Cents
$11,339.00
$
11,339.00
Lump Sum
3. 140 Tons Construct 4" Aggregate Base
@ Five
Dollars
and
Ten
Cents
$ 5.10
$
714.00
Per Ton
4. 45 Tons Construct 2" Asphalt Concrete Pavement
@ Fourteen
Dollars
Twenty
and
Cents
$14.20
$
HUB
Per Ton
•
•
PR 2 of 4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT. UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5
6.
7.
E;11
9.
150 Square Construct 6" Thick P.C.C. Driveway Approach
Feet
@ no Dollars
and
ninety Cents $ .90 $ 135.00
Per Square Foot
180 Lineal Construct Type "B" Curb
Feet
@ One Dollars
and 345.60
Ninety -two Cents $1.92 $ 346.00
Per Lineal Foot
600 Square Construct 4" Thick P.C.C. Sidewalk with
Feet broom finish
Lump Sum
22 Square
Feet
@ No Dollars
and 330.00
fifty five cents $ .55 $ 331.00
Per Square Foot
Construct 6" Thick P.C.C. Alley Approach
@ Fifty six Dollars
and
no Cents
Lump Sum
Construct 6" Thick P.C. Pavement
at street intersection
$56.00 $ 56.00
@ One Dollars
and 23.98
nine Cents $1.09 $ 24.00
Per Square Foot
10. Lump Sum Construct 5 benches
@ Five Hundred Fifty six Dollars
and
no Cents $ 556.00 $ 556.00
Lump Sum
•
PR3of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN.IN.WORDS,., PRICE PRICE
11 230 Lineal Construct 1114 inch galvanized steel
Feet electrical conduit
@ Two Dollars
and 579.60
Fifty two Cents $ 2.52 $ 583.00
Per Lineal Foot
12 1 Each Furnish and install #311 pullbox for
street lighting system
Twelve Dollars
and
no Cents $ 12.00 $ 12.00
Each
13 7 Each Furnish and install 2" dia. x 58" long galvanized steel
parking meter post
@ Seven Dollars
and 50.05
Fifteen Cents $ 7.15 $ 50.00
Each
14 10 Each Furnish and install 72" x 8" x 511" pre-
cast concrete wheel stop
@ Four Dollars
and
Eighty Cents $ 4.80 $ 48.00
Each
15 250 Lineal Furnish and install.2 "x 4 "redwood
Feet headers
@ no Dollars
and 83.75
Thirty three and one -half Cents $ .335 $ 84.00
Per Lineal Foot
16 160 Lineal Furnish and install Type L 1" diameter
Feet Copper irrigation system
Two
Per Lineal Foot
17 430 Square Construct 4" thick colored P.C.C.
Feet panels with rotary finish
Dollars
and
Cents $ 2.40 $ 384.00
@ no Dollars
and
Seventy -two Cents $ .72
Per Square Foot
309.60
$ 310.00
0
0
PR 4 of 4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT . UNIT PRICE. WRITTEN.IN.WORDS. PRICE PRICE
18A 480 Square Construct 4" Thick colored P.C.C.
Feet sidewalk with rock salt finish
no Dollars
and 292.80
Sixty one. Cents $ .61 $ 288.00
Per Square Foot
18B 480 Square Construct 4" thick colored P.C.C.
Feet sidewalk with exposed.aggregate finish
@ One Dollars
and
Twenty Cents $ 1.20 $ 576.00
Per Square Foot
"ALTERNATE A"
TOTAL PRICE WRITTEN IN WORDS
(Total of Bid Items 1 through 17 inclusive and 18A)
Sixteen thousand five hundred Dollars TOTAL ALTERNATE "A"
and
no Cents $ 16,500.00
,
"ALTERNATE B"
TOTAL PRICE WRITTEN IN WORDS
(Total of Bid Items 1 through 17 inclusive and 18B)
Sixteen Thousand seven hundred eighty -eight Dollars TOTAL ALTERNATE "B"
and
no Cents $ 16,788.00
,
2/7/67
ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDERo IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS.
THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY,
BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS.
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT
THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED
IN MAKING UP THIS BID*
THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT
WITH NECESSARY BONDS WITHIN TEN (IO) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID 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 N0. 165541 CLASSIFICATIONBI
ACCOMPANYING THIS PROPOSAL IS Bid Bond
CASH, CERTIFIED CHECK, CASHIER'S CHECK OR BOND
IN AN AMOUNT NOT LESS THAN IO PERCENT OF THE TOTAL BID PRICE*
THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH
REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO
UNDERTAKE SELF — INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
543 -8237
PHONE NUMBER -
February 20, 1968
DATE
1028 E. 4th Street
THE VANOFRVORT COMPANY
BIDDER'S NAME
(SEAL)
(s) C.E. Vandervort
C_F- Vnndarvnrt
AUTHORIZED SIGNATURE
UTHORIZED JIGNATURE
Individual
Santa Ana. California
BIDDER'S ADDRESS TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, CO— PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER. IF A CORPORATION,
AND NAMES OF ALL CO-PARTNERS IF A CO— PARTNERSHIP:
0 • PAGE 3
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
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 ENGINEERy 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 ENGINEER.
ITEM OF WORK SUB- CONTRACTOR ADDRESS
I,
Site Preparation
Strand
Laguna Beach
2.
Concrete
Japhet
Garden Grove
�.
Masonry
Capitol
Costa Mesa
4.
Plastering
Aldana
Santa Ana
5.
Ceramic Tile
McCandless
Santa Ana
6.
Roofing
Vance
Costa Mesa
7.
Electric
Briscoe
Costa Mesa
8.
Plumbing
Rambo
Santa Ana
9.
Painting
Linco
Garden Grove
io.
A/C paving
Strand
Laguna Beach
li.
i2.
THE VANDERVORT COMPANY
BIDDER'S NAME
(s) C.E. Vandervort
C.E. Vandervort
AUTHORIZED SIGNATURE
Individual
TYPE OF ORGANIZATION
(INDIVIDUAL, COPARTNERSHIP OR CORPCRATION)
1028 E. Fourth Street
Santa Ana, California
ADDRESS
0
PAGE 4
(FOR ORIGINAL, SEE CITY CLERK'S FILE)
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE, THE VANDERVORT COMPANY , AS PRINCIPAL,
AND GENERAL INSURANCE COMPANY OF AMERICA , AS SURETY, ARE HELD
AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF ten percent
of the total amount bid DOLLARS ($ 10% ), LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF
a restroom and parking lot at Washington Street and Bay Avenue
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 CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING
BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SATURDAY AND 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 DE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED
HEREIN SHALL BE FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 20th DAY OF
February , 19 68
CORPORATE SEAL (IF CORPORATION) THE VANDERVORT COMPANY
PRINCIPAL
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
(s) C.E. Vandervort
C.E. Vandervort
GENERAL INSURANCE COMPANY OF AMERICA
SURETY
BY (s) William Oldham
William Oldham
TITLE Attnrnay -in -Fart
a
PAGE 5
LABOR AND MATERIAL BOND BOND #544388
The premium charge for this bond is
KNOW ALL MEN BY THESE PRESENTS, THAT included in the charge for the
Performance Bond.
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED March 7, 1968
HAS AWARDED TO The Vanderyort Co.
7
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR
construction of a
rest room and parking lot at Washington Street and Bay Avenue
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING
THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR
ANY MATERIALS, PROVISIONS, 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, ',E The Vandervort Co.
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND The General Insurance
Company of America
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
RTGHT THIHTQANTT THRRF 14T1NDRFTT NTN .,,YO1TR DOLLARS ($_§,394.0 ),
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 SUBCON-
TRACTORS, 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 SPECI-
FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE
1A,TTIO�RNEY'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.
l
• 0
PAGE 6
(LABOR AND MATERIAL BOND - CONTINUED)
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR-
ATION 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 BONDS AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF
THE STATE OF CALIFORNIA.
AND THE SAID SURETY1 FOR VALUE RECEIVED) HEREBY STIPULATES AND AGREES THAT NO CHANGE,
EXTENSION OF TIMES ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF
ANY SUCH CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE
CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUALS IT
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF) THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL F,�n
SURETY ABOVE NAMED, ON THE 7th DAY OF March , 1968
THE VANDERVORT CO. (SEAL)
(SEAL)
CONTRACTOR
AMERICA
THE GENERAL INSURANCE CO ANY OF (SEAL)
�/ 94W If/L, (SEAL)
By: William Oldham, Attorney -in -Fact
APPROVED AS TO FOR
7,/,
CI Td ATTORN Y
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
ATTEST:
DATE
CITY CLERK
(SEAL)
SURETY
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
SS.
t COUNTY OF LOS ANGELES
On this 7th day of March 1968 , before me per-
sonally appeared William Oldham known to me to be the attorney -in -fact
of General Insurance Company of America, the corporation that executed the within instrument, and ac-
knowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixe&ffy official seal, at my, o e in
the aforesaid County, the da} • and•• year• in•- rhis- ,mrt•ifi•caae••firsr -abm rit en.
OFFICIAL SEAL
Qn
„,111 I �,, DONNA M. DAILEY
Iii NO f';;Y PUBLIC - LA LIFORN
PRINCIPAL OFPICE IN O [y PLLb11C ID the State o California
LOS ANGELES COUNTY COURty of Los Angeles
(Seal) E ray Commission Expires April 15, 1968
... ........................ i
IS -760 Rl 7/66
PAGE 6
(LABOR AND MATERIAL BOND - CONTINUED)
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR-
ATION 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, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE
CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT,
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL t %:M
SURETY ABOVE NAMED, ON THE DAY OF , 196
APPROVED AS TO FORM:
C Y ATTO Y
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
TE
ATTEST:
CITY CLERK
(SEAL)
(DEAL)
(SEAL)
CONTRACTOR
(SEAL)
(SEAL)
(SEAL)
SURETY
r a i
PERFORMANCE BOND
BOND #544388
PAGE 7
KNOW ALL MEN BY THESE PRESENTS, THAT The premium charge for this
bond is $125.90, for the term.
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED March 7, 1968
HAS AWARDED TO The Vandervort Co.
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR
construction of a
rest room and Parking lot at Washington Street and Bay Avenue
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK
OF THE CITY OF NEWPORT BEACH.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF
SAID CONTRACT;
NOW, THEREFORE, WE, THE VANDERVORT CO.
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND THE GENERAL
INSURANCE COMPANY OF AMERICA
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
EIGHT_THRQUSAND-THREE-jWIIDRRED NINETY FOUR ($ 8:3.94.00 ),
SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID T:0
THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY-
MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD-;
MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE-
SENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH) THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS
OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS) OR ASSIGNS, SHALL IN ALL THINGS
STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS
AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO-
VIDED 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 B
(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 CON-
TRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY
FROM ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE 7th DAY OF March , 196 8_.
APPROVED AS TO FORM:
ITY ATTORNE
THE V,{AANDERVVORT CO. (SEAL)
(SEAL)
(SEAL)
CONTRACTOR
THE GENERAL INSURANCE CqFTANY OF AMERICA
(gEAL)
Jh (SEAL)
SURETY
By: William Oldham
Attorney -in -Fact
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
t ss.
COUNTY OF LOS ANGELES
On this 7th day of March 1968 , before me per -
sonally appeared William Oldham known to me to be the attorney -in -fact
of General Insurance Company of America, the corporation that executed the within instrument, and ac-
knowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed official seal, at my office in
the aforesaid County, thr• dar•and ^year••in•this •cerrifiea•te ^first,above ttt
OFFICIAL SEAL
�L DONNA M. DAILEY
NOTT ?Y PUBLIC CALL ORN1A
PRINCIPAL OFFICE IN ' NOC ry Public in the Stac of Califo is
LOS ANGELES COUNTY County of Los Angeles
(Seal) My Commission Expires April 15, 1968
S -760 Rt 7/66
• • PAGE 9
NON- COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESF9' AT THE TIME OF
FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAYS 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 THEME 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 AF-
FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE-
MENT 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 AT-
TACHED 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 CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL -
MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PREVENT ANY SUB-
CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE
FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE-
MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE
BID WILL BE SUGGESTED, OFFERED, PAIDj OR DELIVERED TO ANY PERSON WHOMSOEVER TO
INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT, NOR HAS TM.IS
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON
WHOMSOEVER TO PAYS DELIVER TO, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER,
ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID.
THE VANDERVORT COMPANY
(s) C.E. Vandervort
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS 20th DAY OF February
o
MY COMMISSION EXPIRES:
May 7, 1968 (s) Helen S. Frank
NOTARY PUBLIC
• • 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., EXPERIENCES SKILLS 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.
General Contractor since 1954
Fire Station Addition City of Newport Beach
Alteration Dept. of Public Works City of Newport Beach
dina Oranoe Coast Coll
Alteration schools Board of Education, Santa Ana
Girls Locker Room, Hiah School Laquna Beach
Christ Church by the Sea Balboa
THE VANDERVORT COMPANY
SIGNED
(s) C.E. Vandervort
• • PAGE II
C O N T R A C T
THIS AGREEMENT, MADE AND ENTERED INTO THIS /;X DAY OF
BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE
CITY, PARTY OF THE FIRST PART, AND THE VANDERVORT COMPANY
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF.THE SECOND PART.
WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS;
1. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED
TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH
ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF
A Restroom and Parking Lot at Washington Street and Bay AVenue, Newport Beach
AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING
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, (EX-
CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR-
N15HED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID
PLANS AND SPECIFICATIONS.
Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING
ALL THE 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 DE-
SCRIPTION 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 THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS 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 CONTRACTS TO 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, CONTRACTOR S PROPOSAL, AND
THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR -
TIES 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 AGREE-
MENT.
2/7167
6 01
PAGE 12
5e PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, THE CITY COUNCIL HAS
ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF
WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS
INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN.
6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE
CITY, THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS,
LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTION, DIRECTLY OR
INDIRECTLY ARISING FROMTHE PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI-
BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY,
HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE.
IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE
DAY AND YEAR FIRST ABOVE WRITTEN.
V r /
JW ,� . _ ,�
1;�►r
ATTEST:
ITY CLERK
�s
CONTRACTOR /
BY:
APPROVED AS TO FORM:
It
Ty ATTO Y
TITLE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CONSTRUCTION OF RESTROOM AND PARKING LOT
AT WASHINGTON.STREET..AND BAY AVENUE
CONTRACT NO...1153
I. SCOPE OF WORK
SPIof4
The work to be done under this contract consists of removing existing curb,
sidewalk, alley approach, driveway.approach, and parking lot pavement; con-
structing a new restroom building complete in place including site develop-
ment and utility connections; constructing new curb, sidewalk, alley approach,
driveway approach, and underground electrical conduit; and constructing
complete parking lot improvements including pavement, parking meter posts,
wheel stops and an irrigation system.
The work to be done includes furnishing all labor, equipment, transportation,
and materials necessary to complete all of the work as shown on the City of
Newport Beach Drawing No. B- 5016 -S, consisting of 3 sheets, and in accordance
with the City of Newport Beach Standard Specifications, Standard Drawings,
and these Special Provisions.
II. COMPLETION OF WORK
The contractor shall complete all work.on the contract within 90 calendar
days after award of the contract by the City Council. If work should inter-
fere with vehicular or pedestrian traffic at.any time during the week before
Easter or the week following Easter, the City reserves the right to prohibit
work during this period, but.will.extend..the completion date a corresponding
length of time.
III. . CONSTRUCTION SURVEYS
Grades and lines will be set by the City. The Public Works Department shall
be notified 48 hours in advance when grades or lines are required.
IV. PAYMENT
The prices bid for the various items of work shall include.full compensation
for all materials and labor necessary for construction of the items complete
in places Payment for incidental-items of work-not separately provided for
in the proposal shall be included in the price bid for other items of work.
'Waare applicable, the prices bid for items of new construction shall include
removal and disposal of the existing improvements.
T::e contractor. shall balance his costs evenly among the unit prices bid for
the various items of work. The City reserves the right to delete any or all
of the following proposal items without renegotiation of the remaining bid
items if the total.bid price exceeds the funds available: Numbers 8, 11, 12,
13 and '14.
SP2of 4
V. GU TUNTEE
The contractor shall guarantee.for.a period.of.one.year.after acceptance of tPp
contract by the City Council,. all_ materials- .and.workmanship.against any de-
fects whatseover, including..trench and.pavement settlement. Any such defects
shall be immediately repaired at the contractor's expense.
VI. EXISTING TRAFFIC SIGNS.,..MARKERS,.STREET LIGHT.STANDARDSs AND PARKING METER
POSTS
All traffic signs, markers, street light standards, and parking meter standards
that interfere with the work in this contract, whether shown on the Plans or
not, shall be either protected in place or removed, salvaged, and reinstalled
by the contractor.
The cost of protecting or replacing traffic signs and markers shall be in-
cluded in the various items of work and no separate compensation will be made
therefor.
VII. UNFORESEEN DIFFICULTIES
Sho,.uld unknown conditions, subsurface or otherwise, be discovered during the
progress of the work, the City shall be notified immediately. The City will
then make a determination.as.to.whether these-conditions constitute extra
work and so notify the contractor.in..writing..within two working days after
the City has been notified.
VIII. WATER
The contractor shall make his..owa provisions..for obtaining and applying water
necessary to perform his work..as' set forth in.Section 10 -11 of the Standard
Specifications. If the contrac.tor...desires..to. use.available..City water, it
shall be his responsibility.to. make. arrangements ..for- water..purchases by con-
tacting the City's. Utilities. ..Superintendent,- Mr...Thomas Phillips, at
(714) 673 -2110, Extension 74.
IX. E.ARTi k'ORK
A. Pavement.Removal and S.ubgrade.Preparation.
The removal from the site.of all exist,irg.asphalt.concrete pavement, port-
land cement concrete pavement, wooden parking. bumpers, .. and other improve-
ments, as shown on the plans,.and..the preparation of the subgrade in the
same area shall be .included in the.lump.sum price bid for this item of
work.
Existing concrete curb and sidewalk sections to be removed shall be saw -
cut at.the first score line at or beyond the planned joint or removed to
the nearest existing expansion. joint.. Payment for removal and disposal of
off -site curb, sidewalk,.pavement,. and approaches, and preparation of the
subgrade for new construction shall be included in the unit prices bid for
new construction of those items.
SP 3 of 4
B. Trench Excavation and Backfill
Payment for trench excavation and backfill shall be included in the price
bid for the various items of work and no separate compensation will be
made therefore.
X. PORTLAND CEMENT CONCRETE
A. General
Portland cement concrete for curbs, gutters, sidewalks, shall be Class
"B ", 1z" gradation conforming to Section 13 of the Standard Specifications.
Portland cement concrete for 6" thick pavement, driveway approach, and alley
approach shall be Class "A ", 1Y" gradation conforming to Section 13 of the
Standard Specifications.
Construction of Portland cement concrete curbs, gutters, sidewalks, and
driveways shall conform to Section 15 of the Standard Specifications.
Attention is directed to sawcutting existing improvements as described
in Section 15 -03.
Weakened plane joints may be formed by the placement of a polyethylene
plastic joint material such as "quick joint ", or equal.
All new concrete placed shall be immediately barricaded and no vehicular
traffic will be permitted there on until the expiration of at least seven
(7) days after curing, as described in Section 13 -08 of the Standard
Specifications. At least three (3) days shall elapse from the time the
concrete is placed before any mechanical tamper, spreader, or finisher
which will be supported by the edge of the new pavement may be operated
in adjacent areas. Pedestrians will be permitted on new concrete after
24 hours of curing.
