Loading...
HomeMy WebLinkAboutC-1468(B) - Replacement of Plumbing Fixtures in Beach Front Public RestroomsTO: CITY COUNCIL FROM: Public Works Department (f -IV491 April 8, 1974 CITY COUNCIL AGENDA ITEM N0. H -12 I Ae n3r ) t n' .j „ef1 tpf L IJ: J APR 8 �af4 SUBJECT: ACCEPTANCE OF REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS (C -1468) RECOMMENDATIONS: 1. Accept the Work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the replacement of plumbing fixtures in the beach front public restrooms has been completed to the satisfaction of the Public Works Department. The bid price was: $95,200.00 Amount of unit price items constructed 95,200.00 Amount of change orders 5,321.11 Total contract cost 100,521.11 Amount budgeted in the General Fund (Account No. 02- 1095 -246) $102,298.64 Three change orders were issued: 1. Provided for a delay in the completion date in order to avoid inconvenience to summer beach users. 2. Provided for installation of stainless steel toilet tissue holders at all six restrooms $4,800.00. 3. Provided for repair and replacement of the water service and drain lines to two drinking fountains $521.11. The design engineering was performed by F. T. Andrews Inc. of Fullerton, California. The contractor is Means and Ulrich of Santa Ana, California. The original contract date of completion was July 17, 1973. On July 9, 1973, the Council extended the date of completion to October 31, 1973. After resuming work in October, the contractor still experienced delays in obtaining plumbing fixtures, some of which had been on order for nearly six months. The work under the original contract was completed on November 27, 1973. Due to a shortage of stainless steel, the installation of the toilet tissue holders was not completed until March 28, 1974. oseph Devlin Public Works in GPD:hh !J CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard TO: F. T. Andrews 1343 West Valencia Drive Fullerton, CA 92633 ATTENTION: Mr. Frank David SUBJECT: Beach Restroom Rehabilitation We are transmitting the following: 0 Date _. April 10, 1973 No. Copies Description 3 Remarks: Please review and comment. Copies to: KLP:hh Att. Sets of specifications submitted by the contractor for plumbing fixtures. M Kenneth L. Perry Project Engineer SPECIFICATION FOR S ANDARD OWNER BEACH R "'STAOU!vt FIFHAB. N7.;','P0RT BEACH, CALI7. PROJECT ARCHITECT ENGINEER SUBMITTED BY PLBG. OF Svl,'TA ANr_., CLLI.�'. DATE y X L inn a! Y. Con- T. F "D SPECIFICATION FOR S ANDARD OWNER BEACH R "'STAOU!vt FIFHAB. N7.;','P0RT BEACH, CALI7. PROJECT ARCHITECT ENGINEER SUBMITTED BY PLBG. OF Svl,'TA ANr_., CLLI.�'. DATE SPECIFICATION FOR OWNER BEACH RESTIACOM REHAB. NEV;PORT BEACH, CALIF. PROJECT ARCHITECT ENGINEER SUBMITTED BY FLBG. OF S.vI�TA ANA, CLLI.?. DATE Date - aPPRQ'E-T —.,l 7,EAMERICAN s on�� w,. r, 'an- STANDARD f.loos°u n -3r -c� :0 L P. T. A�' "DEWS & :1U.1krton, Cali'orrlo SPECIFICATION FOR OWNER BEACH RESTIACOM REHAB. NEV;PORT BEACH, CALIF. PROJECT ARCHITECT ENGINEER SUBMITTED BY FLBG. OF S.vI�TA ANA, CLLI.?. DATE e AMERICAN STANDARD catalog number 3-11 ..... -. Instanto* toilet Instanto toilet — blowout action —elongated bowl —wall mounted - 11/2" back spud— vitreous china 2509.057 (less seat) note — minimum working 2515.013 integral seat pressure of 25 lbs. re- (F 2509 / F 2515 previous plate numbers) quired at valve while flushing nominal dimensions 14° Cj n�nnd noo, suggested seat for above toilet suggested flush valves for above toilet Church American- Standard 5321.070 (9400K) Posturemold* or Delany suggested flush valves VS 5320.114 (9500C) Moltex* (shown), heavy -duty solid plastic, open Sloan Flush o front seat, with stainless steel check hinge * - Flush Valves X44/4' _'�10 V I.P. S. SUPPLY 0 Q "L" DIM. 334" FOR CENTER LINE O'" TO 1 WALL OF FIXTURE T 14'.: I 36 143 .d F ek r< •� k . , e 143 y a,., >« +,• w; "k' 143 Quiet Concealed Closet Flush Valve, Rough Brass, for 33/4" 30 1313 143 either left or right hand supply, 1 -inch I.P.S. wheel handle 33/4" 30 1315 143 Bak -Chek angle stop,adjustable tailpiece, vacuum 30 1320 143 y 43/4" breaker, elbow flush connection and spud coupling for 143 L -3 43/4" 30 1323 1'h -inch concealed back spud, metal oscillating non y 43/4" 30 1325 143 hold handle for wall 0 to 1 -inch thick. Exposed parts 63/4" 30 1340 143 Y6 Chrome Plated. See note (d) below. 