Loading...
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