XI. ASPHALT CONCRETE
A. General
All asphalt concrete to be furnished and placed in this project shall be
in conformance with Section 12 of the Standard Specifications with the
following exception; the mineral aggregate shall be 3/8 inch maximum -
medium instead of 1/2 inch.
The unit price bid for asphalt concrete shall apply to the asphalt con-
crete to be placed on aggregate base and shall include the cost of
furnishing and placing the prime coat or paint binder as applicable.
XII. PARKING METER POSTS
The parking meter posts shall be 2 -inch diameter galvanized steel schedule 40
pipe 58 inches long embedded in concrete approximately 18" deep and 12" in
diameter. The top of the concrete encasement shall be placed flush with the
adjacent concrete or as directed by the Engineer in planting areas. The
finished surface shall be similar to the adjoining concrete surfaces.
3M �
14RI^,_1Ti SYSTEM
SP 4 of 4
The price bid per lineal foot for furnishing and installing Type L 1" diameter copper
pipe shall include all fittings and appurtenances such as tees, elbows, crosses, plugs,trench
excavation and backfill and any other.incidental items of work necessary for con-
struction of the irrigation system.
UTILITY CONNECTIONS
The price bid for construction of a 19' -4" x'26' -0" restroom building complete in place
shall include the following work outside the limits of the building: furnishing and
installing 1" diameter galvanized electrical conduit containing three No. 8 wires
between the building and the existing underground electrical service; furnishing and
installing a pullbox on the existing underground electrical service'; connecting the
new electrical system to the existing service; furnishing and installing 6" cast iron
sewer line including all appurtenances and fittings from building to property line at
Bay Avenue; connecting cast iron sewer pipe to the existing sewer lateral at the
property line; furnishing and installing 1" copper water line, 1" gate valve, valve
box for gate valve, two 1" vacuum breakers to serve irrigation systems, and all fittings
and appurtenances needed for construction of the water service to the building.
FEES
The contractor will be responsible for securing -a city building permit. All building
and plan check fees normally charged'.by.the City will be waived, except that all con-
tractors and sub - contractors employed on the job must possess valid City business
licenses.
Any fees which may be owing to the County-Sanitation District will:be..paid directly by
the City.
TO: Public Works Department
FROM: City Clerk
0
Date April 30, 1968
SUBJECT: Contract No. 1153
Project ('y nZi,ntinn of Rngtrrvm anel Parking. Tnt at
Washingtcn Street and Bay Avenue.
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: The Vaondexvort Company
Address: 1028 E. 4th Street, Santa Ana, California
Amount: $ 16,17R'I.SR
Effective Date: April 12, 1968
Resolution No. 6707
Laura Lagios
LL:dg
Att.
cc: Finance Department
• 381
City Clerk
April 15. 1968
Public Works Department
Attention: Ken Perry
City Clerk
Construction of Restroom and Parking Lot at Washington
Street and Bay Avenue (C-1153).
Enclosed is contractor's copy of subject contract for transmittal to
him.
LL:dg
Encl.
Laura Lagios
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
April 12, 1968:
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF RESTROOM AND PARKING LOT AT .
WASHINGTON STREET AND BAY AVENUE (C- 1153)
Attached are two sets of Insurance Forms and Contract
Documents for the subject project.
These documents have been reviewed and approved, as
noted, by the City Attorney's office.
When all documents have been executed by the Mayor and
your office, please return the Contractor's copies to
me.
Kenneth L. Perr
Y
Asst. City Engineer
klp;naj
Att:
T.
I
LJX19MSC
1/2 /68 (12)
s
8
v.'d^
1 RESOLUTTQ$ $0 6707
2 A ABSOLUTION OF I M 3L OF DM CITY OF
NXIMT MCH AWARDING A C43MACT FOR THE f-
3 SU60TION OF USTROM Ak81 ARKTNG I.OT AT . It14-
TOM STR ET AND AAT AVZM MTBAC"!' iRQ. 1�j
4
5 WHEREAS, pursWint. Co the notice inviting bids for work
6 consisting of th4 construct of rottroom and perking lot at
7 Washington Stmt .and Bay Ave_ :114 fait' the city of Sewport 344440. in
8 descordaace with the plans and specifications heretofore adapted,
9 bids were received on the 20th day of February. 19680 and. pubiiely
10 opened and declared; and
11 WHERMg,, it appea::s that the lowest responsible bidder
12 therefor is The Vandervort Company;
13 t,110VO THEREFE, U IT RE80LVED that the bid of The
14 andervort Company for Alternate B in the amount of $13. 181.58 be
15 cepted and that the contract for the coastructian work be
16 orarded to said bidder.
17 BE IT FURTHER RESOLVED that the Maypr and City Clerk
18 are hereby authorized and directed to eaeauto acontraat.in
19 accordance with the specifications, bid and this award on behalf
20 the City of Newport Beach, and that the City Clerk be directed
211 a furnish an executed copy to the successful bidder.
22 ADOPM this 26th day of February, 1%8.
i'
23
24 -----
Myer
25 TTEST:
D�$ppSITION:
TO: CITY COUNCIL
FROM: Public Works Department
x-115 3
February 26, 1968
C --3
SUBJECT: CONSTRUCTION OF RESTROOM AND PARKING LOT AT WASHINGTON STREET AND BAY
AVENUE (CONTRACT NO. 1153)
RECOMMENDATIONS:
1, Adopt a resolution awarding the contract to the Vandervort Company to
construct Alternate "B" for $16,781,58, and authorizing the Mayor and
City Clerk to execute the contract.
2.. Authorize the Finance Director to encumber funds in the amount of
$18,660,00
DISCUSSION:
Four bids were received and opened in the office of the City Clerk at
10:00 A.M. on February 20, 1968:
TOTALS
BIDDER ALTERNATE 7P— ALTERNATE "B"
The Vandervort Co. $16,498.38 $16,781.58
Santa Ana
R.W, McClellan $17,010.84 $17,178:84
Costa Mesa
D.C. Muralt $18,858,00 $19,146,00
San Clemente
V. E. Wood $22,723,25 $22,771.25
Corona del Mar
Alternate "B" provides for 480 square feet of colored exposed aggregate
sidewalk around the building at a cost of $576;00 in place of 480 square feet of
colored rock salt finish sidewalk at $292,80,
The low bid for Alternate "B" is 10% less than the eng -.veer "s estimate
of $18,66000,
The amount budgeted in Account No. 10- 7795 -096 is $19,500 00
The total estimated cost of the project is:
Demolition (Previously completed) $ 840,00
Contract Amount 16,781,58
Materials by City 1,00000
Utility Connections and Contingencies 878.42
Total estimated cost $19,500.00
:�.`4�
Subject: Contract No. 1153
Page 2
The Vandervort Company has previously done work for the City, having
built the latest addition to the Headquarters Fire Station, and remodeled offices
in the City Hall.
Materials by the City include topsoil, plant material, sprinkler system
in planting areas, and parking lot striping, Utility connections will include a
special underground electrical pull box to the specifications of the Edison Company
and a new 2" water service and meter which is required to operate the flush valves
specified.
The plans were prepared by the Planning, Building and Public Works
Departments,
The estimated date of completion is ,tune 5, 1968,
oseph Devlin
ublic W s Director
:naj
e
CITY OF NEWPORT BEACH
CONSTRUCTION OF RESTROOM AND PARKING LOT
AT WASHINGTON STREET AND BAY AVENUE
CONTRACT NO. 1153
UTIT- e
To the City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California
Gentlemen:
PR1of 4
The undersigned declares that he has carefully examined the location of the work, has
examined the Plans and Specifications, has read the Notice Inviting Bids, and hereby
agrees to furnish all labor, materials, equipment, transportation, and services neces-
sary to do all the work required to complete Contract No. 1153 in accordance with the
City of Newport Beach Drawing No. B- 5016 -S consisting of three sheets, the City
Standard Drawings and Specifications, and the Special Provisions and that he will take
in full payment therefor the following P r i c e s for each completed item of work, to
wit:
ITEM QUANTITY . ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN.IN WORDS.. PRICE PRICE
1. Lump Sum Remove Existing pavement and improvements
from site and pr pare sub_gradee
@/(LIC Dollars
and / p G
Cents $ j�oo� $ 10,00
Lump Sum
2. Lump Sum Construct 19' -4" x 26' -0" restroom
building complete i place
(a Dollars
and
Cents $ / 3 3 $ / �5
Lump Sum
3. 140 Tons Construct 4'.' Aggregate Base
A
@ Dollars
.}, I and
Cents $
Per Ton
4. 45 Tons Construct 2" Asphalt Concrete Pavement
e j
@ Dollars J
and
Cents $ r 9(" $
Per Ton
r.
PR2of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT. UNIT PRICE WRITTEN IN,WORDS PRICE PRICE
5. 150 Square Construct 6" Thick P.C.C. Driveway Approach
Feet
@ Dollars
and
ents $ Per Square Foot
6. 180 Lineal Construct Type "B" Curb
Feet @
Dollars ? !, -; , 6 6
1�1�V�U and
Ceuta $
Per Lineal Foot
7. 600 Square Construct 4" Thick P.C.C. Sidewalk with
Feet broom finish
@ Dollars
and
cents $
P
Sqil e Foot
8. Lump Sum Construct 6" Thick P.C.C. Alley Approach
c
@ � ollars
and
-Gents $
Lump Sum
9. 22 Square Construct 6" Thick P.C. Pavement
Feet at street intersection
@ Dollars
and
C a Cents
Per Square Foot
I-- I
10. Lump Sum Construct 5 enches
Dollars
and
Cents $ :�k $ t5 d
Lump Sum
PR3of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN:IN.WORDS,. PRICE PRICE
11 230 Lineal Construct 114 inch galvanized steel
Feet electri`- c-a�l- conduit
@ Dollars
A�(j - -^- and
T
Cents $ a2
per Lineal Foot
12 1 Each Furnish and install #3;j pullbox for
street lighting system
@ Dollars
and
-Cents $ 12 °= $.
Each
13 7Each Furnish and install 2" dia..x 58" long galvanized steel
parking meter post
and
Cents
I Each
7 -i
sz-g �—
;ZV_ ./
$ .l4- $ s:b,-
14 10 Each Furnish and install 72 ", x 8" x 5'" pre-
cast concrete wheel stop
@ /v Dollars
and �)
Cents $ < d $►-
'Each
15 250 Lineal Furnish and install.2 "x 4 °redwood
Feet headers
@ ��r Dollars
�� and q
Cents $ e37tS $ b r
Per Lineal Foot
16 160 Lineal Furnish and install Type L 1" diameter
Feet Copper irrigation system
@ _ _/ (A.,-fl Dollars
Pbr Lineal Foot "Cents $_
17 430 Square Construct 4" thick colored P.C.C.
Feet panels with rotary finish
@ 7ti(� Dollars
and
XkLq__ Cents
Per Square Foot
PR4of 4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT .. UNIT.PRICE WRITTEN_IN.WORDS. PRICE PRICE
18A 480 Square Construct 4" Thick colored P.C.C.
Feet sidewalk with rock salt finish
Dollars
and / (1
Cents $ t �( $ p�z5
Per Square Foot
18B 480 Square Construct 4" thick colored P.C.C.
Feet
sidewalk with
exposed .aggregate
finish
@ V Buz
y--
LL
� - - -��
Dollars
and
Cents
— ✓
$
Per
Square Foot
"ALTERNATE A"
TOTAL PRICE WRITTEN
IN WORDS
(Total of Bid Items
1 through 17
inclusive and 18A)
Dollars
TO/TA ALTERNATE "A"
and
Cents
//L
$ / (p ,
/l 4q$. sQ
"ALTERNATE B"
TOTAL PRICE WRITTEN
IN WORDS
(Total of Bid Items
1 hrough 17
inclusive and 18B)
ip
Dollars
TOTAL ALTERNATE "B"
and
Cents
/ (�
$ z (O4
j r �s
2/7/67 •
ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER, IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT ,PRICE, THE CORRECTED EXTENSION SHALL BE CALCUL.A.TED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS. OF THE CORRECTED TOTALS.
THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY,
BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS,
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT
THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED
IN MAKING UP THIS BID,
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 CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH,
LICENSED IN ACCORDANCE WITH THE STATUTES OF LTCHE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS, LICENSE NO. 165541 CLASSIFICATION B L
ACCOMPANYING THIS PROPOSAL IS Bid Bond
CASH, CERTIFIED CHECK, CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE.
THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LA50R CODE WHICH
REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO
UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
543 $237 _ THE YMMY0BT GOVA Y
PHONE NUMBER BIDDER'S NAME
(SEAL)
lebruery 20. 196$ C wort
DATE AUTHORIZED SIGNATURE
AUTHORIZED SIGNATURE
Individual
BIDDER'S ADDRESS TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, CO- PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION,
AND NAMES OF ALL COPARTNERS IF A CO- PARTNERSHIP:
• 0 PAGE 3
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF
THE CITY ENGINEERS 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 ENGINEER.
ITEM OF WORK SUB- CONTRACTOR ADDRESS
I.
Site preparation
Strand
lagana Beach
2.
Concrete
Japhet
Garden Grove
3,.
Masonry
Capitol
Costa Mesa
4.
Plastering
Aldana
Santa Ana
5-
Ceramic the
McCandless
Santa Ana
6.
Roofing
Taxes
Costa Mesa
7,
Zlectric
Briscoe
Costa Mesa
8.
Plumbing
Rambo
Santa Ana
9.
Painting
Linco
Garden Grove
10.
A/C Paving
Strand
lagana Beach
I1.
12.
TRZ TANMYORT COMPATT
BIDDERS NAME
0
C.Z. Taadsry rt
AUTHORIZED SIGNATURE
IndiTidnal
TYPE OF ORGANIZATION
(INDIVIDUAL, COPARTNERSHIP OR CORPCRATION)
1028 Z Ponrth Street
Santa Ana, Calif,
ESS
e
Bid or Proposal Bond
Approved by The American Institute of Architects,
A.I.A. Document No. A- 310(1958 Edition)
Bond No. 544386
KNOW ALL MEN BY THESE PRESENTS, That we, The Vandervort Co., 1028 E. 4th Street
Santa
(hereinafter called the "Principal "),
as Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation
duly organized under the laws of the State of Washington, (hereinafter called the "Surety "), as Surety, are held
and firmly bound unto City of Newport BPaphe Nenart Beach, California
called the "Obligee "),
in the sum of Ten percent of the total amnlint bid Dollars
($--- 10 % - - -- ), for the payment of which sum well and truly to be made, the said Principal and the said
Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
WHEREAS, the Principal has submitted a bid for construction of a rest room and parking_
lot at Washington Street and Bay Avenue Newport Beach, California
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a
contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be
specified in the bidding or contract documents with good and sufficient surety for the faithful performance of
such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall
pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid
and such larger amount for which the Obligee may in good faith contract with another party to perform the work
covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 20th day of February A.D. ig 68
The Vandervort Co. (Seal)
(P incipal)
C. E. Van dervort (Title)
GENERAL S RANCE C ANY F AMERICA
c
By
William Oldham (Attorn y -In -Fact)
5-54 R2 12/61 ., .. -
r'
'8
2
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
ss.
COUNTY OF LOS ANGELES
On this 20th day of February 1968 , before me per-
sonally appeared William Oldham , known to me to be the attorney -in -fact
of General Insurance Company of America, the corporation that executed the within instrument, and ac-
knowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixe y o ficial seal, at my of yce In
the aforesaid Cquoayy.th�e..t4ay" and" year °irl'Y1tjg'_t'EYflfica "se first above ttte
DGNN;A M. DAILEY
NDLr '! ^t•3tAC CALIrORN1A E
PRINCIPAL OFFICE IN Not ry Public in the State
LOS ANGELES COUNTY COu. ty of Los Angeles
(Seal) My Commission Expires April 15, 1968 §
;..•. ..............
..................... .........r
5-760 Rt 7/66
• • PAGE 9
NON - COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRES�NT AT THE TIME OF
FILING THIS BIDS BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY
OF THEM, HAVE IN ANY WAYS 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 AF-
FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE-
MENT 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 AT-
TACHED 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 CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL—
MAN WHICH IS NOT PROCESSED THROUGH SAID BID. DEPOSITORY, OR WHICH PREVENT ANY SUB-
CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE
FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE-
MENT 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 TH.15
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER WITH ANY PERSON
WHOMSOEVER TO PAY, DELIVER TOE OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER
ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID.
% I /�Il
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS .Li° DAY OF
196.
MY COMMISSION EXPIRES:
_,f
............. .. ... ........
NOTARY PUBLIC
.......................HELEN S. FRANK
RANK'
Notzrj Public
R° Prircl;;;1 Office in
Cowry
................ .....................emu
............ ...::.
- My Commission Expires May 7, 1968
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, 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.
General Contractor since 1954
Fire station addition City of Herport Beach
Alteration Dept. of Public Yorks City of Newport Beach
Building Orange coast College
Alteration schools Board of Zducotion, Santa Ana
Girls Looker Boom, High School Laguna Beach
Christ Church by the Sea Balboa
a 91.10
r
a
D
LO
C
J
z
qa�
C W �fi
U— F C
F-
L7
IL' U
LV
?1
Z n '6r
O
Lill
D,
O
In 'P
V W
J y...
'Lo
7 O W
p zcn
w
W Cr z
= z c5
oz
r U W
ti
0
h
w
W
2,
N
vi�VY
d
a
z
J!
ti
I
v
o
0
pui
o8c.ga
Q°
o
o�
c
o
Y).w,
�,Jc
PNvhNv-�s�
o
oD
a
o
_
a
(Y}
QOar�f���1tlj
N<t
��In
In
qi
.tJ 4
Q
�'
i
p-�
p,•
w
.z
I
�
z�
z Ltf
I
I
d
o
N
o
4;
0
0
LLI
1=
m
x
li
4'
'L:
-
)v
—
In
O
.�
o
0
vi
J
vj
vi
..
N
W
J
vi
Vj
`WSJ
N
JN
—r
°
L'70
M
mod'
Q
ilil
-41
u
m
U
L¢
i
_8'I11'
�
l
J,
CO
{
pyq
L
�
Y W
a
v
-U
4-
-13
E-
a¢
N
�-
s
LL
r
u
e
o
o
w
Li
V
J
N
�1
Ul
yr
r
C"
N.
V
If1
`9
f_�
(b
I�
ti
0
h
w
W
2,
N
A
v
Y
a
E
0
v
LL
JY
JK�
¢W<
Z
}yo
Leo
U
a LLI L �
0 E F
f- 0 [C
h
w
LJ W
L
N W
O p F
? 63
Y�
Q
E`
w
L
O
J
z
U
V
W
J
F
F
0
Of
L
L J U J
1
0
F-
ul
W
2
M,
t
F-
z
.J
a
P
`a.
z 1
1 I
I
Hill 1
111111 1
1 -
�aM
�ggM
-1
� I
F�QQC��v�o�opoo� �
Ic _
_ O
O
Id a
- v
`f r
rn
uj 4
a -
v `
�.