30 1341 W L -3 63/4" 30 1343 143 Y 1 63/411 30 1345 143 83/4" z 143 Y 83/4' 30 1361 143 L -3 Name of valve — Royal, Crown or Naval. 30 1363 � � 4 W E K r �� +y5 i,.e,• << s 83/4" 30 1365 143 103/4" 30 1380 Installation number -143. y 103/4" 30 1381 143 L -3 103/4" 30 1383 ., Y Letters designating variations, if any. (Extend 30 1385 PAGE 127 for reference to variations). Example —Royal 143YB ' goo "L" Dimension which is wall thickness (W) plus 232- 1 inches (or face of finished wall to center of supply). i Convert to Code Number using table below: To order Royal Flush Valves .;4. Insert 1 in box 1 . Qr To order Crown Flush Valves - Insert 2 in box 2 . To order Naval Flush Valves • -. ;;,I,,, ., _ . - Insert 4 in box 4 . Example —Code number for Royal 143YB (33/4 in. "L" Dim.) is 3011311 X44/4' _'�10 V I.P. S. SUPPLY 0 Q "L" DIM. 334" FOR CENTER LINE O'" TO 1 WALL OF FIXTURE T 14'.: I 36 143 33/4' 30 1310 143 y 33/4" 30 1311 143 L -3 33/4" 30 1313 143 Y 1 33/4" 30 1315 143 43/4" 30 1320 143 y 43/4" 30 1321 143 L -3 43/4" 30 1323 143 y 43/4" 30 1325 143 63/4" 30 1340 143 Y6 63/4" 30 1341 143 L -3 63/4" 30 1343 143 Y 1 63/411 30 1345 143 83/4" 30 1360 143 Y 83/4' 30 1361 143 L -3 83/4" 30 1363 143 Y 83/4" 30 1365 143 103/4" 30 1380 143 y 103/4" 30 1381 143 L -3 103/4" 30 1383 143 Y 103/4" 30 1385 NIAMERICAN STANDARD catalog number ❑ 6500.011 3/4" top spud (F 6500 previous plate number) nominal dimensions II G� 1 I' IMW.�A Flush valve: �J 0 Washbrook urinal Washbrook vitreous china washout urinal -3 /a" top spud — outlet connection threaded 2" inside —wall hangers a a n i n Newport Beach Area Res*m Rehabilitation. TECHNICAL DATA SIZE - CAPACITY Semi - circular Washfountains are available in 54" or 36" diameters. Simul- taneous capacities bases on historical useage are: 54" Semi- circular ................4 Users 36" Semi- circular ................3 Users For additional information on capacities, please see page 1/3. TYPE Washfountains are typed according to their supply and vent arrangements and their method of operation —foot or hand control. (More than 98% of all Washfountains sold are foot controlled.) See illustrations below for type designations. BOWL MATERIAL MOLDED BRADGLASC— Composed of reinforced thermosetting polyester resins, finely ground inorganic fillers and fade resistant pigments. This mate- rial is precision formed under heat and extreme pressure in matched metal molds, producing a finished bowl which is colorful, and extremely durable. Bradglas bowls are 85% lighter than precast stone yet comparable to steel on a strength -to- weight basis. They are highly resistant to abrasion, acid and corrosion and will not chip, peel or flake. (See page 1/15 for additional in- formation.) The bowl has a uniform thickness of ''/4" and has an integral backsplash. The underside is structurally reinforced by equally spaced radial ribs ' /a" wide by 3/" high. PRECAST TERRAZZO— Composed of approximately 85% stone with 15% binder. Heavy steel reinforcing rods are cast into the bowl, Bowl with integral backsplash is ground, polished and finished with epoxy resin to improve erosion resistance and appearance. STAINLESS STEEL —One piece pressing of 13 gauge stainless steel polished to a z4 finish. ENAMELED STEEL —One piece pressing of 13 gauge steel finished in acid resistant vitreous enamel. BOWL COLOR SELECTION