4 �
_z—
L9 (n F
F {
{ p
pl 1
1C S
S O
0 0
0 9
9 9
9 O
O O
O I
I
j I
I l
l c
c N
No I
I I
O 0
I N
N a
a_ti1 o
o\O
IZW j
:u
N 1
��{-r o
11Z
N J
J V
V? h
h V
V1�W J
w
JJ O
O �
�i
J J
J o
In i
T o
ooOJ N
N J
J N
N_ r
r O
O -- L
L''1 O
O o
o 0
00 o
o°p
o I
in T
S w
w C
CI L
L y
ys W
W v
v s
s i
; �
i J
J
< w
w
=ad ;
W h
h J
J L
LL D
D: a
a a
a'
+
+ c
cr 1 Q
Q f
f Q
O
C a
C
lL C
a Q
llj
Q
Cc, l
1
0
F-
ul
W
2
M,
¢
f
e
W
J'
J
C
S
i-
�' J
U�oU.
2 Ci
F5 LL
a w i,:
U -
o
J F-00c
W
I � J
OoQ
-F�
Q
0z�
03
Q
J
T
w
Z
z
W..
pp I a i
WQi yF.•Oo d�o�o o oMc'oS• Uo1 80
Y)wzc3od
0 �Noo�s�ocia5ero loo,L`oQrc
¢¢ \
°o
r C �: O O
O �a ° as I � 1 i ;
IZW? 1 Yo 1 I ry o-a6 1, ! B S d
b ` I
y I 1
F- L -Z �- 11 L
VI J 1H
MIII a `! J I' !-! N o — o O lq N oi j moi !
i I
t 3 c � f
t v S
•...�: } N t., ai ." v s 0 � v 3 -. t `� ° �_! I V� 1 1 1 ,W J'
y"� �raw�� � a.d I +� - apf¢ I � � �Iaa
a OL 4: CL i �
i Oil +: ov : N : i �4 s r C11 ~� 'l h
�9 PAII I. J � u
0
I'-
W
x
pO 1
1 N
N t
o v
v, 4
4 �
�I'` o
o N
N N
N n
nI M
M p
pc„C�ElI' I
tl4! N O
O
p C
¢
%aooh !
r r
r °
°o 0
040 '
'� °
°
N
o C
!v6 r
C
z l
l l
l4 o
oN 1
1 0
0 1
1 •
•a4)N �
-44
�} c
c t
ti 6
6.
W 8
88$8 °
°0oo�ooc�0 o
o.o'�10, `
` °!i6
J o
o 1
11 +
+n �
of i
s a
a Q
Q, o
o M
N.+ \
M o
o a
a r
� •� N
N d
d �
�
�} �
� t
rJ!
�
6 �9
�7�P¢�� '
'il i
i�°
! �
� b
b
U °Ulz $
$ooy9 o
o -
-
I �
�g J
J_ H
Ha, v
v* I
I �
�0�4 0
01��
IIU�r�_J I
I
O L
LA S
S Q
Q
N N
N 4
4i -
- l
l(1 C
C^}j 6
6'
O I
I i
i I
I u
tM
FF F
F u
u o
o r
r o
o r
r <
< n
n'
�Mr�.6Na
� 3
3 1
1 {
Q 6
6 0
0 S
S Q
Q q
o �
q Q
Q u
u p
p V
V W
Wi i
i p
p i
{i'�'�"l�
I w w
w 1
LO
M� ^
^�'�M M
Mh N
Nh r
r, N
NOpG�M d
Lo
d �
�N, M
M 1
1 9! I
I j l co !
!0
11 r
W C'Z 1
1 1
1
1
ry N
N r
r
0
I'-
W
x
6
SEALED BIDS will
Clerk, City Hall, New
on the 20th day of Fe
opened and read, for I
CONTRACT NO. 1153
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's Bond made
payable to the City of Newport Beach, for an amount equal to
at least 10 percent of the amount bid.
The documents included within the sealed bids which require
completion and execution are the following:
L - Proposal
2. Page 3 - Desigttaii.m ,,I .Sub- contractors
3. Page 4 - Bidder's Bond
4. Page 9 - Non - collusion :Iffidavit
5. Page 10 - Contractor's Financial Status
The documents shall be offixr. I with the o ro riate signatures
and titles of the persons signing on behall ofp the bidder. For
corporations, the signatures of the President or Vice President
and Secretory or Assistant Secretary are required and the Cor-
porate Seal shall be. affixed to all documents requiring signa-
tures. In the case of a partnership, the signature of at least
one general partner is required.
All bids are to be compared on the basis of the Engineer's
estimate. The estimated quantities are approximate only, being
given solely as a basis for the comparison of bids.
No bid will be accepted from a Contractor who has not been
licensed in accordance with the provisions of Chapter 9, Divi-
sion III of Business and Professions' Code. The Contractor
shall state his license number and classification in the propo-
jr-Ni" s, Special Provisions, and Contract Documents may hr
ed at the Public Works Department, City Hall, .blewpe .
California, at no cost to licensed contractors.-A.non-
able charge of $2.00 will be required for each set l Provisions, and contract documents for oths ed contractors. It is requested that the plans and^ pocial ions be returned within 2 weeks after the bid open g n- refundable rhar @e of 52.00 will be required for cif set y of Newport Beach Standard Specifications.
The City of Newport Reach reserves the right to rejecjiany or
all'bids and to waive any informality in such bids.
In accordance with the provisions of Section 1770 of the L@,rtor 9 ?
Code, the City ,Council of the City of Newport Beach liwv a r,' -;
cerI{pgtned the general prevailing rate of per diem w'agesgin the 1
Jocldtty in which the work is to be performed for each
t poof workman or mechanic needed to execute the cont t *.1"d' Q -
Sashiet forth these items in Resolution No. 6519.
A.!p),py of said Resolution is available in the office of Ilre d1j,
Cle in the City of Newport Beach, :
]'lie following is the schedule of revailing wage rates, 1Q66*c5
6r, for a selective list of classifications. Together w h the"
information included in Resolution No. 6519, this ache Xlg;, �Sp
to be considered a part of these contract specifications.
Prevailing Wage Rates - 1966 -67 '
Classification ( Selective Listing) (511166) (511/67)
Carpenters 4,83
Cement Mason Journeyman 4.60 4.84
Laborers
General or Construction 3.70 3.85
Asphalt Raker & Ironer 3.91 4.06
Flagman 3.70 3.85
Guinea Chaser 3.78 3.93
Laying of all non - metallic pipe 4.01 4.16
Tunnel Classifications
Vibratorman, Jack Hammer, Pneumatic Tools,
(except driller) ¢ 315, 4.4445
0 eradng Engineers (7[.7/66) (711167)
Oiler and signalman (Group 1) 4:38 4.53
Skiploader (Less % yd:) (Group 2) 4.62 4.77
Rodman and Chainman(Group 3) 4.86 5.01
Instrumentman (Group 4) 4.97 5.12
Grade Checker (Group 5) 5.16 5.31
Pavement - breaker operator (Group 5) 5.16 5.31
Grade -all operator (Group 6) 5.26 5.41
Teamsters (511166) (511167)
Dump Truck Driver (Less than 4yds) 4.35 4.50
Water truck driver (2500 gal. to 4000 gal.) 4.53 4.68
Building and Construction trades (511166) (5/1/67)
Bricklayer & Stone Mason 5.15 5.15
Electrician (711166) (7/1/67)
Journeyman Wireman 6.11 6.55
Lather (4128166)
4.765
Painters (7/1/66) (7/1167)
Journeyman - Spray 5.22 5.33
Pipe trades
Plumber 5.55 5.64
Any classification. omitted herein shall be the prevailing
craft rate.
Overtime, Sunday and Holiday rates are at prevailing craft
rates.
BEAC 1,
i
7L--
'
�v
• a
TO: CITY COUNCIL
FROM: Public Works Director
January 22, 1968
/� -a
SUBJECT: CONSTRUCTION OF RESTROOM AND PARKING LOT AT WASHINGTON STREET AND BAY AVENUE
(Contract No. 1153)
RECOMMENDATIONS:
1. Approve the plans and specifications,
2. Authorize the City Clerk to advertise for bids to be opened at
10:00 A.M. on February 20, 1968-
DISCUSSION:
The estimated cost of the work is $19,500, broken down as follows:
Demolition of building $ 840
Site Clearing 650
Con3truct New Building 14,000
Plant Materials and Sprinkler Materials 17,000
Asphalt Concrete Pavement 2,000
Curb, Sidewalk, Driveway Approach 860
Alley Approach 150
$19,500
Funds in the amount of $19,500 are budgeted in Account #26- 7795 -049.
The contract work consists of the construction of a 26' x 19' 4" concrete
block restroom building, a paved parking lot accommodating 10 automobiles, and land-
scaping and beautification of the site. The parking stalls will be metered. The
existing curb, sidewalk, and alley approach abutting the property will be removed and
rebuilt.. Exterior lighting will not be constructed but conduit will be installed for
future use.
Landscaping and planting will be done by City forces.
The contract work will begin around March 1, 1968 and be completed by the
end of June. The specifications provide that if necessary, work will be discontinued
during the Easter vacation period.
4 J seph T Devlin
P blic Wo s Director
LP /ldg
-aa -68
6SPOSMON:
t s a 2o�zd d e,ry /"Ue risG%d2 .B ;dS- AM , 4GQ ao, 199,f
19ITY
Index November 27. 1967
OF NEWPORT BEA*
Volume 21 - Page 140
I�
COUNCILMEN
oy �a 'gym
p O
3. The first interim audit report from the City's
independent auditors, Stotsenberg, Binder & Co.,
for the period of July 1, 1967 to date, indicating that
their examination disclosed no exceptions and that the
Motion
x
City's financial records, as examined, are in order,
Ayes
x
x
x
x
x
x
was received and ordered filed.
Absent
x
ADDITIONAL BUSINESS:
1. The City Manager was authorized to spend up to $700
Motion
x
for the purchase of drapes for the portable building
Ayes
x
x
x
x
x
x
behind City Hall.
Absent
x
2. Changes in scope of work for the authorized capital
project to construct new rest rooms and to reconstruct
parking lot at East Bay Avenue and Washington Street
were approved; such changes to provide for a perma-
Motion
x
nent rest room with additional landscaping and
Ayes
x
x
x
x
x
x
architectural treatment to the site as shown on Plan
Absent
x
j
No. 1 dated November 27, 1967 as prepared by the
City staff and with estimated additional cost to the
project to be $3, 000; and the City staff was directed
to work with the Balboa merchants association in
determining the most appropriate parking lot
operation and report back to the City Council with
staff recommendations at a subsequent meeting.
i
3. The staff was authorized to install a five foot asphalt
Motion
x
sidewalk along the north side and the west side of the
Ayes
x
x
x
x
x
x
lifeguard headquarters to the new steps leading to the
Absent
x
pier, and such work is to be accomplished by City
crews within the existing budget, not to exceed $500.
BUDGET AMENDMENTS:
1. The following Budget Amendments were approved:
Motion
x
Ayes
x
x
x
x
x
C -34, $679. 25 increase in Budget Appropriations and
Absent
x
a decrease in Unappropriated Surplus for extra
architectural services in connection with temporary
office building behind City Hall.
C -37, $700 transfer of Budget Appropriations for
drapes for portable building behind City Hall from
Unappropriated Contingency Reserve to Budget
Appropriations, Custodial and P. B. X. , Furniture and
Fixtures.
Page 140
TO: CITY COUNCIL
December 9, 1968
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF PUBLIC RESTROOM AND PARKING LOT AT WASHINGTON STREET
AND BAY AVENUE (Contract 1153)
RECOMMENDATIONS:
1. Accept the work.
2. Approve an extension of time of 49 calendar days because of
extra work, acts of the City, and a Telephone Company employees'
strike.
3. Authorize the City Clerk to file a Notice of Completion.
4, Authorize the City Clerk to release the Bonds 35 days after the
Notice of Completion has been filed.
5. Authorize the Finance Department to pay the 10% retention
immediately.
DISCUSSION:
The contract for the construction of a public restroom and parking lot at
Washington Street and Bay Avenue has been completed to the satisfaction of the Public
Works Department.
The bid
price
was:
$16,781,58
Amount
of
unit
price items
constructed
16,566.57
Amount
of
Change
Orders:
C.
0.
#1
Floor drain
and 2" copper line
305.00
C.
0.
#2
Remove fire
station slab
450.00
C.
0.
#3
Underground
telephone conduit
and raise
building floor
430.00
C.
0.
#4
Cast iron sewer lateral
378.00
C.
0.
#5
Plaster inside walls above tile
64.00
Total Change Orders: 1,627.00
Total amount earned by Contractor $18,193.57
Amount charged to budget number
for supplies by City forces: 1,158.67
Demolition of old building 840.00
Water Meter 249.09
Total Expenditures (less City labor) $20,441.33
Appropriations to Account 26- 7795 -049 $20,561.77
Return to Capital Improvement Fund $ 120.44
The contractor was the Vandervort Company of Santa Ana, California.
Gz
Page 2
City Council Memo - Public Works Department
Subject: Acceptance of Public Restroom (Contract 1153)
Gz
The contract date of completion was June 5, 1968. All work was substantially
completed by July 24, 1968. The delay in completing the project was caused partly by
extra work which was not foreseen, partly by a strike by Telephone Company employees,
and partly because of changes called for by the City.
On March 15, 1968 the contractor requested 14 extra days because of Change
Orders 1, 2 and 3. A strike by Telephone Company employees around May 15, 1968 caused
a delay in moving a telephone pole at the alley entrance. Additional delays were
caused by Change Orders 4 and 5.
I ,
The delay in accepting the job was caused because the finish of the block work
was not satisfactory. As a corrective measure, the contractor painted.the outside
at no expense to the City. The building was painted on November 25, 1968.
The facilities have been open to public use since July 24, 1968. Because of
this delay in acceptance it is recommended that immediate release be authorized of the
10% retention of the contract amount. This amount is normally retained for 45 days
after acceptance of the work by the City Council as partial security for satisfactory
completion of the work.
APPROVED
PRA DEC �9 C��V
_._._ 1968
oseph T. Devlin"
Public Works Director
KLP /ldg
w.wpp.tiaxa PORT BEACH, CA
1 N DEPARTMENT
L— zo R BU IL
AREA WI. -
N" Y. -+
But 6 �}
'AD /
LOT NO.
TRACT •.:
TT E
CONST.
ON
..cLAss NO:. .. DW6LL UN/T3'''
'
81yx : Of LOT1!',I: ila.% r,. aLDaa.
I VACANT SITE
. �.••... ..
Art,
..r 'Y. NO {{ •.
UBE 27
FIR AlONB
'
CITY
ARCHITECT FOR ^
BLOC. a _
NGINEER C : /,„r+ NO.
lWON '�i RREETi
. /ETl AlFft
O►. LINE or (aTx =R)
ADDRESS.
CONTRA
i
' LS,
Roar
/ )ZeE. W
ADDRESS a'/ .:;T
CEN E
Ft. i..S.
.. �"
- LfCENiB
'
•.
i�ation becomes a valid permit'.f&P
NEWPORT
uc.#
. DESCRIPTION OF WORK
work, when )p(operly filled 'oaf r.
,Signed an machine Validated rOr 46 'Co -rr4ct pet
.mif fee in the.. Validation :,Space' below, parmissir
ADD ALTER REPAIR DEMOLISH
NO. OF NO OP
�
'8144 J STORIES FAMILIES ,
is therefore granted to de' such work as rndicatad.
in this application, in accordance with, and subject : to, -
r all the applicable previsions of rifle 15 {Build'vig)
OP
"� UCTURK s ' ��w
WORK TO BE DONE t d
". «. ,Jrs !'vv.�a.
_
and Title 20 (Zoning) of the Newport Beach Ivlun6
cipal Code and all of6r, apphcab666.Cify and lifst4f
laws.
SIGNATURE O ^ -•
.APPLICANT
.This permit. 6ecolrles aall a" void if work'-is
VALUATIONS f. - Ibj.J�✓ l%
nof. commenced within 60; days from the date;: of : -
issuance, or if work is suspended at any tim6 d '
vice
s ms's,
s
fa*Ee"s
construction for,more than 120',days, or if anylwa
1' hersby ecknowhdae " I have road We application; that tM;
IS done On the Sold building or structure in violation' '
lakrmafiaa' /Man h' correct; 004 that t, am the owimr, or the duly
.anikwind SSW of the owmr. 1 Coma to <emplyy with city and daft
IM in doing the thereby,
of any City ordinance Or $fate law relating thereto.
Mgalalln cgrAitaenoe: and vaek'"wind
no Perm will be. mplayed in violation � nt' the- LAW CAda. at WE
State of Callfwata.'twafhy to Wwkrows compensation lawrance.
SIGNATURE
Of PERMITTEE
..
•. { {:'..
.ADDRESS
t r l
PW CHECK VA1.10117H)tl
C s fy OO'WPORT BEACH = PUBL 6 C WORKS DEMENT
CONTRACTORS CHECK -OUT LIST I
10:00 AM
Buv OPENONQ Feb. 20, 1968
PROJECT ONSTDI I/ TION OF RESTDn/1M P.P. PARKING LOT _ WORK ma DAYS SEE SPEC, NL f -Zav,S,oysi
AT WASHINGTON STREET AND BAY AVE. C -1153 DEPOSIT REQUIRED -
ENGINEER'S ESTOMATE r /q, 506
NO.
NAME AND ADDRESS
PHONE
DEPOSBT
REMARKS
Kinsfather Plumbing
HAUD -bELIVE2cb
619 E. Bay Avenue
673 -5600
1.
Balboa Cal.
DAIL./ C091JST¢ur.T,OnJ Ca
MAILeb
Z.
4.48 S. i4,.� smE6r - /zo $/B
_'
Z - IS - CO$
Los i�hIGcLES', CALIFOQ13rA pool
Co
.3
lS40 E. ED,NC.Fi1Z gvc"UC
S47` 3821
—
"
SANTA Ai L,-% CALIFOIZInJI A 82707
R-Vj. MGCLCLLA^J E Sots
14At4b 'bCLIV6QCb
COMME2C_.AL %^/A 'e
S'48-SS,I
'JS-1,v
Z 8
CosrA MESA CALi P'Of2NIIA 9Z/o 27
JEZOwSKI MA2KEL_
MAIL -Eb
5
ZbIq W. Coisi Gee AvE,.IVC
545 -5531
Z -IS -bB
gwrA ANA CALIFO21J,A 9Z704
C. L. WH s-r Co.
�•
:2311 CNAPM qLI AvE Su,TE 12 y1
b38- 31(0-e
•'
DEN G¢ovc C.ALIFoFZ"IA 9Z1.4U
SuLL`! - A4 LL.Ea CO,.,rQ A GTI N6 Co,
-7
Pa. Sox 432
b39- 1400
02A,.IGE CA L, FO9-hAi A 9Zb6 9
54Z-600Ia
'
S.J. C.00IC ! S0,15 Z,.JC.
NAIJD beLIVG26b
8,
Z026 PL-ACE,./r,A AveI.1V
4- 8_1Z62
2 -/S —dog
COGrA ME-SA, C'.ALIForawlA g2b Z7
G;z,FF,rH Co.
q.
P,p, 130x 395
544 -ZZ91
—
I.
CosTA MESA, CALIF02Nl A 9Zb27
t). C. lMV M ALT CO.
EFQb��OTO
MA1LEb
/p.
4-ooi CALLC- JO-JO
LEMENTe C IFO/2M,A 92b'TZ
g4O
,e. V✓. LYnj q
I)EL/VZJZE D
/I.
2333 F-- C.OASr 144 s, H "/A Y
/p 75 -5/<8I
CopojA DEL MAZ CALIF02N /A
CJZDFT
PIG.Ktb Up
/2'
2Z3 ZI?T Sr¢ <er
t075 -37ZB
—
NEv✓ ?G,2T EACH CALIFo K.N,A
HiGso" Coms- reu[.T -Ioal Co. , Im G,
1 -:Arab �L cLI VE 4.EC
f3
/43Z W. 8AY AvetAve
(073- 123
Z-IS -lO�
NEH/POer BEACH CALIFOMIIIA
'THE F/zEb IJASI•l Co.
�¢.
�•
.To3 N. 3Z ND Sr2EET
(,75-3232
A
Nvw— Po2..T_ BE AG_H.�__CALI FOQAIIA
....
tpq . C- 2
C;7' OdSN?ORT BEACH. = FUBLBC WORKS DENI£NT
CONTRACTORS CHECK -OUT LIST
Boo OPEN /NO
WORKING DAD'S
DEPOSIT REQUIRED
EmGiNEER'E ESTIMATE
L - 1 153
NO.
NAME AND ADDRESS
PHONE
DEPOSIT
REMARKS
C.CHA2cES C. VJA2eEN So..,s, INc-
MANED
IS.
205.3 NEweoer 3L -vim.
54$ -207 cj
CoirA MCSA CAL.1F072k1, A 97-b 2--7
620 CO
730 Sr. JAMCS R..ACC
nlcw ?�,ar l3EAcH CALIF oZI.I,A
IZOLA OcSE,J
17
Z595'Z AvcN,DA MAO, POSH
SAN JJA%.j C.APIS'S'FZ. ,.1 O CA1.. 9Zb"15
QUI N N¢TT CO.11ST2 vCT, ON CU
64- 2-8707
18,
7Q4Z CDI,JGE2 AvENV'c
$4Z -$768
Flu eJr, Dr 6Ac,+ CAC,FoZ,JI A 47-
/4AIZI.AN J• GOODSEi"
1q.
11942 S.W. (ZEO 1411 L AvG',JVG
544 -3429
-
1`
SANTA ArJA, C LIFoZ,J,A CIZ705
20.
/001A �.HdAM� QOAD
635 -4(o7Z
—
I�
Nub 1 M. 1JE,G,16gJ<t J,z.
2(
1227 W. „S'ANrA C- 1..A2A
54z -4S(ol
_
♦�
SAWN -a AmA CA L i Fo N-, A 'IZ70b
`Tti c VA ,,1 D E 2 V 0 At r C-G .
2Z.
(vzr3 E. 4 'Ty S-rzEer
543 -8237
� —�j
> •`
- .1 CA LI FO,2.IJ,A_
_
NAQb DE�IdG2GD
Z3.
4500 CAMPVS DO,vE Su,Te 12.4
$40 2313
Z-
l�LEWPOIe.T aGAC1J CAL1FoR,J,A
15 -�(g
ATLAS BUI L.DEi25
MAI L.CD
Z4.
7-43Z, (-lCw Pv¢--r Z�v D
545 - 4443
o Tn ME-Sao CALtF021.11/l RZIOZ7
Z -15- 8
'C.�r1¢.4G/�K� �SL..E>41 //YO(..OJ/1•-/
.
//Yhi
cup AoR %
,t
a:
Q
f
IL
J'
Ji
Qi
S
L
ai
U
h
uj
to
� J
W
op Q
J
4'
Q
MR
W
� O
Ir
Z R
p
J
� F
� °zcn
Vuw
Q :.w
La Z
z
i-ULJ
4
0
r
w
w
S
o
0
oa 0
o0 O
o n
o°
tN O
r
p
0
$
o
o
0
-
��
�Y�
�yy
oJ
p
oo�O
p
N
ry
N
p
J
a
�
Va
4 M
NA V
N
W U Z
F
p
o$�N
�oN�O
�
i
i
Qm
n
t
In
o
bj
Wh
rj�
8I
8Npp
o0
0
g
0
°
00
r-
o
O o
o
p
M
o
p
Q
O
O
S
.0
oa8Q
.0�,.- �
�O
y
af0
o
0
0in
,I
�VwCV
I
,x
�O
f
�kaa
M
-3
940
O
r°O
0o
o
Cq
�
O
OI
P8in
Np
No0N°
P
1*
°
O
N
O
a9 0
• -
�
�
r
0
hQ
l
m%not.
coo
3+`>Oz
1
1
-46
o
V
F
o
�
oN0
o
8•M�.d
p
o
M
z
?$
C
4
4i
h°�-
h
P
Qo
01)
)
ou
COO
N
�
ki Q
<4s
S
IS
ism
jU�106
r
ONO�p
-Ip
W
o�
p
mQ
QQ
1�
S
I
I
Lo
ni
Nr
N
O
N
aZz
W
°
of F-
o
°
�
't
�
q
(y)
-
N
*
a)
to -<
o
a
a`
t7aj�
°
49
°
oa
°o°O
°oo
0
WW
I
I
o
I
I
N
oL1
00
i
Z
'02
4
U—
Ji
L.
V)
to
oz
f
Jvi�
vi
n
o�
W
J
v
o
0
JJ
gtl
yiOaJ
N
J,My
—r
°{°n
°o
°°
m
cY
��s
N
d
c
3
a
1
°ad°
d
Ilul
d
31
<
co
QroWi4
sv
I-Qa
J
La
W
nt
ol1
si
a
c'
-
'a�NH
o
v
-o
m
°+
ov
Z
tY
4ll�uTo
�u
ciuu
v °��iaa
`-
for
d
Q
Q
4
0
r
w
w
S
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
PAGE 1 -A
(SHEET I OF 2)
SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT BEACH,
CALIFORNIA, UNTIL 10:00 A.M., ON THE 20tH DAY OF February , 1968, AT WHICH TIME THEY WILL
BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
CONSTRUCTION OF RESTROOM AND PARKING LOT
AT WASHINGTON STREET AND BAY AVENUE
CONTRACT NO. 1153
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 BIDDERS BOND MADE
PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE
AMOUNT BID.
THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE
THE FOLLOWING:
1. - PROPOSAL
2. PAGE - DESIGNATION OF SUB- CONTRACTORS
PAGE - BIDDER'S BOND
PAGE 9 - NON - COLLUSION AFFIDAVIT
5. PAGE IO - CONTRACTORS FINANCIAL STATUS
THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS
SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE
PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE
AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIP, THE SIGNATURE
OF AT LEAST ONE GENERAL PARTNER IS REQUIRED.
ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEERS ESTIMATE. THE ESTIMATED QUANTI-
TIES ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS.
NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE
PROVISIONS OF CHAPTER 91 DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR
SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL.
PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY BE 08TAINED AT THE PUBLIC WORKS DE-
PARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON-
REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND
CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND
SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING.
A NON - REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH
STATNDARD SPECIFICATIONS.
THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY
INFORMALITY IN SUCH BIDS.
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 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 HAS SET FORTH THESE ITEMS IN RESOLUTION NO. 6519.
A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT
BEACH.
Page lb
The following is the schedule of prevailing wage rates, 1966 -67, for a selective
list of classifications. Together with the information included in the Resolution
No. 6519, this schedule is to be considered.a part of these contract specifications.
Prevailing Wage Rates - 1966 -67
Classification (Selective Listing) (5/1/66) (5/1/67)
Carpenters
4.83
Cement Mason Journeyman
4.60
4.84
Laborers
General or Construction
3.70
3.85
Asphalt Raker & Ironer
3.91
4.06
Flagman
3.70
3.85
Guinea Chase
3.78
3.93
Laying of all non - metallic pipe
4.01
4.16
Tunnel Classifications
Vibratorman, Jack Hammer, Pneumatic Tools
(except driller)
4.315
4.4445
Operating Engineers
(7/1/66)
(7/1/67)
Oiler and signalman (Group 1)
4.38
T._S�-
Skiploader (Less 4/5 yd.) (Group 2)
4.62
4.77
Rodman and Chainman (Group 3)
4.86
5.01
Instrumentman (Group 4)
4.97
5.12
Grade Checker (Group 5)
5.16
5.31
Pavement - breaker operator (Group 5)
5.16
5.31
Grade -all operator (group 6)
5.26
5.41
Teamsters
(5/1/66)
5/1/67)
Dump Truck Driver (Less than 4 yes)
4.35
T.5G_-
Water truck driver (2500 gal.to 4000 gal)
4.53
4.68
Building and Construction trades
(5/1/66)
(5/1/67)
Bricklayer & Stone Mason
5.15
X13-
Electrician
7/1/66)
(7/1/67)
Journeyman Wiremah
11
6.55
(4/28/66)
Lather
4.765
Painters
(7/1/66)
(7/1/67)
Journeyman - spray
5.22
733
Pipe trades
Plumber
5.55
5.64
Any classification omitted herein shall be the prevailing craft rate.
Overtime, Sunday and Holiday rates are at prevailing craft rates.
CITY OF NEWPORT BEACH. CALIFORNIA
Laura Lagios, City Clerk
CITY OF NEWPORT BEACH
CONSTRUCTION OF RESTROOM AND PARKING LOT
AT WASHINGTON STREET AND BAY AVENUE
CONTRACT NO. 1153
PROPOSAL
To the City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California
Gentlemen:
PR 1 of 4
The undersigned declares that he has carefully examined the location of the work, has
examined the Plans and Specifications, has read the Notice Inviting Bids, and hereby,
agrees to furnish all labor, materials, equipment, transportation, and services neces-
sary to do all the work required to complete Contract No. 1153 in accordance with the
City of Newport Beach Drawing No. B- 5016 -S consisting of three sheets, the City
Standard Drawings and Specifications, and the.Special Provisions and that he will take
in full payment therefor the following P r i c e s for each completed item of work, to
wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN.IN VORDS PRICE PRICE
1. Lump Sum Remove Existing pavement and improvements
from site and prepare subgrade
@ Six Hundred Dollars
and
no Cents
Lump Sum
2. Lump Sum Construct 19' -4" x 26' -0" restroom
building complete in place
Eleven Thousand three hundred
@ thirty nine Dollars
and
no Cents
Lump Sum
3. 140 Tons Construct 4'.' Aggregate Base
@ EiYe Dollars
and
Ten Cents
Per Ton
bmiCL-Mall aa
$ G,1 n $ 714 00
4. 45 Tons Construct 2" Asphalt Concrete Pavement
@ Fourteen Dollars
and
Cents $14.20
Peron
$640 639.00
, 0
PR 2 of 4-
I
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS. PRICE, PRICE
5.
150 Square
Construct 6" Thick P.C.C.
Driveway Approach
Feet
@ no
Dollars
and
ninety
Cents
$ .90
$
135.00
Per Square Foot
6.
180 Lineal
Construct Type "B" Curb
Feet
@ One
Dollars
and
345.60
Ninety -two
Cents
$1.92
$
346.00
Per Lineal Foot
7.
600 Square
Construct 4" Thick P.C.C.
Sidewalk with
Feet
broom finish
@ No
Dollars
and
330.00
fifty five
cents
$ .55
$
331.00
Per Square Foot
8.
Lump Sum
Construct 6" Thick P.C.C.
Alley Approach
@ fifty six
Dollars
and
no
Cents
$56.00
$
56.00
Lump Sum
9.
22 Square
Construct 6" Thick P.C. Pavement
Feet
at street intersection
@ One
Dollars
and
23.98
nine
Cents
$1.09
$
24.00
Per Square Foot
10. Lump Sum Construct 5 benches
@ Five Hundred Fifty six Dollars
and
no Cents $ 556.00 $ 556.00
Lump Sum
0
•
PR3of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN. IN. WORDS.., PRICE PRICE
11 230 Lineal Construct 1'k inch galvanized steel
Feet electrical conduit
@ Two Dollars
and 579.60
Fifty_ two Cents $ 2.52 $ 583.00
Per Lineal Foot
12 1 Each Furnish and install U3;j pullbox for
street lighting system
@ Twelve Dollars
and
Each
13 7Each Furnish and install 2" dia.,x 58" long galvanized steel
parking meter post
@ Seven Dollars
and 50.05
Fifteen Cents $ 7.15 $ 50.00
Each
14 10 Each Furnish and install 72",x 8" x 5�" pre-
cast concrete wheel stop
@Four Dollars
and
Eighty Cents $ 4,80 $ 48.00
Each
15 250 Lineal Furnish and insta11.2 "x 4 "redwood
Feet headers
@ no Dollars
and 83.75
Thirty three and one -half Cents $335 $ 84.00
Per Lineal Foot
16 160 Lineal Furnish and install Type L 1" diameter
Feet Copper irrigation system
@ Two Dollars
and
Fofty Cents $ 2.40 $ 384.00
Per Lineal Foot
17: 430 Square Construct 4" thick colored P.C.C.
.Feet panels with rotary finish
@ no Dollars
and 309.60
Seventy -two Cents $ .72 $ 310.00
Per Square Foot
PR4of 4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT .. UNIT.PRICE.WRITTEN_IN.WORDS. PRICE PRICE
18A 480 Square Construct 4" Thick colored P.C.C.
Feet sidewalk with rock salt finish
@ no Dollars
and 292.80
Sixty one Cents $_,61 $ 288.00
Per Square Foot
18B 480 Square Construct 4" thick colored P.C.C.
.Feet sidewalk with exposed.aggregate finish
@ One Dollars
and
Twenty Cents $ 1.20 $ 576.00
Per Square Foot
"ALTERNATE A"
TOTAL PRICE WRITTEN IN WORDS
(Total of Bid Items 1 through 17 inclusive and 18A)
Sixteen thousand five hundred Dollars TOTAL ALTERNATE "A"
and
no Cents $ 16.500.00
16,498.38
"ALTERNATE B"
TOTAL PRICE WRITTEN IN WORDS
(Total of Bid Items 1 through 17 inclusive and 18B)
Sixteen Thousand seven hundred eighty -eight Dollars TOTAL ALTERNATE "B"
and
no Cents $16,788.00
16,781.58
2/7/.67
0 is
ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORKS
AS INDICATED IN THIS PROPOSALS TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER, IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURESS THE WORDS SMALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT .PRICES THE CORRECTED EXTENSION SMALL BE CALCULATED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS.OF THE CORRECTED TOTALS.
THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLYS
BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS.
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT
THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED
IN MAKING UP THIS BID.
THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT
WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAYS AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURES THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID 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 CONTRACTORSS LICENSE N0. 165541 CLASSIFICATION61
ACCOMPANYING THIS PROPOSAL IS Bid Bond
CASHS CERTIFIED CHECKS CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN IO PERCENT OF THE TOTAL BID PRICE.
THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH
REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMENTS COMPENSATION OR TO
UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODES AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
543_8237 --
PHONE NUMBER
FaAruary 20, 1968
DATE
IRE VARnFBYDRI C(Ns4PJN`A
BIDDER S NME
(SEAL)
(s) C.E. Vandervort
f' -F VandarwnIrt
AUTHORIZED SIGNATURE
AUTHORIZED SIGNATURE
Individual
Santa Ana, rali[ernta
BIDDER S ADDRESS - TYPE OF ORGANIZATION
(INDIVIDUALS CORPORATIONS CO- PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENTS SECRETARYS TREASURER AND MANAGER IF A CORPORATIONS
AND NAMES OF ALL COPARTNERS IF A CO- PARTNERSHIPI
• PAGE 3
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
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 ENGINEER.
i'
ITEM OF WORK SUB- CONTRACTOR ADDRESS
I. Site Preparation Strand tuna Reach
2. Concrete Japhet Garden Grove
3„ Masonry Capitol Costa Mesa
4. Plastering Aldan& Santa Ana
5,
Ceramic Tile
McCandless Santa Ana
6,
Roofing
Vance Costa Mesa
7,
Electric
Briscoe Costa Mesa
$,
Plumbing
Rambo Santa Ana
9,
Painting
Linco Garden Grove
10.
A/C Paving
Strand Laguna Reaeh
11.
12.
THE VANDERVORT COMPANY
BIDDERS NAME
(s) C.E. Vandervort
C.E. Vandervort
AUTHORIZED SIGNATURE .
Individual
TYPE OF ORGANIZATION
(INDIVIDUALS COPARTNERSHIP OR CORPCRATION)
1028 E. Fourth Street
Santa Ana, California
ADDRESS
PAGE 4
11Wf : • �• • •, • • • • •
KNOW ALL MEN BY THESE PRESENTS,
THAT WE, THE VMDERVOR T COMM , AS PRINCIPAL,
AND _ G NEM& -HUMA =- GO~ DF AMERICA , AS SURETY, ARE HELD
AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF ten perent
DOLLARS �$ 1 �, LAWFUL MONEY OF THE UNITED
STATE�/'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
a jestroem and Dark9na lot at Wathinatnn street and Bay Avenue
IN Ti1E CITY OF NEWPORT BEACH,,;IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL'OULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
T16N AND SHALL EXECUTE AND /DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE INVITING {
BIDS" WITHIN TEN (10) DAYS NOT INCLUDING SATURDAY AND 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
.i. _ AND VOID; OTHERWISE IT BEANO REMAIN,IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED
i HEREIN SHALL BE FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 20th DAY OF
February Ig 68
/i
CORPORATE SEAL (IF CORPORATIO'M) THE VANDERVORT COMPANY
PRINCIPAL
(ATTACH ACKNOWLEDGEMENT OF (S) C.E. Vanderyort
ATTORNEY IN FACT C.E. Vandervort
BY
ra"FRAI Igg `Taa CF CIVEAmy OF AMERICA
SURETY
.s� Mlliam Oidhas
William Oldham
'\ TITLE ,Attom In-Fast
1
i
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 February 26, 1968
HAS AWARDED TO THE VANDERVORT COMPANY,
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR
ri lU 4ll I' 1' M WMil I' ' -•.1'. 1..
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING OF A BONO WITH SAID CONTRACT, PROVIDING
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, IJE
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
ARS ($ ),
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 SUBCON-
TRACTORS., 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 SPECI-
FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION
4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA.
• • PAGE 6
(LABOR AND MATERIAL BOND - CONTINUED)
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR-
ATION 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, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE
CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS,
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL t';4n
SURETY ABOVE NAMED, ON THE DAY OF , 196 .
APPROVED AS TO FORM:
ITY ATTORNEY
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTEST:
CITY CLERK
NTRACTOR
URETY
CAL`
(SEAL)
(SEAL)
(SEAL)
(SEAL)
(SEAL)
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
PAGE 7
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED February 26, 1968
HAS AWARDED TO THE VANDERVORT COMPANY
HEREINAFTER DESIGNATED AS THE "PRINCIPAL") A CONTRACT FOR
A Restroom and Parking Lot at Washington Street and by AVenue
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS 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
THE TERMS THEREOF REQUIRE THE FURNISHING
SAID CONTRACT;
NOW, THEREFORE, WE,
OR IS ABOUT TO EXECUTE SAID CONTRACT AND
A BOND FOR THE FAITHFUL PERFORMANCE'OF.
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR"" AND
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
DOLLARS (* ),
SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID to
THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY-,
MENT) WELL AND TRULY TO aE MADE, WE BIND OURSELVES, OUR MEIRS, EXECUTORS AND AD -p
MIN13TRATORSO SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE-
SENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, MIS
OR ITS HEIRS) EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SMALL IN ALL THINGS
STAND TO AND ASIDE SY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS
AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO-
VIDED ON MIS 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 SMALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND
AGENTS, AS THEREIN STIPULATED, THEN.TMIS OBLIGATION SHALL BECOME NULL AND VOID;
OTHERWISE IT SMALL REMAIN IN FULL FORCE AND VIRTUE.