Bradglas, precast and vitreous enamel bowls are available in a wide range of colors. Please see pages 1/13-14 for selection. PEDESTAL CONSTRUCTION Pedestals consist of die formed legs, upper braces, scuff bases and panels Legs are 11 gauge galvanized steel. Upper braces are heavy gauge steel coated with a rust preventative. Scuff bases are galvanized and bonderized steel r sa. finished in high temperature baked gray hammertone enamel. Steel panels are galvanized and bonderized, and vinyl clad in colors to harmonize with bowls. Panels for Bradglas Washfountains are vacuum formed acrylic sheets reinforced with fiberglass backing. Standard pedestals for precast and metal fountains have straight vinyl -clad steel panels and gray hammertone scuff base. Optional tapered acrylic panels available at extra cost for metal bowls. Standard pedestal for Bradglas Washfountains have tapered acrylic panels and gray hammertone scuff base. Optional vinyl -clad pedestals also available. Straight stainless steel pedestal panels and scuff bases available on all Wash- fountains at extra cost. See page 1/16 for details. STANDARD EQUIPMENT Bowl and pedestal as described above plus the following fittings: three quart white nylon dispenser for powdered or liquid soap, (specify choice); spray - head w /stainless steel supporting tube and bowl gasket; spud w /locknut and beehive strainer; brass supply pipes; mechanical mixing valve; volume control valve; two combination stop- strainer and check valves; slow closing foot valve with complete foot operating mechanism or hand control assembly. Type CFC Srupphes and van'. through wall of floor. P trap not furnished by Bradley. Type CFC-9 Supphes from above centrally using vent. Special trap fur dished by Bradley. CFCBH Supplies from below or through the wall centrally rising vent. Special trap fur. nished by Bradley. Supply and Vent Typical for Hand Control Models -This information is subject to change without formal notice. Type CFC-10 Scp,las from above vent off drain t, rough wall or floor. P trap not furnished by Bradley. 1/7 a s Bradglas 54" Diameter Shown Optional metal dispenser and stainless steel scuff base shown 1 SAMPLE SPECIFICATION Washfountains shall be Bradley foot operated 54" semi - circular Type CFC' with supplies from below and vent off drain having Desert Yellow Bradglas bowl with gray pedestal panels and all standard equipment, including powdered soap dispenser. CFC and Desert Yellow chosen as example only. Select type and color as appropriate to job. Also select optional equipment, page 1/16 -1B. PIPING To insure adequate water pressure, 1" supplies should be brought to the Washfountain. Over- head supplies must be reduced to ' /a" copper tube to pass through support tubo. Check valve Inlets are 1 /2" IPS. Stainlaee steel ehroude are available at extra cost to conceal overhead piping. Waste outlets 2" IPS. See page 1 /21 -22 for rough -in information. ®I BRADLEY CORPORATION W1421,19101 Fountain Boulevard Menomonee Falls. Wisconsin 53051 1p X D O r m 0 O D 0 O D O Z if v ■ r •C K to Z G7 T X -I C D M CA 1 :6 BRADLEY SEMI- CIRCULAR WASHFOUNTAINS SPECIFICATION CHECK LIST I� - 2. TYPE 3. BOWL MATERIAL 4. BOWL COLOR 1. SIZE 6. SPECIAL EQUIPMENT For details on the following extra cost items of special equip- ment, please see pages 1/16 -18. El 54 inch Diameter Semi - circular -4 Users i � ±j 6. FREQUENTLY SPECIFIED ITEMS x/36 inch Diameter Semi - circular -3 Users ❑ No. 222 THERMOSTATIC MIXING VALVE . - Gi., /� ).H1 't- -'�" L—._—__ - -' ' ". Tamper -proof Vernatherm mixing valve thermostatically _...._- __.' maintains comfortable washing temperature. 