• PAGE 8
(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 CON-
TRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY
FROM ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE DAY OF , 196
(SEAL)
(SEAL)
(SEAL)
CONTRACTOR
SURETY
APPROVED AS TO FORM:
CITY ATTORNEY
(SEAL)
(SEAL)
71st
i�
NON- COLLUSION AFFIDAVIT
• PAGE 9
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESL%T AT THE TIME OF
FILING THIS BIDS 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 AF-
FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY ENTERED INTO ANY ARRANGE-
MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERSI WHICH TENDS TO OR DOES LESSEN
OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT-
TACHED 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 CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL —
MAN WHICH IS NOT PROCESSED THROUGH SAID BID. DEPOSITORY, OR WHICH'PREVENT ANY SUB-
CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE
FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE-
MENT 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 TMdS
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON
WHOMSOEVER TO PAY, DELIVER T0, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER
ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID.
THE VANDERVORT COMPANY
(s) C.E. Vandervort
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS 20th DAY OF February
196 8 .
MY COMMISSION EXPIRES:
May 7. 1968 (s) Helen S. Frank
NOTARY PUBLIC
0
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, EXPERIENCES 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.
THE VANDERV(MT CURANY
SIGNED
(s) C.E. Vandervort
• . • PAGE 11
C O N T R A C T
THIS AGREEKENT, MADE AND ENTERED INTO THIS DAY OF y I96_,
BY AND BETWEEN THE CITY OF NEWPORT BEACH; CALIFORNIA, HEREINAFTER DESIGNATED AS THE
CITY) PARTY OF THE FIRST PARTS AND TW6{�VO�r
HEREINAFTER DESIGNATED AS THE CONTRACTORS PARTY OF, THE SECOND PART.
WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS;
I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED
TO BE MADE AND PERFORMED BY THE CITYP THE CONTRACTOR AGREES WITH THE CITY TO FURNISH
ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF
AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING
THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT.HIS OWN PROPER
COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFORE (EX-
CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR-
NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID
PLANS AND SPECIFICATIONS.
Z. FOR FURNISHING ALL SAID MATERIALS AND LABORS TOOLS AND EQUIPMENTS AND DOING
ALL THE 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 DE-
SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE-
QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORKS' 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 SPECIFICATIONSO THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN
FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS 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 EMPLOYS 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 CONTRACTS TO 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, CONTRACTOR'S PROPOSALS AND
THE PLANS AND SPECIFICATIONS AND ALL AMENDMENTS THEREOF WHEN APPROVED BY THE PAR -
TIES 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 AGREE-
MENT.
2/7167
PAGE 12
• 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, THE CITY COUNCIL HAS
ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF
WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS
INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN.
6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE
CITY., THE DIRECTOR OF PUBLIC WORKSO AND THEIR OFFICERS AND EMPLOYEES FROM ALL CLAIMS2
LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KINDO NATURE2 AND DESCRIPTIONS DIRECTLY OR
INDIRECTLY ARISING FROMTHE.PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI-
BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS LOSS, DAMAGES INJURY, AND LIABILITYS
HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE.
IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE
DAY AND YEAR FIRST ABOVE WRITTEN.
ATTEST:
CITY OF NEWPORT BEACH, CALIFORNIA
BY:
MAYOR
ITY LLERK
BY:
APPROVED AS TO FORM:
ITY ATTORNEY
YJ •!
CONTRACTOR v-
i
ow K
TITLE
TITLE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
• SP 1 of 4
SPECIAL PROVISIONS
FOR
CONSTRUCTION OF RESTROOM AND PARKING LOT
AT.WASHINGTON..STREET..AND BAY AVENUE
CONTRACT .NO...1153
I. SCOPE OF WORK
The work to be done under this contract consists of removing existing curb,
sidewalk, alley approach, driveway.approach, and parking lot pavement; con-
structing a new restroom building complete in .place including site develop -
ment and utility connections; constructing new curb, sidewalk, alley approach,
driveway approach, and underground electrical conduit; and constructing
complete parking lot improvements including pavement, parking meter posts,
wheel stops and an irrigation system.
The work to be done includes furnishing all labor, equipment, transportation,
and materials necessary to complete all of the.work as shown on the City of
Newport Beach Drawing No. B- 5016 -S, consisting of 3 sheets, and in accordance
with the City of Newport Beach Standard Specifications, Standard Drawings,
and these Special Provisions.
II. COMPLETION OF WORK
The contractor shall complete all work.on the contract within 90 calendar
days after award of the contract by the City Council. If work should inter-
fere with vehicular or pedestrian.traffic.at.any time during the week before
Easter or the week following Easter, the.City reserves the right to prohibit
work during this period, but.will.extend..the completion date a corresponding
length of time.
III. . CONSTRUCTION SURVEYS
Grades and lines will be set by the City. The Public Works Department shall
be notified 48 hours in advance when grades or lines are required.
IV. PAYMENT
The prices bid for the various items of work shall include full compensation
for all materials and labor necessary for - construction of the items complete
in place. Payment for incidental items of work.not separately provided for
in the proposal shall be included in the.price bid for other items of work.
Where applicable, the prices bid for items of new construction shall include
removal and disposal of the existing improvements.
The contractor. shall balance his costs evenly among the unit prices bid for
the various items of work. The City reserves the right to delete any or all
of the following proposal items without renegotiation of the remaining bid
items if the total.bid price exceeds the funds available: Numbers 8, 11,12,
13 and '14.
SP 2 Of 4
V. GUA12P1vTEE
The contractor shall guarantee .for.a.period.of.one.year.after acceptance of the
contract by the City Council,. all_ materials- and.workmanship.against any de-
fects whatseover, including.trench and.pavement settlement. .Any such defects
shall be immediately repaired at the contractor's expense.
VI. EXISTING TRAFFIC SIGNS...MARKERS,..STREET LIGHT.STANDARDS, AND PARKING METER
POSTS
All traffic signs, markers, street light standards, and parking meter standards
that interfere with the work in this contract, whether shown on the Plans or
not, shall be either protected in place or removed, salvaged, and reinstalled
by the contractor.
The cost of protecting or replacing traffic signs and markers shall be in-
cluded in the various items of work and no separate compensation will be made
therefor.
VII. . ..UNFORESEEN DIFFICULTIES
Should unknown conditions, subsurface or otherwise, be discovered during the
progress of the work, the City shall be notified immediately. The City will
then make a determination as-to-whether these.conditions constitute extra
work and so notify the contractor iu..writing.within two working days after
the City has been notified.
VIII. WATER
The contractor shall make his-own provisions.for.obtaining and applying water
necessary to perform his work..as' set.forth in Section 10 -11 of the Standard
Specifications. If the.contrac.tor...desires..to , use.available.City water, it,
shall be his responsibility.to. make.arrangemen.ts . for . water..purchases by con-
tacting the City's , Utilities ..Superintendent,- Mr...Thomas Phillips, at
(714) 673 -2110, Extension 74.
IX. I EARTHWORK
A. Pavement.Removal and Subgrade.Preparation.
The.removal from the site.of all existing.asphalt.concrete pavement, port-
land cement concrete pavement, .wooden.parking.bumpers,. and other improve-
ments, as shown on the plans, and the preparation of the subgrade in the
same area shall be.included in the lump sum price bid for this item of
work.
Existing concrete curb and sidewalk sections to be
cut.at..the first score line at or beyond the plann
the nearest existing expansion.joint.. Payment for
off -site curb, sidewalk,..pavement, and approaches,
subgrade for new construction-shall be included in
new construction of those items.
removed shall be saw -
ad joint or removed to
removal and disposal of
and preparation of the
the unit prices bid for
r
SP 3 of 4
B. Trench Excavation and Backfill
Payment for trench excavation and backfill shall be included in the price
bid for the various items of work and no separate compensation will be
made therefore.
X. PORTLAND CEMENT CONCRETE
A. General
Portland cement concrete for curbs, gutters, sidewalks, shall be Class
"B ", 11j" gradation conforming to Section 13 of the Standard Specifications.
Portland cement concrete for 6" thick pavement, driveway approach, and alley
approach shall be Class "A ", 1I" gradation conforming to Section,13 of the
Standard Specifications.
Construction of Portland cement concrete curbs, gutters, sidewalks, and
driveways shall conform to Section 15 of the Standard Specifications.
Attention is directed to sawcutting existing improvements as described
in Section 15 -03.
Weakened plane joints may be formed by the placement of a polyethylene
plastic joint material such as "quick joint ", or equal.
All new concrete placed shall be immediately barricaded and no vehicular
traffic will be permitted there on until the expiration of at least seven
(7) days after curing, as described in Section 13 -08 of the Standard
Specifications. At least three (3) days shall elapse from.the time the
concrete is placed before,any mechanical tamper, spreader, or finisher
which will be supported by the edge of the new pavement may be operated
in adjacent areas. Pedestrians will be permitted on new concrete after
24 hours of curing.
XI. ASPHALT CONCRETE
A. General
All asphalt concrete to be furnished and placed in this project shall be
in conformance with Section 12 of the Standard Specifications with the
following exception; the mineral aggregate shall be 3/8 inch maximum -
medium instead of 1/2 inch.
The unit price bid for asphalt concrete shall apply to the asphalt con-
crete to be placed on aggregate base and shall include the cost of
furnishing and placing the prime coat or paint binder as applicable.
XII. PARKING METER POSTS
The parking meter posts shall be 2 -inch diameter galvanized steel schedule 40
pipe 58 inches long embedded in concrete approximately 18" deep and 12" in
diameter. The top of the concrete encasement shall be placed flush with the
adjacent concrete.or as directed by the Engineer in planting areas. The
finished surface shall be similar to the adjoining.concrete surfaces.
o�
' 4
IRRIGATION SYSTEM
0
SP4of4
The price bid per lineal foot for-furnishing and installing Type L 1" diameter copper
pipe shall include all fittings and appurtenances such as tees, elbows, crosses, plugs,trench
excavation and backfill and any other incidental items of work necessary for con-
struction of the irrigation system.
UTILITY CONNECTIONS
The price bid for construction of a 19: -4" x-26'-O" restroom building complete in place
shall include the following work outside the limits of the building: furnishing and
installing 1" diameter galvanized electrical conduit containing three No. 8 wires
between the building and the existing'underground electrical service; furnishing and
installing a pullbox on the existing underground electrical service; connecting the
new electrical system to the existing service; furnishing and installing 6" cast iron
sewer line including all appurtenances and fittings from building to property line at
Bay Avenue; connecting cast iron sewer pipe to the existing sewer lateral at the
property line; furnishing and installing 1" copper water line, 1" gate valve, valve
box for gate valve, two 1" vacuum breakers to serve irrigation systems, and all fittings
and appurtenancesneeded for construction of the water service to the building.
FEES
The contractor will be responsible for .securing.a.City.building permit. All building
and plan check fees normally charged.by.the City will be waived, except that all con-
tractors and sub - contractors employed on the.job must possess valid City business
licenses.
Any fees which may be owing to the.County- Sanitation-District.will:.be..paid directly by
the City.
i
&,,J,,13, NO
S Sis
Goo
no
NOTICE OF COMPLETION
PUBLIC WORKS
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on Tull 24. 1968
the Public Works project consisting of public rgstroom and pArking lot at
Washington Street and Bay Avenue (Contract 1153)
on winch The Vaadervort Co.
was the contractor, and The General Insurance Company of America
was the surety, was.completed.
CTTV nP NF.'WPORT REACH
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 December 11. 1968 at Newport Beach, California.
VERIFICATION OF CITY C
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on December 9. 1968 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 December 11. 1968 at Newport Beach, California.
v 117
CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT
PROGRESS PAYMENT REQUEST NO. Final 10% FOR PERIOD ENDING December 9, 1968
PROJECT: Construction of
BUDGET NO. 26- 7795 -049 CONTRACY NO. 1
NO.
CONTRACT ITEM
PRICE
COMPLETE
EARNED
1
LS Remove existing inprovements
600.00
100
600.00
2
LS Construct B uilding
1,339.00
100
11,339.00
3
98 Tons Aggregate Base
5.10 /Ton
100
499.80
4
40 Tons Asphalt Concrete
14.20 /Ton
100
568.00
5
150 SF PCC Driveway Approach
0.90 /SF
100
135.00
6
160 LF Type "B" Curb
1.92 /LF
100
307.20
7
665 SF PCC Sidewalk
0.55 /SF
100. 365.7i
365.75
8
LS Alley Approach
56.00
100
56.00
9
22 Sg. Ft. 6" PCC Pavement
1.09 /SF
100
23.98
10
LS Benches
556.00
100
556.00
11
230 LF 1 1/4" Conduit
2.52/1-F
100
579.60
12
2 Pullboxes
12.00
100
24.00
13
7 Parking Meter Posts
7.15
100
50.05
14
10 Wheel Stops
4.80 ea
100
48.00
15
610 LF Redwood Headers
0.3351LF
100
204.35
16
160 LF 1" Coppen Pipe
2.40 /1-F
100
384.00
17
442 SF Colored Sidewalk
0.72 /SF
100
318.24
18B _
423 SF Exposed Aggregate
1.20SF
100
507.60
16,566.57
NOTE:
Immediate Payment of 10% Retention authorized
by
City Council on December 9, 1968.
C. 0. NO. 1 Floor Drain & 2" Copper Line
100
305.00
No. 2 Remove Fire Station Slab
100
450.00
No. 3 Underground Telephone and Raisa
Bldg
100
430.00
No. 4 Cast Iron Sewer
100
378.00
No. 5 Plaster Inside of Block Walls
100
64.00
Total Change Orders
1,627.00
Total Amount Earned
18,193.57
Cell I2- -to c8
ORIGINAL CONTRACT $16,781.58
EXTRAS TO DATE 1,627.00 R E C F I v F n Send payment to:
CONTRACT DATE T179-1 40T-59
TO
Vandervort Company
AMOUNT EARNED $18,193.57 DEC i > 1968 1028 E. Fourth Street
LESS 10,% RETENTION 0 Santa Ana, California
LESS PREVIOUS PAYMENTS 16.374.21 p r 92700
AMOUNT DUE REQUEST 1,819.36 PUBLIC WOKt►J jd'vf,
THIS
I HEREBY CERTIFY THAT THE ABOVE MOUNTS AND VALUES ARE CORRECT.
/
SIGNED , SIGNED
ENGINEER d
/V 6
BY
• �. PAGE I -A
' (SHEET I OF 2)
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICG INVITING BIDS
SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT BEACH,
CALIFORNIA, UNTIL 10:00 A.M., ON THE 20th BAY OF February , 1968, AT WHICH TIME THEY WILL
BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
CONSTRUCTION OF RESTROOM AND PARKING LOT
AT WASHINGTON STREET AND BAY AVENUE
CONTRACT NO. 1153
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'S BONO MADE
PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST IO PERCENT OF THE
AMOUNT BID.
THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE
THE FOLLOWING: -
1. - PROPOSAL
2. PAGE - DESIGNATION OF SUB - CONTRACTORS
PAGE 4 - BIDDERS BOND
PAGE 9 - NON - COLLUSION AFFIDAVIT
y- ,PAGE IO - CONTRACTOR'S FINANCIAL STATUS
THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS -
SIGNING ON BEHALF OF.THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE
PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE
AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES., IN THE CASE OF A PARTNERSHIP, THE SIGNATURE
OF AT LEAST ONE GENERAL PARTNER IS REQUIRED.
ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEERS ESTIMATE. THE ESTIMATED QUANTI-
TIES ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS.
NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE
PROVISIONS OF CHAPTER 9, DIVISION,111 OF BUSINESS AND PROFESSIONS- CODE. THE CONTRACTOR
SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL.
PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE-
PARTMCNT, CITY HALL, NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON-
REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND
CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND
SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING.
A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH
STATNOARD SPECIFICATIONS.
THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY
INFORMALITY IN SUCH BIDS.
!N 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 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 "AS SET FORTH THESE ITERS IN RESOLUTION NO. 6519-
A COPY OF SAID RESOLUTION 18 AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT
BEACH.
Page ib
The 'following is the schedule of prevailing wage
rates, 1966 -67, for
a selective
list of classifications. Together with the information
included in the
Resolution
No. 6519, this schedule is to be considered.a part of
these contract. specifications.
Prevailing Wage-Rates -.1966-67
Classification (Selective Listing)
(5/1/66
5/1/67
Carpenters
4,83
Cement Mason Journeyman
4,60
4,84
Laborers
General or Construction
3.70
3.85
Asphalt Raker & Ironer
3.91
4.06
Flagman
3.70
3.85
Guinea Chase
3.78
3.93
Laying of all non - metallic pipe
4.01
4.16
Tunnel Classifications
Vibratorman, Jack Hammer, Pneumatic Tools
(except driller)
4.315
4.4445
Operating Engineers
(7/1/66)
(7/1/67
Oiler and signalman (Group 1)
4.38
5
Skiploader (Less 4/5 yd.) (Group 2)
4.62
4.77
Rodman and Chainman (Group 3)
4.86
5.01
Instrumentman (Group 4)
4.97
5.12
Grade Checker (Group 5)
5.16
5.31
Pavement - breaker operator (Group 5)
5.16
5.31
Grade -all operator (group 6)
5.26
$.41
Teamsters
(5/1/66)
5/1/67
Dump Truck Driver (Less than 4 yes)
Water truck driver (2500 gaul.to 4000 gal)
4,53
4.68
Building and Construction trades
(5/1/66)
(5/1/67)
Bricklayer & Stone Mason
S 15
Electrician
(7/1/66)
(7/1/67
Journeyman Wiremah
6.11
6.55
(4/28/66)
Lather
4.765
Painters
(7 1/66
(7/1/67
Journeyman - spray
S.
5.
Pipe trades
Plumber
5.55
5.64
Any classification omitted herein shall be the prevailing
craft rate.
Overtime, Sunday and Holiday rates are at preVailing craft
rates..
CITY
OF NEWPORT BEACH, CALIFORNIA
Laura
Lagios, City Clerk
PRIof4
CITY OF NEWPORT BEACH
•
CONSTRUCTION OF RESTROOM AND PARKING LOT
AT WASHINGTON STREET AND BAY AVENUE
CONTRACT NO. 1153
PROPOSAL
To the City Council.
City of .Newport Beach
3300 Newport Boulevard
Newport Beach, California
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has
examined the Plans and Specifications, has.read. the Notice Inviting Bids, and hereby
agrees to furnish all labor, materials, equipment,..transportation, and services neces-
sary to do all the work required to complete Contract No. 1153 in accordance with the.
City of.Newport Beach Drawing No. B,5016 -5 consisting of three sheets, the City
Standard Drawings and.Specifications, and the.Special.Provisions and that he will take
in full payment .therefor the following Pr i c'e s for each completed item of work, to
wit:
ITEM QUANTITY ..ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN.IN.WORDS:........ PRICE PRICE
1. Lump Sum Remove Existing pavement and improvements
from site and prepare subgrade
@ Six Hundred Dollars
and
no Cents $600.00 $,600.00
Lump Sum
2. Lump)Sum Construct 19' -4" x 26' -0" restroom
building complete in place
Eleven Thousand three hundred
@.. thirty nine.. Dollars
and
no Cents $11,339.00 $ 11,339.00
Lump Sum
3. 140 Tons .Construet'41.1..Aggregate Base'
@ Five Dollars
and
Ten Cents $ 5.10 $ 714.00
Per Ton
4. 45 Tone Construct 2" Asphalt Concrete Pavement
Fourteen Dollars
and
Twenty Cents $14.20 $ 948:98
Res Tdn
•
PR2of4
7. 600 Square Construct 4" Thick.P.C.C. Sidewalk with
Feet
broom finish
ITEM
QUANTITY.
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT.....UNIT.PRICE
WRITTEN.IN.WORDS........
PRICE
PRICE
5.
150 Square
Construct 6" Thick P.C.C..Driveway
Approach
8.. Lump Sum
Feet
Alley Approach
@ Fifty six
Dollars
@ no
Dollars
and
and
no
Cents. $56.00.
$
56.00
ninety
Cents'
$ .90
$ 135.00
9. 22 Square
Per Square Foot
Feet
6.
180 Lineal,
Construct Type "B" Curb
@ One
Dollars
Feet
and
23.98
@ One
Dollars
cents $1.09
$
24.00
Per Square Foot .
and
345.60 .
10. Lump Sum
Construct 5 benches
Ninety -two
Cents
$1.92
$ 346.0
@ Five Hundred Fifty six
Dollars
Per Lineal Foot
7. 600 Square Construct 4" Thick.P.C.C. Sidewalk with
Feet
broom finish
@ No
Dollars
and
330.00
fifty five
cents $ .55
$ 33+-99
Per Square Foot
8.. Lump Sum
Construct 6" Thick P.C.C.
Alley Approach
@ Fifty six
Dollars
and
no
Cents. $56.00.
$
56.00
Lump Sum
9. 22 Square
Construct. 6" Thick P.C. Pavement
Feet
at street intersection
@ One
Dollars
and
23.98
nine
cents $1.09
$
24.00
Per Square Foot .
10. Lump Sum
Construct 5 benches
@ Five Hundred Fifty six
Dollars
and
no
Cents $ 556.00
$
556.00
Lump Sum
00
PR3of4
ITEM QUANTITY ITEM DESCRIPTION UNIT. TOTAL
NO. AND UNIT UNIT PRICE WRITTEN.IN.WORDS.._..- PRICE PRICE
11. 230 Lineal Construct 14 inch galvanized steel
.Feet electrical conduit
@ Two Dollars
and
Fifty two Cents $ 2.52
Per Lineal Foot
12 1 Each. Furnish and install B3k pullbox for
street lighting system
579.60
$ 583.00
@ Twelve Dollars
and
no Cents $ 12.00 $ 12-.00
Each
13 7Each Furnish and install 2" dia..x 58" long galvanized steel
parking meter post
@ Seven Dollars
and 50.05
Fifteen. $ 7.15 . $ 50.00
Each
14 10 Each Furnish and install 72 "_ x 8" x 5y" pre-
cast concrete wheel stop
@ Four Dollars
and
Eighty -_- Cents .$ 4.80 $ 48.00
Each
15 250 Lineal .Furnish and:.Anstall.2 "x 4 "redwood
Feet headers .
@.. no Dollars
and 83.75
Thirty three and one -half Cents $ .335 $ 84.00
Per Lineal Foot
16 160 Lineal-Furnish and install.Typer.L 1" diameter
,,Fedt. Copper irrigation system
@ Two Dollars
and
Forty Cents $ 2.40
$ 384.00
Per Lineal.Foot .
17. 430 Square .Construct 4" thick colored P.C.C.
Feet panels with rotary finish
i
@ no Dollars
and 309.60
Seventy -two Cents . $ .72. g 310.60
Per ,Square Foot
i
PR4of4
n
ITEM QUANTITY ITEM DESCRIPTION UNIT. TOTAL
NO. -AND UNIT .. . UNIT PRICE. WRITTEN. IN. WORDS. ..PRICE PRICE
18A 480 Square Construct 4" Thick colored P.C.C.
Feet sidewalk with rock salt finish
@ no Dollars..
and
Sixty one_. Cents $ .61
Per Square Foot
18B 480 Square Construct 4" thick colored P.C.C.
.Feet sidewalk with exposed.aggregate finish
@ One Dollars
and
Twenty Cents
Per_Square Foot
"ALTERNATE A"
TOTAL PRICE WRITTEN IN WORDS
(Total of Bid Items 1 through 17 inclusive and 18A)
Sixteen thousand five hundred Dollars
and
no Cents
"ALTERNATE B"
TOTAL PRICE WRITTEN IN WORDS
(Total of,Bid Items 1 through 17 inclusive and 18B)
Sixteen Thousand seven hundred eighty - eight Dollars
and
no Cents
292.80
$ 288.00
$ 1.20 $ 576.00
TOTAL ALTERNATE "A"
$ 16,500.00
16 98-.38
TOTAL ALTERNATE "B"
$ 16,788.00
1
o, `ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSALS TIMES THE UNIT PAIGE AS SUBMITTED BY THE BIDDER* IN CASE .
OF A DISCREPANCY BETWEEN WORDS AND FIGURESp THE WORDS SHALL PREVAIL* IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT.PRIC£p THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS. OF THE CORRECTED TOTALS.
. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS. PROPOSAL ARE APPROXIMATE ONLY.,
BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS*
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT
THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED
IN MAKING UP THIS BID*
THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT
WITH NECESSARY BONDS WITHIN YEN (10) DAYS NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY -
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH*
LICENSED IN ACCOROANCE,WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS LICENSE NO* 165541 CLASSIFICATION B1
ACCOMPANYING THIS PROPOSAL IS Bid Bond
JCASHX CERTIFIED CHECKS CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE*
THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH
REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO
UNDERTAKE SELF — INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODES AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE. COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
543 -8237 THE VANnERVnRT COMPANY
PHONE NUMBER BIDDER'S NAME
(SEAL) Vandervort
February 20. 1968 (S) c- E- VRndervnrt
DATE AUTHORIZED SIGNATURE
1028 E. 4th Street
AUTHORIZED SIGNATURE
Individual
Santa Ana, California
BIDDER's ADDRESS TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATIONS CO— PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARYS TREASURER AND MANAGER•IF A CORPORATION.,
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP:
PAGE 3 .
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
LISTED CONTRACTORS IN MAKING•UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF
THE CITY ENGINEERS AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS Or THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE ENGINEER. .
ITEM OF WORK SUB - CONTRACTOR ADDRESS
I._
Site Preparation
Strand
Laguna Beach
2.
Concrete
Japhet.
Garden Grove
3.
Masonry
Capitol
Costa Mesa
4.
Plastering
Aldana
Santa Ana
5.
Ceramic Tile
McCandless
Santa Ana
6.
Roofing
Vance
Costa Mesa
7.
Electric
Briscoe
Costa Mesa
8.
Plumbing _
Rambo
Santa Ana
9.
Painting
Linco
Garden Grove
10._
A/C paving
Strand
Laguna Beach
11.
12.
THE VANDERVORT COMPANY
BIDDERS NAME
(s) C.E. Vandervort
C.E. Vandervort
AUTHORIZED SIGNATURE
Individual
TYPE OF ORGANIZATION
(INDIVIDUALS COPARTNERSHIP OR CORPCRATION)
PAGE
(FOR ORIGINAL, SEE CITY CLERK'S FILE)
BIDDER'S BOND TO ACCOMPANY PROPOSAL
y
KNOW ALL MEN BY THESE PRESENTS,
THAT WE, THE
VANDERVORT
COMPANY
, AS PRINCIPAL,'
AND GENERAL
INSURANCE
COMPANY OF
AMERICA
, AS SURETY, ARE HELD
AND FIRMLY BOUND UNTO
THE CITY
OF NEWPORT -
BEACH, CALIFORNIA,
IN THE SUM OF ten percent
of the total amount bid DOLLARS ($ 10% ), LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF
a restroom and parking lot at Washington Street and Bay Avenue
IN TIIE 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 CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING
BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SATURDAY AND SUNDAY),FROM THE DATE OF THE
MAILING OF A NOTICE TO THE ABOVE DOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL
AND VOIDS OTHERWISE IT DE AND REMAIN IN FULL FORGE AND EFFECT, AND THE AMOUNT SPECIFIED
HEREIN SHALL BE FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND,
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 20th DAY OF
February 19 68
CORPORATE SEAL (IF CORPORATION)
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
THE VANDERVORT COMPANY
PRINCIPAL
(s) C.E. Vandervort
C.E. Vandervort
BY _(s) William Oldham
William Oldham
TITLE _ Sttnrney, in_Fart
... ` 5 00
u
PAGE 5
LABOR AND MATERIAL BOND BOND #544388
The premium charge for this bond is
KNOW ALL MEN BY THESE PRESENTS, THAT included in the charge for the
- Performance Bond.
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADAPTED- March 7, 1968
HAS AWARDED TO The Vandervort Co.
HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR construction of a'
rest room and parking lot at Washington Street and Bay Avenue
IN THE CITY-OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING
THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR
ANY MATERIALS, PROVISIONS, 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 The Vandervort Co.
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND The General Insurance
Company of America
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
FiaiT THOiiRSNn TH*ky. HnknRF. DOLLARS
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 SUBCON-
TRACTORS, 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 KIN09 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 SPECI-
FIED IN THE BOND, AND ALSO, IN CASE SUIT 13 BROUGHT UPON THE BOND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION
4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA.
LABOR AND MATERIAL BOND - CONTINUED)
PAGE 6.
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS) COMPANIES) AND CORPOR-
ATION 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) ALTERATIONS OR ADDITIONS TO THE TERMS OF THE
CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. .
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND.AS AN INDIVIDUAL) IT..
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS.WHEREOF) THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL ANn
SURETY ABOVE NAMED) ON THE 7th DAY OF March P 196-.
THE VANOERVORT CO. (SEAL)
ACKNOWLEDGMENT BY SURETY
f STATE OF CALIFORNIA
ss.
COUNTY OF LOS ANGELES
On this 7th day of March 1968 , before me per-
sonally appeared William f11 dhnm , known to me to be the attorney -in -fact
.. of General Insurance Company of America, the corporation that executed the within instrument, and ac-
knowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixedEV official seal, at my office in
the aforesaid County, the dal•-and,-yrar,-iYr,this•' OFrtifivwteSEALe ^above rit n.
DONNA M. DAILEY
t b:.,i; NOT[):^/ PUBLIC . LALLFOflN
• "� PRINCIPAL OFFICE IN o . ry Public in the State o California
t LOS ANGELES COUNTY Codnty of Los Angeles
My Commission Expires April 15, 1968
' (Seal) € ...........................................:..... .........................,:,�,�
I
5-760 RI 7/66 I'
DATE
Y
ATTEST:
CITY CLERK
(LABOR AND MATERIAL BOND - CONTINUED)
r
PAGE 6
THIS BOND SMALL INURE TO THE BENEFIT OF ANY AND ALL PERSONSO COMPANIES AND•CORPOR-
ATION 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 BONDS 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 BONO2 AND IT DOES HEREBY WAIVE NOTICE OF
ANY SUCH CHANGES EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE
CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUALS IT..
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS,WHEREOFj, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AN"
SURETY ABOVE NAMEOp ON THE 7th DAY OF March p 196 ,.
THE VANDERVORT CO. (SEAL
�SEAL)
(SEAL).
CONTRACTOR
AMERICA
THE GENERAL INSURANCE COD ANY OF„ '(SEAL)
(SEAL �.
By: William Oldhamg Attorney -in -Fact
(SEAL)
APPROVED AS TO FOR SURETY
7J
CI ATTORN Y
THIS BOND WAS APPROVED BY-THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON '
r
PAGE 6.
LABOR AND MATERIAL BOND CONTINUED)
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR-
ATION 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, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE
CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND. AS AN INDIVIDUAL, IT..
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AN,
SURETY ABOVE NAMED, ON THE DAY OF 196
(SEAL)
(SEAL)
(SEAL)
CONTRACTOR
(SEAL)
(SEAL)
(SEAL)
APPROVED AS TO FORM: SURETY
C Y ATT Y
THIS.BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTEST:
' CITY CLERK
PERFORMANCE BOND BOND #544388
PAGE 7
KNOW ALL MEN BY THESE PRESENTS, THAT the premium charge for this
bond is $125.90, for the term:
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH,-STATE OF CALIFORNIA,
BY MOTION ADOPTED 7, 1968
HAS AWARDED TO The Vandervort Co.
HEREINAFTER DESIGNATED AS THE PRINCIPAL t�, A CONTRACT FOR Construction of a
rest room and barking lot at Washington Street and Bay Avenue
IN THE CITY OF NEWPORT BEACH, IN,STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS 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, THE VANDERVORT CO.
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND THE GENERAL
INSURANCE COMPANY OF AMERICA
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
EIGHT THROUSAND THREE HUNDRED NINETY FOUR DOLLARS 8.394.00
SAID SUM BEING EQUAL To 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID f0.
THE SAID .CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY'-'
MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD-1
MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE-
SENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS
OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUPCE35ORSo OR ASSIGNS, SHALL IN ALL THINGS
STAND TO AND ABIDE BY, AND WELL A'ND TRULY K£E'P "NND PERFORM THE COVENANTS, CONDITIONS
AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO-
VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER
THEREIN SPECIFIED] AND-IN 'A'L'L RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING, s
AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND -
AGENTS, AS THEREIN STIP'ULA'TEDy THEN. THIS'OSL'IOATION SHALL BECOME NULL AND VOID;
OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE.
11;. va.l �l�t vnl l l
i'•, +I. i, A'1
1,111 I'1l In: 1;
�., -�.1 .1t .:i l,lnl�, ..l ,li If - Il;l;. i�l �:��.�i� •I i.r r.l u I I �1. i; r� ��. �.:.
i
(PERFORMANCE BOND — .CONTINUED)
14
PAGE 8
AND SAID SURETY, FOR VALUE RECEIVED, HEREBY. STIPULATES AND AGREES THAT NO CHANGE,
EXTENSION OF TIME, ALTERATION OI{ 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 CON-
TRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT 15 AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY
FROM ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY-THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE 7th DAY or March 0 196 8 .
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
ss. ,
COUNTY OF LOS ANGELES
On this 7th day of March 1968 , before me per-
sonally appeared William Oldham known to me to be the attorney -in -fact
of General Insurance Company of America, the corporation that executed the within instrument, and ac-
knowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed official seal, at my office in
the aforesaid County, the tiap and yea[�ie this •ecrt +Eicaae 4irsr•above tit
OFFICIAL SEAL
�y DONNA M. DAILEY
NOTLEY PUBLIC • CALIFORNIA
�1a4,y{ PRINCIPAL OFFICE IH UNTY ? NO ry Public in the Stat of Calif•O is
4'• LOS ANGELES CO = Cou ty of Los Angeles
(Seal) My Commission Expires April 15, 1968
° ........................ . ........
.,....,�.
S•760 R 1 7/66
i
GTY ATTORNE
n i•J
a
(PERFORMANCE BOND - CONTINUED)
PAGE 8
AND SAID SURETY, FOR VALUE RECEIVEDO 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 BONDS AND IT DOES HEREBY WAIVE NOTICE
OF ANY CHANGED EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON-
TRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL
IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY
FROM ITS OBLIGATIONS UNDER THIS BOND..
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY'THE PRINCIPAL AND
SURETY ABOVE NAMED ON THE 7th DAY' OF March , Ig6 8 .
r THE VANDERVORT CO ($ L)
(SEAL)
(SEAL)
CONTRACTOR
THE GENE INSURANCE C ANY OF AMERICA(SEAL)
- (SEAL)
SURETY
By: William Oldham
Attorney -in -Fact-
APPROVED AS TO FORMt
' J'p'�
ITY ATTORNEf
PAGE 9
NON - COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESI�WT AT THE TIME OF
FILING THIS 8101 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 AF-
FIANTS OR EITHER'OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE-
MENT 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 AT-
TACHED 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 CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL -
MAN WHICH IS NOT PROCESSED THROUGH SAID BID. DEPOSITORY, OR .WHICH'PREVE NT ANY SUB-
CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE
FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE -
MENT 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 TM.IS.
BIDDER ANY AGREEMENT OR ' UNDERSTANDINO 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.
SUBSCRIBED AND SWORN TO BEFORE ME BY'.'
THIS 20th .DAY OF February
196 8
MY COMMISSION E%PIRES:
May 7, 1968
THE VANDERVORT COMPANY
(s) C.E. Vandervort
(s) Helen S. Frank
NOTARY PUBLIC
r'
.. 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., EXPERIENCES 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.
General Contractor since 1954
Fire Station Addition City of Newport Beach
Alteration Dept. of Public Works City of Newport Beach
Building Orange Coast College
Alteration schools Board of Education, Santa Ana
Girls Locker Room, High School Laguna Beach
Christ Church by the Sea Balboa
THE VANDERVORT COMPANY
SIGNED
(s) C.E. Vandervort
Gen. 3418(10.88)
`a
f ae�:
r
UNITED STAAA FIDE ' 'Y AND GU COMPANY
a
FIDELITY AND GUARAN INSURANCE UNDERWRITERS, INC.
A.
BAL%IMORE, MARYLAND
'•a
Name 8na Address To Whom Issued
-+
' This is to certify that the policies
CERTIFICATE City of Newpa, hated below, subject to their terms,
ort Bech
_
OF Ne4po> :t Beach, Calif. . conditions and exclusions, have
.. been issued by the Compmy'des-
i,
INSURANCE * \: - ignated below to the Insured named
_
below.
y .
Named Insured and Address +.
C. E. Vandervort, 1028 E. 4th %St., Santa Ana, Calif.
Type of Insurance
Policy
Policy
Limits of Liability
_
Number
Term
Bodily Injury Properly Damage
=•
Workmen's Compensation
Statutory
$ ,000
Each Person
r
Employers' Liability
$ ,000
Each Accident
' (
Comprehensive Automobile
$
$ ,000
Medical. Each Person
Each Person
b ,000
Each Occurrence
$ .000
4�
Liability
Comprehensive General
$ 100,000
Each Person
Liability
CLP- 115635
1=1 -68
$ 3 0 0,�
Each Occurrence
$ 5 0 ,000
Aggregate Operations
$ 50 ,000
a
.-.4
•' � to
A99 r ogata Rotoctive
$ 5 R .000
/
_
®Including Blanket
Contractual Liability
-
1 � -1 -69
$ 300,000
Aggregate Completed
$ 50,000
-`
_
-
Operations - Products
Manufacturers' and
❑
$ ,000
Each Person
Contractors' Liability
$ .000
Each Occurrence
$ 1000
-
Owners', ❑ Landlordi and
Aggregate
$ .000
-
Tenanti Liability
Completed Operations and
$ ,000
Each Person
$ ,o00
Each Occurrence
$ ,000
Products liability
'
$ ,000
Aggregate
$ ,000
Contractual Liability
$ .000
Each Person
-
i•�
$ ,000
ua rreace
$ ,000
;
A9
b .000
Description and location of operations and automobiles veered: -
job: Contractmx #1153
The Company designated below will make every effort to notify the holder of this Certificate of any material
E
change in or cancellation of these policies, but assumes no responsibility for failure to do so.
608 PALEY 8• ASSOCIATES, INC.
t?7
�j,��
E)tNITED STATES FIDELITY AND GUARANTY COMPANY 474 11. 17th S•reet
(P. O. Hot 765)
...
❑FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. Costa .Mesa, Crhfo.nlo
,{71 tit 842 -6500
Date-2 - 29 -68 BY
di
.t�G /fia4i41I1tEi3il `s `�1J - J)Mit! t' '1$ 1
Gen. 3418(10.88)
`a
f ae�:
r
CERTIFICATE OF INSURANCE
EMPLOYERS MUTUA�.IABILITY INSURANCE COMPFHLSG}YSIN
EMPLO MUTUAL FIRE INSURANCE
-- 'HOME OFFIC& WAUSAU. WISCONSIN
This is to certify that such insurance policies (as indicated below by policy number) and hazards covered
(as indicated by [X] ) written on forms in current use by the company have been issued.