2. TYPE ' r ` "' [r� RESTRAINING BRACKET Provides added rigidity for sprayhead support tube assem- Foot Controlled Hand Controlled bly on Washfountains without centrally rising vents. Spec - [irCFC 4-- - CHC ❑ ify for all school applications. Supplies Below /Vent off Drain t ❑ METAL SOAP DISPENSER ❑ CFC -B CHC -B ❑ PAPER TOWEL DISPENSER ASSEMBLIES Supplies Above /Centrally Rising Vent No. 255 C -Fold, Multi -Fold Dispensers (2) ZSee important ❑ CFC -H CHC -H ❑ ❑ No. 256 Single -Fold Dispensers (2) note page 1 /16 Supplies Below /Centrally Rising Vent �- ❑ STAINLESS STEEL PEDESTAL ❑ CFC -O CHC -O ❑ Straight, No. 4 finish stainless steel panels and scuff base✓ Supplies Above /Vent off Drain ections. TAPERED ACRYLIC PANELS Available for use with stainless steel and enameled steel 3. BOWL MATERIALS bowls. (Standard equipment on Bradglas Washfountains.) f^, ❑ STAINLESS STEEL SHROUD MOLDED BRADGLAS BOWL Stainless steel tube conceals overhead piping. Floor to ❑ PRECAST TERRAZZO BOWL ❑ ceiling height _-_. JUNIOR HEIGHT ❑ STAINLESS STEEL BOWL - .. Use for elementary school applications. (No extra charge.) ❑ ENAMELED STEEL BOWL ❑ BACKSPLASH For stainless steel and enameled steel Washfountains. 4. BOWL COLOR SELECTION (Backsplash standard on Bradglas and precast.) OTHER SPECIAL EQUIPMENT Please see pages 1/13 -14 for bowl and pedestal SOAP DISPENSING OPTIONS panel color samples. No. 280 Cube Adaptor for Individual Soap Dispensers Molded Bradglas Precast Terrazzo ❑ No. 282 Lather Valve Assemblies (2 Valves) ❑ Arctic Blue ❑ Granito (Standard)* CONTROL OPTIONS ❑ Capri Blue ❑ Vari- Colored ❑ Tape Switch Foot Control ❑ Salmon Red Marmorite [] Pump Waste Discharge Assembly Brick Red ❑ Black & White Pump in pedestal discharges waste to remote drain. ❑ Surf Green Marmorite ❑ Arranged for Operation by the Handicapped ❑ Spring Green ❑ White Marmorite Sectional Foot Control Desert Yellow ❑ Sage Green •)° ❑ Two,Section (64" Only) ❑ Apache Gold Marmorite Sectional Hand Control ❑ Driftwood Beige Enameled Steel [] Four Section (54" Only) Slate Gray White (Standard)* Two Section ❑ White Marble ❑ Mint Green ❑ Gooseneck Spouts —Hand Control Only ❑ Forest Green FLOW CONTROL ❑ Sky Blue Helps compensate for pressure fluctuations. ❑ Citrus Yellow OPTIONAL SUPPLY FITTINGS ❑ Sun Tan ❑ Drinking Bubbler Mounted on Backsplash • Granite and White Enamel are lower in cost than V ❑ Mixing Faucet Mounted on Backsplash Marmorites and colored enamels. [] Backsplash Drilled to Accept Fitting by Others. Specify Fitting aS. SOAP DISPENSER Hose Bibb— Projects Through Pedestal Panel ❑ Liquid [PISPECIAL EQUIPMENT NOT CATALOGED ❑ Powdered Describe Below _ - All metal pedestal�_rts ❑ Without Soaq Dispenser to be stainless steel or galvanized St SPECIFICATION SUMMARY (INDICATE SELECTIONS) 1. SIZE 2. TYPE 3. BOWL MATERIAL 4. BOWL COLOR 5.SOAP DISPENSER 6. SPECIAL EQUIPMENT - mna "I 1:1k_ :. u s s 'r , SMITH BEST B V TEST 1% i FLUSH WITH FLOOR OR ON THE FLOOR TYPES ■ FUNCTION: Provides a means of collecting solids such as metal chips, plaster and stones which other- wise would enter the drain line causing line stoppage. The Fig. 8710 small capacity interceptor is ideal for dental offices or similar establishments where the unit can be mounted directly under the sink and used to recover precious metals as well as intercept plaster and other harmful debris. The Fig. 8715 is a larger capacity interceptor and is preferred for floor mount installation in hospitals and similar establishments where a greater amount of solids are anticipated in the drainage water. Units are cleaned by removing cover and lifting basket and screen assembly vertically out of the body. REGULARLY FURNISHED: White Duco Coated Cast Iron Body and Lumaloy® Cover and Sediment Basket with Removable Bronze Screens. NOTE- ALLOW 91" ABOVE INTERCEPTOR FOR REMOVAL OF BASKET. 7 Dia. 6 N 10% Inlet i A T_ II; Fig. 8710 A- I.P.S. - 11 or 2 }3 OPTIONAL MATERIALS: A.R. Porcelain Enameled Inside and /or Outside — NOTE: ALLOW 14" A ABOVEINTERCEPTOR Outlet l� FOR REMOVAL OF BASKET. Gasketed Lumaloy - Cover with Flush /NonSk J/ Cover Type Lift and -17— .. Locking Device 'r- - - - --- -161 Dia.'