( ) This certificate renews or replaces the certificate previously issued.
Name.VEMERVORT COMPANY
of in
C.E. Vandervort, Proprietor
Address
(No., str••t, 1028 East 4th Street t". . statel Santa Ana, California 92701
Kind of Coverage
Expiration Dale
Policy Number
limits of Liability
Workmen's Compensation
Including
7-1-68
2018-00-040732
- Bodily Injury
Property Damage
Occupational Disease
-
Each Person
Eh a`
Aggregate
a`
-
Aggregate
'
Comprehensive
General Liability••
-
Manufacturers' and
Contractors' Liability
-
-
Owners', Londlords'and
Tenants' Liability
Owners' and Contractors'
Protective Liability
- - -
Contractual Liability••
-
-
Completed Operations R
Products Liability
Automobile
i ) Owned
j ) Hired
INonowned
'Full coverage under workmen's compensation law, and as designated In endorsements and policy for coverage B.
"The contractual coverage afforded applies lo: Notwithstanding the designation or description of any contract or provision
I i contracts defined In the policy form. thereof, the contractual liability coverage afforded Is subject to all of the
i contracts designated in contractual coverage part. terms, exclusions and conditions of the policy or any endorsement attached
i ail written contracts. - thereto relating to contractual liability coverage.
SpecialProvisions. ............••-------••------_._......_.._......_.._........._...........................................-----•--•---.......................-•---------.. ..........................._...
Descriptionof Automobile, or,.. ..................... . .... .......•-----..............._....._....................... ------------------------------------------------------------------
Location covered by policies listed in this ertificate.... Jnb.:... ..QnnsLruatiQn..nf..Bsst...Aaom &.- Pazkixg..Lot...........
._ .................................................... _ .......... ............... ... ................... - ........... .......... at- .Ss[ashingtan. St... &. Bay Axenue ..................
................................... _._................Cantrac:L --# 153....-•----------------................. .......- --......---•-•----•---.
Issued by: (g) Employers Mutual Liability Insurance
Issued to: Company of Wisconsin
CITY OF NEWPORT BEACH ( ) Employers Mutual Fire Insurance
3300 West Newport Blvd. Company
Newport Beach, California Date 3 -1 -68
Place SANTA ANA, CALIF.
• Signed--L'-( L --- - - - - --
' Au1Mri:ed Company Represe�e
This Certificate is not a Policy or a Binder of Insurance
Ist I Goo - 60-50
� r
" Y�
of
C O N T R A C T
THIS AGREEMENT, MADE AND ENTERED INTO THIS
Q� PAGE I1
DAY OF
BY AND BETWEEN THE CITY OF NEWPORT BEACH CALIFORNIA, HEREINAFTER DESIGNATED AS THE
CITY, PARTY OF THE FIRST PART, AND THE..VANDERVORT COMPANY -
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF•THE SECOND PART.
WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS;
1. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED- -
TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH
ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF
A Restroom and Parking Lot at Washington Street and Bay AVenue, Newport Beach
AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING
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, (EX-
CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR-
NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID
PLANS AND SPECIFICATIONS. -
Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING
ALL THE 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 DE-
SCRIPTION 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 THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS 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 CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON
THE CONDITIONS SET'FORT.H 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 BIDDER
THE PLANS AND SPECIFICATIONS,
TIES HERETO, OR WHEN REQUIRED
PLANS AND SPECIFICATIONS, ARE
MENT.
S, INSTRUCTIONS TO BIDDERS, CONTRACTOR'S PROPOSAL, AND
AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR -
BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE
HEREBY INCORPORATED IN AND MADE'PART OF THIS AGREE=
2I7I?Z PAGE 12
5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA.. THE CITY COUNCIL HAS
ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF
WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION.IS
INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN.
6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE
CITY.9 THE DIRECTOR OF PUBLIC WORKS,, AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMSp-
L033p DAMAGES INJURY# AND LIABILITY OF EVERY KINDp NATURES AND DESCRIPTIONp DIRECTLY OR
INDIRECTLY ARISING FROM THE:PERFORMANCE OF THE CONTRACT OR WORKp REGARDLESS OF RESPONSI-
BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMSS LOSS• D'AMAGE3, INJURYI AND LIABILITY
HOWSOEVER THE SAME MAY BE CAUSEDt RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY,THE CONTRACTp REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE.
IN WITNESS WHEREOFp THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE
DAY AND YEAR FIRST ABOVE WRITTEN•
ATTESTt
TY CLERK
BY:
APPROVED AS TO FORM:
61TY ATTO Y
W , .
I /
r
i 1 i�i.//" /�
TITLE
1
0 •
CITY OF NEWPORT BEACH -- PLANNING DEPARTMENT
TO: Public Works Director
FROM: Planning Director
SUBJECT: Washington Street Restroom
It appeared from a comment you made the other day that you are not
fully informed nor correctly informed as to what has actually
taken place in connection with the above referenced project.
The following outline sets forth exactly what did occur in con-
nection with the selection of construction materials, particularly
the concrete block.
1. The plans called for the contractor to supply
block samples for City approval.
2. The contractor chose to request the City to
view block samples at a yard which he named.
3. City Staff visited such yard and found that
the named supplier did not have samples of
the split face block called for in the plans.
4. City Staff then identified for the contractor
the name of a large well -known manufacturer
of split face block ( CHAMPCO), and through
CHAMPCO salesmen selected a particular color.
5. The contractor, in checking further, found
that there was not in stock a sufficient
supply of such color to do the job.
6. The contractor then suggested that probably
he could locate elsewhere a source of the
kind of split face block that we wished to
have.
7. Shortly thereafter the contractor brought
for City Staff approval an 8 "x8 "x16" block
sample which he indicated was readily avail-
able and which City Staff found satisfactory
and approved.
0 0
CITY OF NEWPORT BEACH -- PLANNING DEPARTMENT
TO: Public Works Director
FROM: Planning Director
SUBJECT: Washington Street Restroom - Page 2.
8. Approximately two weeks thereafter the
contractor came back to City Staff and
indicated that he found that he was in
error and that the 8 "x8 "x16" block that
he had submitted for our approval was
not as available as he had first thought.
He therefore requested a change in the
block module to a 4 "x8 "x16" size,
retaining the same color and aggregate
composition. City Staff again OK'd the
substitution, based on the contractor's
indication that the 4" high module block
was readily available and that the job
could progress satisfactorily with it.
In summary, I have now heard that the contractor has found
that he has had to have the 4" high block specially run.
It would appear that the contractor has failed to do his
homework satisfactorily and therefore has, through his own
lack of thoroughness, caused the unnecessary delays that the
City is experiencing. Should it be necessary or desirable
for youtto have additional information or documentation
regarding this subject, please contact Bob Fowler, Architect,
Building Department.
In my opinion, if there is need to assign blame in connection
with the delays that have been experienced on this project,
such blame must rest with the contractor.
tipJ
May 16, 1968
SIGNATURE Ernest Mayer, Jr. DATE EM /kk
r C -1153
CITY OF NEWPORT BEACH -- PLANNING DEPARTMENT
TO: Public Works Director
FROM: Planning Director
SUBJECT: Washington street Restroom
This memo confirms the fact that I authorized a change order
expenditure of an additional $75 to include the plastering
and painting of the interior restroom wall surfaces between
the tile line and ceiling line. This effort became necessary
as a result of the poor quality of block utilized. The
figure is low because the contractor recognized that the
work became necessary because of the poor quality of block.
The added expenditure will be almost entirely compensated
for, I believe, by the elimination of authorized tile work
around the exterior, wall- mounted drinking fountain.
Please do not hesitate to contact me should you have any
questions.
CC: Charlie Vandervort
City Manager
Bob Fowler
GNATURE Erne t
er,VJr.
EM /kk
CITY OF NEWPORT BEACH
PUBLIC WORKS PROJECT CHANGE ORDER
CHANGE ORDER NO. 5 DATE August 21, 1968
CONTRACT NO. 1153 PURCHASE ORDER NO. BUDGET NO.26 -7795 -049
CONTRACTOR'S NAME The Vandervort Company
PROJECT NAME AND NO. Construction of Restroom and Parking Lot at Washington Street
and Bay Avenue
ACTION:
1. Plaster inside of concrete block walls in men's and women's room.
2. Delete exterior tile behind drinking fountain.
3. Eliminate color from cement used with exposed aggregate.
Total Amount of Change Order No. 5 = $64.00
Note: This change order is to confirm an agreement negotiated by the
Planning Director.
CONTRACTOR : ca
BY
DATE z a�
cc: Purchasing
CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT
PROGRESS PAYMENT REQUEST NO. 5 (F) FOR PERIOD ENDING A„gljc+ 21, 1o6R
BUDGET NO. 26-7795-049 CONTRACT NO. IIS3
ITEM
CONTRACT
PERCENT
AMOUNT
NO.
CONTRACT ITEM
PRICE
COMPLETE
EARNED
1
LS Remove existing improvements
$600.00
100
$
2
LS Construct Building
1;339;00
100
.600.00
11,339.00
3
98 Tons Aggregate Base
5.10 /Ton
100
499.80"
4
40 Tons Asphalt Concrete
14.20 /Ton
100
568.00
5
150 SF PCC Driveway Approach
0.901SF
100
135.00
,6 ;., ..
160 LF Type 'B' Curb - • { ",.,
1.92 /LF
100
307.20
7
665 SF PCC Sidewalk
0.55 /SF
100
365.75
8
LS Alley Approach
56.00
100
56.00
9
22 Sq.Ft. 6" PCC Pavement
1.09 /SF
100
23.98
10
LS Benches a
556.00
100
556.00
it
230 LF 1;" Conduit
2.52/LF
100
579.68
12
2'Pullboxes
12.00 Ea
100
24.00
13
7 Parking Meter Posts
7.15
100
50.05
14
10 Wheel Stops
4.80 Ea
100
48.00
15
610 LF Redwood Headers
0.335/LF
100
204.35
16
160 -LF 1" Copper Pipe
2.40 /LF
100
384.00
17
442 SF Colored Sidewalk
0.72 /SF
100
318.24
18B
423 SF Exposed Aggregate
1.20 /SF
100
507.60
Total
$7, rr
C.O. No. 1 Floor Drain & 2" Copper Line
100
305.00
No. 2 Remove Fire Station Slab
100
450.00
No. 3 Underground Telephone and Raise
Bldg.
100
430.00
No. 4 Cast Iron Sewer
100
378.00
No. 5 Plaster Inside of Block Walls
100
64.00
Total Change Orders
1.627.00
TOW Amourit'Earned
$18,193.57
ORIGINAL CONTRACT $16,781.58 Send payment to:
EXTRAS TD DATE l 627.58 .
CONTRACT TO DATE
8, 08, X D he Vandervort Company
028 E. Fourth Street
AMOUNT EARNED 18,193.57 anta Ana, California
LESS 10,% RETENTION 1,819,36
LESS PREVIOUS PAYMENTS 8,702.07
AMOUNT DUE THIS REQUEST 7,672.14 .
I HEREBY CERTIFY THAT THE ABOVE A um' 'S AND'VALUES ARE CORRECT.
S IGNED 5. i S IGNED 7i-�-' ✓/ 0 Ea ✓a/Z r co
ENQINEE
�/ //
rc.
We have inspected the, on ;d restroom building and
concur in your opinion =4 a ranee of the concrete
block exterior walls is rely satisfactory. However* it
is felt that paintingthe b s a corrective measure is a stip
that should be carefully cons eyed because of the maintenance
obligation that would be incurred by the City. In addition to
the costs of whatever maintenance 1s.0widedo it appears that
there would be a potential for an ante problem if other
City maintenance needs interfere wf regular minting and
touchup work. The latter is a very real possibility inasmuch
as City forces are currently unable to adequately handle existing
maintenance needs.
With regard to the checking 1n the bench slats, we are not familiar
with the standards generally considered acceptable for similar
work. It does appear however, that the function and appearance
of the benches are not too badly affected.
Please let us know of your reattion to these eomaMts.
oseph T. Devlin
ubli Works Director
SUB IN dg
t
0 0
CITY OF NEWPORT BEACH -- PLANNING DEPARTMENT
TO: Public Works Director
FROM: Planning Director
SUBJECT: Washington Street Restroom Building
It has come to my attention that several items on the
correction list compiled at the final job inspection
of July 24, 1968, on the-above referenced project, have
not been completed. I would, therefore; .recommend that
no final payment be made and that the contractor be
directed to contact this office so that this matter can
be finally laid to rest..
The outstanding incompletions relate to the painting of
the building and repair of several bench slats badly split.
I am at your disposal re this matter.
SI
Z" September 23, .1968
Erne t M er, Jr. DATE EM /kk
+•, , SP 1 of 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CONSTRUCTION OF RESTROOM AND PARKING LOT
. AT..WASHINGTON.STREET..AND BAY AVENUE
CONTRACT..NO...1153
I. SCOPE. OF WORK .
The work to be done under this contract consists of removing existing curb,
sidewalk, alley approach, driveway approach, and parking lot pavement; con -
structing a new restroom building complete in-place including site develop -
ment and utility connections; constructing new curb, sidewalk, alley approach,
driveway approach, and underground electrical conduit; and constructing
complete parking lot improvements including pavement,parking meter posts,
wheal stops and an irrigation eystam; ,
The work to be done includes furnishing all labor, equipment, transportation,
and materials necessary to complete all of the-work as shown on the City of
Newport Beach Drawing No..B- 5016- S,.consisting of 3 sheets, and in accordance
with the City of Newport'Beach Standard Specifications, Standard Drawings,
and these Special Provisions.
II. . COMPLETION OF WORK
The contractor shall complete all work.on the contract-within 90 calendar
days after award of the contract by.the.City Council. If work should inter-
fere with vehicular or pedestrian..traffic . at.any time during the week before
Easter or the week following Easter,.the.City reserves the-right to prohibit
work during this period, but.will.extend,the completion date a corresponding
length of time.
III. CONSTRUCTION SURVEYS.
Grades and lines will be set by the City. The Public Works Department shall
be notified 48 hours in advance when grades or lines are required.
IV. PAYMENT
The prices bid for the various items-of work shall include.full compensation
for all materials and labor necessary.for.construction of the items complete
in place. Payment for incidental.items of work -not separately provided for
in the proposal shall be included in the price bid for other items of work.
Where applicable, the prices bid for items of new construction shall include
removal and disposal of the existing improvements.
The contractor.'shall balince'his costs evenly among the unit prices bid for
the various items of work. The City reserves the right to delete any.or all
of the following proposal items.without. renegotiation of the remaining bid
items if the total bid price exceeds the funds available: Numbers 8, 110'12t
13 and'14.
SP 2 of 4
V. GUARANTEE
The contractor shall. guarantee.- for.a.period.of_one.year.after acceptance of the
contract by the City Council,. all: materials ..and.workmanship.against any de-
fects whatseover, including - trench and pavement settlement. Any such defects
shall be immediately..repaired at-the contractor's expense.
VI. .EXISTING. TRAFFIC SIGNS.,. MARKERS ,._STREET:.LIGHT.STANDARDSi AND PARKING METER
POSTS
All traffic signs, markers, streetlight standards, and parking meter standards
that interfere with the work in this contract, whether shown on the Plans or
not, shall be either protected in place or removed, salvaged, and reinstalled
by the contractor.
The cost of protecting or replacing traffic signs and markers shall be in-
cluded in the various items of work.and no,separate_ compensation will be made
therefor.
VII. ..•VNFORESEEN.DIFFICULTIES ..
Should unknown conditions, subsurface or otherwise, be discovered during the
progress of the work, the City shall be notified immediately. The City will
then make a determination.as.to..whether these-conditions constitute extra
work and so notify the contractor.in..writing.within two working days.after
the City has been notified.
VIII. WATER
The contractor shall make.his...owm.provisions_ for obtaining and applying water
necessary to perform his work -as' set.forth in..Section 10- 11 of the Standard
Specifications. If.the.contractor_desires..to' use.available..City water, it,
shall be his responsibility .to.make_arrangements.'for_ water- .purchases by con -
tacting the City's. Utilities ..- Superinteadent,- Mr....Thomas Phillips, at
(714) 6.73 -2110, Extension 74.
IX. EARTHWORK
A. ..Pavement.. Removal and..Subgrade.Preparation..'..
The.removal from the site..of all existing.asphalt.'concrete pavement, port-
land cement concrete pavement,.. wooden ..parking.bumpers,..and.other improve -
ments, as shown on the plans,.and:the preparation of the subgrade in the
same area shall be..included in..the.lump.sum.price bid for this item of
work.
Existing concrete curb-and sidewalk sections to be removed shall be saw-
cut.at_the first.score.line at or bey6nd the planned joint or removed to
the nearest'existing expansion - joint.. Payment for removal and disposal of
off -site curb, sidewalk,..pavement,.and approaches, and preparation of the
subgrade for new construction.shall. be-included in the unit prices bid for
new construction of those items.
i
co co
SP 3 of 4
B. Trench Excavation and Backfill
Payment for trench excavation and backfill shall be included in the price
bid for the various items. of work and no .separate compensation will be. .
made therefore.
PORTLAND CEMENT CONCRETE
A. General
Portland cement concrete for curbs, gutters, sidewalks, shall be Class
"B ", 111" gradation conforming to Section 13 of the Standard Specifications.,
Portland cement concrete for 6" thick pavement, driveway approach, and alley
approach shall be Class "A ", 1�" gradation conforming to Section .13 of the
Standard Specifications.
Construction of Portland cement concrete curbs, gutters, sidewalks, and
driveways shall conform to Section 15 of the Standard Specifications.
Attention is directed to sawcutting existing improvements as described
in Section 15 -03.
Weakened plane joints may be formed by the placement of a.polyethylene
plastic joint material such as "quick joint ", or equal.
All new concrete placed shall be immediately barricaded and no vehicular
traffic will be permitted there on until the expiration of at least seven
(7) days after curing, as described in Section 13 -08 of the Standard
Specifications. At least. three (3) days shall elapse from.the time the
concrete is placed before.any mechanical tamper, spreader, or finisher
which will be supported by the edge of the new pavement may be.operated
in adjacent areas.. Pedestrians will be permitted on new concrete after.
24 hours of curing.
XI, ASPHALT CONCRETE
A. General
All asphalt concrete to be furnished and placed in-this project shall.be
in conformance with Section 12 of the Standard Specifications with the
following exception; the mineral aggregate shall be 3/8 inch maximum -
medium instead of 1/2 'inch.
The unit price bid for asphalt concrete shall apply to the asphalt con-
crete to be placed on aggregate base'and shall include the cost of
furnishing and placing the prime coat or paint binder as applicable.'
XII. PARKING METER POSTS"
The parking meter posts 'shall be 2 -inch diameter galvanized steel schedule 40
pipe 58 inches long embedded in concrete approximately 18" deep and 12" in
diameter. The top of the concrete encasement shall be placed flush with the
adjacent concrete-or as directed by the Engineer in planting areas.' The
finished surface shall be similar to the adjoining..concrete surfaces.
The price bid per lineal foot.for.furnishing and installing Type L I" diameter copper
pipe shall include all fittings and-appurtenances such as tees, elbows,.crosses, plugs,trench
excavation and backfill and.any..other.incidental items of work necessary for con-
struction of the irrigation system.
UTILITY CONNECTIONS
The price bid for construction of a W. -4" x-26'-O" .restroom building complete in place
shall include the following work outside the limits of the building; furnishing and
installing 1" diameter galvanized electrical conduit containing three No. 8 wires
between the building and the existing underground electrical.service; furnishing and
installing a pullbox on the existing underground electrical-service; connecting the
new electrical system to the existing service; furnishing and installing 6" cast iron .
sewer line including all appurtenances and fittings from building-to-property line at
Bay Avenue; connecting cast iron sewer pipe to the existing sewer lateral at the
property line; furnishing and installing 1 ":.copper water line, 1" gate valve, valve
box for gate valve, two 1" vacuum breakers to serve irrigationrsystems,"and all fittings
and appurtenances needed for construction of, the - water -service to.the building,
FEES
The contractor will be responsible. for.. securing . a City building permit. .All building
and plan check fees normally charged.by%the'.City will be waived,-except.that all con-
tractors and sub - contractors employed on.the'.job must possess valid City business
licenses.
CITY OF NEWPORT BEACH
PUBLIC WORKS PROJECT CHANGE ORDER
CHANGE ORDER NO.
CONTRACT NO. 1153 PURCHASE ORDER NO.
DATE April 3. 1968
BUDGET N026-7795-049
CONTRACTOR'S NAME THE VANDERVORT COMPANY
PROJECT NAME AND NO. CONSTRUCTION OF RESTROOM AND PARKING LOT AT WASHINGTON
STREET AND BAY AVENUE
ACTION:
Construct approximately 90 L.F. of 4" cast iron sewer
lateral from restroom to existing sewer lateral 5 feet
from alley @ $4.20 per lineal foot
Total Amount of Change Order No. 4
378.00
$378.00
REMARKS:
This change is necessary because sewer lateral from
sewer in Bay Avenue cannot be found.1.
DATE
APPROVAL:
G
cc: Purchasing
CITY OF NEWPORT BEACH
PUBLIC WORKS PROJECT CHANGE ORDER
CHANGE ORDER NO. 3
CONTRACT NO. 1153 PURCHASE ORDER NO.
DATE April 3. 1968
BUDGET N026 -7795 -049
CONTRACTOR'S NAME THE VANDERVORT COMPANY
PROJECT NAME AND NO. CONSTRUCTION OF RESTROOM AND PARKING LOT AT WASHINGTON
STREET AND BAY AVENUE
ACTION:
A. Install underground telephone service to telephone booth
from telephone pole. $185.00
B. Substitute colored grout for natural colored grout
between concrete blocks in building. 50.00
C. Raise building floor elevation 3 inches. 195.00
Total Amount of Change Order No. 3 $430.00
s'
APPROVAL:
e
6
CONTRACTOR: 11-4 1
BY
DATE
cc: Purchasing
Subject: Contract No. 1153
Page 2
Change Order No. 2
(Remove floor slab from former
fire station)
Water meter and service (By City)
Sub Total
Requested Change Order No. 3
Deficit
0
- $450.00
- 249.09
$ 874.33
- 995.00
- $ 120.67
Yet to be paid for are the followina items:
A. Sprinkling system
B. Topsoil
C. Planting
D. Parking lot striping and signing
Ben,7amin B. Nolan
City Engineer
KLP /naj
0
. . �Fmezdt 6Os16f4acas
1028 EAST FOURTH STREET • SANTA ANA, CALIFORNIA 92701 • 593 -8237
March 22, 1968
City of Newport Beach
3300 W. Newport Blvd.
Newport Beach, Ca, 92660
Dear Ken,
The following is a breakdown of costs involved in
proposed changes:
Underground telephone service from new telephone
pole to public telephone including 1" PVC, trenching
backfilling ,185.00
Underground electrical service from Edisons vault
to new service meter including 2" rigid conduit,
ir�nching, air compressor for breakout, concrete
sawing,concrete patching, Edison charges, backflll.
Also included is a credit for one 34" pullbox, 1"
conduit, and trenching for specified 1" electrical
hookup. Note: The existing service we were to have
,joined and continued is 2j" service and is badly
deteriorated. $510.00
Use colored grout to lay up concrete block X100.00
Raise building 3" by laying an additional corse
of concrete block including landfill $195.00
/Yours truly,
/�+ Ll/ �GLwY.9y/
Charlie Vandervort
Burch 22, 1968
City of Newport Beach
3300 W. Newport Blvd.
Newport Beach, Ca. 92660
Dear Ken,
The following is a breakdown of costs involved in
proposed changes:
543 -5237
Underground telephone service from new telephone
pole to public telephone including 1" PVC, trenching
backfilling $185.00
Underground electrical service from Edison& vault
to new service meter including 2" rigid conduit,
L,r <nching, air compressor for breakout, concrete
sawing,conerete patching, Edison charges, backfill.
Also included is a credit for one 3V Pullbox, 1"
conduit, and trenching for specified 1, electrical
hookup. Notes The existing service we were to have
Joined and continued is 2j' service and is badly
deteriorated. $510.00
Use colored grout to lay up concrete block #100.00
Raise building 3" by laying an additional Corse
of concrete block including sandfill $195.00
Yours truly,
Charlie Vandervort
City of Newport Beach
3300 %, Newport Blvd.
Newport Beach, Ca. 92660
Attn: Mr. Ken Perry
March 15, 1969
Bet Bsetrooms and
Parking Xat
The quotation for changes requested are hereby submitted:
Install is PVC phone line underground to pay phone
Install electric service to pay phone underground not overhead
Install 2" rigid conduit electric service from sdisca manhole to
new meter
Raise restroom grade 0.25 feet
Delete is electric service
Install concrete block with colored grout
The above work is quoted for a total of Nine Hundred Ninety
Dollars ($990.00)
In addition we request fourteen days extension of completion date
for Changes 1, 2, and 3,
Tours truly,
C.E. Vandervort, Jr,
19616 i
Q3atjjjj
CITY OF NEWPORT BEACH
PUBLIC WORKS PROJECT CHANGE ORDER
CHANGE ORDER NO. 2 DATE March 12, 1968
CONTRACT NO. 1153 PURCHASE ORDER NO. - BUDGET NO.26 -7795 -049
CONTRACTOR'S NAME THE VANDERVORT COMPANY
PROJECT NAME AND NO. CONSTRUCTION OF RESTROOM AND PARKING LOT AT WASHINGTON
STREET AND BAY AVENUE
ACTION:
Remove and dispose of concrete slab floor of former fire station*
the existence of which was not known until site clearing commenced.
Total amount change order No. 2 $450.00
APPROVAL:
/z -GP/'
eld En neer
CONTRACTOR: 't0 V&ndertort Co.
BY
DATE IHsoh 13, 1966
cc: Purchasing
CITY OF NEWPORT BEACH
PUBLIC WORKS PROJECT CHANGE ORDER
CHANGE ORDER NO. 1 DATE March 12, 1968
CONTRACT NO. 1153 PURCHASE ORDER NO. - BUDGET NO 26 -7795 -049
CONTRACTOR'S NAME THE VANDERVORT COMPANY
PROJECT NAME AND NO. CONSTRUCTION OF RESTROOM AND PARKING LOT AT WASHINGTON
STREET AND BAY AVENUE
ACTION:
1. Add one floor drain in men's restroom.
2. Substitute 2" copper water line and one 2" gate valve for 1"
copper water line and one 1" gate valve on line from water
meter to restroom building.
Total Amount Change Order No. 1 $305.00
APPROVAL:
eld Enqin
CONTRACTOR:qq The TwAervort Go.
BY (�
DATE Narah 13, 1966
cc: Purchasing
b`13- 32 i 2
March 11, 1968
City of Newport Beach
3300 W. Newport Blvd.
Newport Beach, Ca. 92660
Re: City of Newport Beach
Restrooms and Parking
Lot, Washington at Bay
Attn: Mr. Ken Perry:
The quotation for changes requested are hereby submitted:
Add one (1) floor drain in Men's Restroom
Substitute two (2 "). inch for one (1 ") inch copper piping
from water meter to restrooms, (sprinkler lines no change)
The above work is quoted for a total of three hundred five
dollars (0305.00).
Yours truly,� /
C.E. Vandervort, Jr.
• i
February 26, 1968
TO: CITY COUNCIL °3
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF RESTROOM AND PARKING LOT AT WASHINGTON STREET AND BAY
AVENUE (CONTRACT NO, 1153)
RECOMMENDATIONS: G �V
1. Adopt a resolution- awarding the contract to the Vandervort Company to
construct Alternate "B" for $16,781,58, and authorizing the Mayor and
City Clerk to execute the contract,
2. Authorize the Finance Director to encumber funds in the amount of
$18,660,00.
DISCUSSION:
Four bids were received and opened in the office of the City Clerk at
10:00 A.M. on February 20, 1968:
TOTALS
BIDDER ALTERNATE 'W`— ALTERNATE "B"
The Vandervort Co. $16,498.38 $16,781.58
Santa Ana
R.W. McClellan $17,010.84 $17,178.84
Costa Mesa
D,C. Muralt $18,858,00 $19,146.00
San Clemente
V. E. Wood $22,723.25 $22,77115
Corona del Mar
Alternate "B" provides for 480 square feet of colored exposed aggregate
sidewalk around the building at a cost of $576.00 in place of 480 square feet of
colored rock salt finish sidewalk at $292.80
The low bid for Alternate "B" is 10% less than the engineer's estimate
of $18,660.00.
The amount budgeted in Account No. 10- 7795 -096 is $19,500.00
The total estimated cost of the project is:
Demolition (Previously completed) $ 840.00
Contract Amount 16,781.58
Materials by City 1,000.00
Utility Connections and Contingencies 878,42
Total estimated cost APPROVEDDBY �JTY COUNCIL
,LW�.:
DATE
I.
Subject: Contract Noe 1153
Page 2
It
The Vandervort Company has previously done work for the City, having
built the latest addition to the Headquarters Fire Station, and remodeled offices
in the City Hall,
Materials by the City include topsoil, plant material, sprinkler system
in planting areas, and parking lot striping, Utility connections will include a
special underground electrical pull box to the specifications of the Edison Company
and a new 2" water service and meter which is required to operate the flush valves
specified°
The plans were prepared by the Planning, Building and Public Works
Departments,
The estimated date of completion is June 5, 1968,
eph Devlin
Tic W s Director
:naj
x
n
i
O
AM
P.
c
i
Z O
o z -- 11
Z ;,O F
mn
m n_
A -i n
(n z Z
O
C
n
O
0
Sn
n
xZ
°0 -U)
C)r
�j0
<4
L y
C
� r°
m
1
O
-p•1
!.
T
.r
:r
n
.0
<n
C
3
3
n
�
n
ul
-
7
J
S
3.3
S
J
3
-I t.
z
I
i
LJ
A.
Uf
C-
�
r
'i
I i
2
+
rr>
oil
0
I
r
ro
p
�
of
o
a
t
IIo
9
9p0
00
0
o
t—
p
.
N
r
U
!'
o,,
fn
o
I-r
of
(A
Cn
Z.
I
I
z
m z
J
I I
LO
!
IC
O
cIbb
ca
i
t���
Ate
�A�AJOO��A
a
K rn
Y m
O
pp
E
o
oiFros
P�
Q>
Q>
D
0000
000c
zm
p
i
Ip
I
r->
010
o
o
q
,
r
r -°
as
c
cg
�7i�
006
t
e
I
3
{a
J
N
IV
I
I
O
O?
I
I
G
y i
z R
l
i i l
'
o
`
F
!�.
NO.
co
0
1110
�,
o
bt1�o0O
Z+t�z
OD
Sri
W
m
i
?D
o
N
-,n
w
to
0
A
y
O
w
9
-0
O
D O
�
To
jv°
c
6`:o
o
J
r
e
o
o
o-
�o.r6,
N
C)
-3
ri
U1
;.
1
J
o
f
o
Jt
n to 3
��_�2:
p�
O
I ?
I j
E o
v
a
`•.V
A`
J
-a
J'
rV
_
J
N
OD
O
N
1A
m r
°
trjOro9vN
L71
G-
Z:
p a
i
! 1 i
9
Oy
oo
il
Cr�e
n00;,
y(
o0wo
ol�0°}�O
1
op
�o06ry�
vi
0
I
OS01
o�(ON
�.
Iz.Zn�
1 y
I
O
!
p
o
Poor
0
ooio
0
0
0
o
0
s�toC,
0
0
0
=;r3
,A
� CU 1 i � �
v7
} !
S
r
�
Q
is
N
i�
'�
`•
tvw
N
V1
ouos�,cry
4'
'�'
—
N
N
oow
O
A��?�r
f11 { '�
orp�(J�e0
�0
O
A
-
�O
O
O
z�t1
0l0
OI
OO�C10
(O�
pO
pO
-i
le
o03n
Cy
iam'
f
II•�C
y
I
it
��a
ti1
v
o�
Qn
{
}
'i- �:�.iw
S 9 '
-ei�p
o
1
'�O
;Tl
_
J
:✓!'
O
r�
o
�D
o
O
J
i01
J
VI
Ci
P
O
''A
VI
.�
O n
Z (•1
�p
q
�0
E
�
IIo
9
0
+ gg }o
LL
I
}
0
0
0
0
0
o
trio
o
o
0po
0
0
0
a
10
c
i
Z O
o z -- 11
Z ;,O F
mn
m n_
A -i n
(n z Z
O
C
n
O
0
Sn
n
xZ
°0 -U)
C)r
�j0
<4
L y
C
� r°
m
1
O
-p•1
!.
T
.r
:r
n
.0
<n
C
3
3
n
CiTM OFOWPORT BEACH - PUBLIC WORKS DEF!'MENT
` CONTRACTORS CHECK -OUT LIST `
10:00 AM
BID OPENING Feb. 20, 1968
PROJECT WORKime DAYS See SPec,AL PZ*wo3i0 U5
AT WASHINGTON STREET AND BAY AVE. C -1153 DEPOSIT REQUIRED -'
ENGIMEER /S ESTIMATE r /91 500
NO.
NAME AND ADDRESS
PHONE
DEPOSIT
REMARKS
Kinsfather Plumbing
619 E. Bay Avenue
673 -5600
_
1.
Balboa C.I.
IbAI�Y COIVSr& -VC-' 10A) Co
2
4ag S. li+�. 5 -26 ET - ?ool $le
Lo> A •C, CALI F01Z 4 A c1001'?
i
3
15-40 C. EA+NGee L1v E'w1UE
s4,7 -8821
-
SAtiTA ALL/i CALI F0401A 82707
Q.y,/, MoGLE'LLAN Sa NS
C O M M C iZ C+ A L WA V
SIB - 551 1
COSTA MESA CA"1FQP-"4A 92(027
J�zowslcl � Iv1A2KEL
Z(,Iq W. EJ+MGfIZ AVENUE
545 -5531
n+rA A.+A CA sea IxNIA 927o4
e. L. WHITE Co.
4O.
IZ311 CHAPMA,.1 FIVE. Su, -rF- 120 A
1038'3143
�.
ae ..l Grovr- CALIFo2NlA 944. 40
$vL L.Y - /NILLE2 C'o l.lrQ gcTIN6 Co,
7,
?.o. Sox 43Z
639- 1400
0 2 A WIGS CA L. I F O SZ tJ I A 9 'Z Io V 9
54 Z- 5700t0
.S.J COO w- $0115 ZN G.
8,
ZOZS PLAGEuTIA Av'¢IJvt
*-8 -1262
CosrA McsA CALIFOrz NIA R210 Z7
GiZIFPOTH Co-
ri,
P. o. 'Sox 395
549 -Z291
C"rA MESA, CAI-#F02N1 A 92102
C. MV It A 1.T CO.
10.
400 1 CALLS JO-JO
--
L6MEI.ITE IFo2W,A 924.72
11.
2333 C. COAST /1/6l -I WAY
(075 -5(081
C_o .j c` M CALIF02,41A
C.20FT f mevl L.L_z
/Z.
223 ZI?T S'TZcET
f075 -372.8
AicWPOZ7. d3eACH CALIFo R.NOA
HIGso)4 CousTeuc,rlo+.l Co. -1u G,
13•
,
143Z V✓. +aAY AVe+.IVC
1e7-8� J23
� ����
NCv1POe,r 8CACH CALIFOQMIA
-THZ FQEO MASH CO.
W. jZ Nn ST2gET
lo75�3Z32
'•
.l. .__ -_ a -_ -.. /•m. .ewe ..I.d
>Y'
IPA G C Z
C i TY OF VORT BEACH - PUBLIC WORKS DEP4&4ENT %� _ �� ��
CONTRACTORS CHECK -OUT LIST
BID OPENING
PROJECT WORKING DAYS
DEPOSIT REQUIRED
ENGINEER'S ESTIMATE
L -1153
NO.
NAME ANO ADDRESS
PHONE
DEPOSIT ..
REMARKS
CHAQLES G. WAQZ6N 4 SOWS, ING•
157.
7-05.3 NEWPORT tb Lvao.
548`207')
Coss A MESA CA4_iI:0FZ 11A CIZI.2
Roy CoLl..INS I.4c
/lo•
730 5:. JAMES PLACt
"Ew?olZr- 13EActi CALIFOB,LIIA'
IZOLA IJ D GISE"
/'y•
Z595Z AvEN1DA MA21 PC-SA
w
JJ'%j CAPIST2 A N o CA 1.. 9Zb75
//SAU
.�,yU�p1 A1u TT Co NSTTL VLT�ON GO
842 -8707
.
18•
7C74Z Cbl1xCoE2 AvE" V'c
94?--670R
NT CAcm LIF R I A 'IL
.
14A2LAn1 J• GOObSCLL
/9.
11942 S.W. IZEO NIcL AVEWVF-
544-3429
SANTA ANA C LIF02,4,A 97705
6Eµros 1 13,zaTHc 2S
20.
1001A n.H SAM L_ e-0 A a
fo35 -4672
CAI �oszN I A z
11u6.1 M, IJE:IGrjeoUe Jz
2/
1227 W. S'AuITA CLAZA
5'42 -4SI0 1
SA.�-r-A A 9270b
TMr VAIJOEevOZr CLO
22
iota E . 4L4 5re E Er
543•'8237
--
CALI 02.N IA
C.S. a6YD Co.
23.
4500 CAMPvS 3%@IvE SUIT' IZ4
540 -2313
^
&16vvp0IC.T 9EACN CAL% FORMA
ArL.AS 3 u L.DE2S
Z4•
2437-, /JEwPocT $L.vo
545 -9443
--
' MES CA` 002111 A 92/027
'
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C -110
March 27, 1968
TO: CITY MANAGER
PLANNING DIRECTOR
BUILDING DIRECTOR
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF PUBLIC RESTROOM AT WASHINGTON STREET
AND BAY AVENUE (C -1153)
Attached is one copy of a request for extra work from the
Vandervort Company dated March 22, 1968.
Please advise as soon as possible whether you consider the
extra charges warranted. The items are as follows:
1. Install underground telephone service to telephone booth
from telephone pole.
$185.00
2. Replace existing underground electrical service from
Edison Company vault to new building.
510.00
3. Substitute colored grout for natural color in building.
100.00
4. Raise building floor elevation 3 inches
195.00
Total Request
$995.00
The second item appears to be necessary, but possibly direct
burial cable could be installed at a lower cost. The last item is
desirable to prevent water from standing against the building, but could possibly
be eliminated.
The status of the project is as follows:
Budgeted Funds $19,500.00
Demolition - 840.00
Contract Amount - 16,781.58
Change Order No. 1
(Add floor drain and sub-
stitute 2" copper water
line for 1" copper) - 305.00