- i�i }3 A 1 A j Outlet l� Outlet T 12'z,I \Lumaloy /' LA Sediment Basket with Removable Inlet I Bronze Screens .. A= I.P.S. -1 /or2 Fig. 8715 SUSPENDED TYPE FUNCTION: Compact design makes this unit par -6% titularly adaptable for use directly under the fixture in place of the regular "P" trap. Unit will intercept all types of solids —I- 1 4 and precious metals. Interceptor is cleaned and inspected by _A ' removing bottom sediment basket plate and dropping entire T Outlet assembly. s=; � � I .,„ REGULARLY FURNISHED: White Duco Coated Cast Iron Body and 1011 Lumaloy Basket with Removable Bronze I Lumalov Screens. 111 A Sediment Basket Inlet with Removable OPTIONAL MATERIALS: T- Bronze Screens A.R. Porcelain Enameled Inside NOTE: ALLOW 8' /," and /or Outside BELOW INTERCEPTOR Lumaloy Body FOR REMOVAL OF .j- -- - BASKET. %'; -Plog A=1.P.S. -1 %or2 Plug TYPICAL INSTALLATIONS Fig. 8710 or Fig. 8715 Interceptor Removable Sediment Basket FLUSH WITH FLOOR INSTALLATION ion Fig. 8710 or Fig. 8715 Interceptor Removable Sediment Basket ON THE FLOOR INSTALLATION Fig. 8730 Interceptor Removable Sediment Basket SUSPENDED TYPE INSTALLATION • • n .. _ _ ._.., x11_ ,. WALL MOUNTED < Y 8i, This lightweight material available only from WESTERN — POLYESTER AND STONE — the modern material for all your drinking fountain needs. This material combines a hard smooth finish to allow the exact amount of aggregate to match any color or finish. It is lightweight for easy installation. All brass is vandal resistant and locked to receptor. Receptor: Unit with 7" high back. Integral one piece unit in polyester and stone; highly polished with smooth hard finish. Aggregate slightly revealed to match any color combination. Galvanized reinforced steel cage. Bubbler: Western's "W" type bubbler head. Polished chrome plate. Valve: Chrome plated, self - closing cartridge type, cross - arm handle. Mounting: Concealed hanger brackets and two angle clips. Stream Control: Automatic regulation. Waste: Strainer is Integral with bowl. 1 1/4" trap — concealed. Supply: 1/2" FIP screwdriver stop with inlet water strainer. All connections are copper tubing with unions —no soldering. Options (at extra cost): 1. Push button bubbler with automatic diaphragm pressure - volume control. 2. Vandal proof bottom plate. 3. Remote electric water chiller with prime coated steel grille. Shipping Weight: 58 lbs. iViariei `; FP Same as Model 52 except freeze proof. (For installation instructions, contact factory.) Shipping Weight: 98lbs. COLORS: Five standard colors: Grey, Green, Char coal, Beige, VLite. Color samples available on requests Special colors (at extra cost): submit color sample and type of aggregate. 0 0 SPECIFICATIONS: Western Model 52, wall mounted, polyester and stone; galvanized reinforced cage —with auto- matic stream control. Color to be w4 4� 2 &i l 3 r !q8 u , 76 _ �.jn .4 u 3„ a 39 !3� " 30 , SUPPLY 29 WA SiE '/.P,SI 3 I Ig I.P, S. 27 / 7j -- i r 4 Y -- 361 aafa: .�rarnss:- sfa*�=��- r.�cxir,�.<� — .eta..�s�xiaaasuaaa'�u�+mma�x� -: _, ..�•:_.u?�.� ,_ „a::,.�F :r�.e.�.�z3,o�-sna.;aF= SPECIFICATIONS SUBJECT TO CHANGE AT ANY TIME WITHOUT NOTICE u • 0 • 0 E PRE -CAST STONE PEDESTAL MOUNTED MODEL 30 Designed for beauty— designed to last. This pedestal mounted, single bubbler drinking fountain is just the answer for your exterior drinking fountain in entrance ways, court yards, and recreation areas. Vandal proof bubbler and receptor to withstand the most determined vandal. Made from pre -cast concrete to withstand weather conditions or the hardest use. SPECIFICATIONS Model 30 Pedestal: Vibracast concrete pedestal in natural grey tone with gal- vanized welded steel reinforcing cage. Receptor: 20 gauge stainless steel —satin finish. Bubbler: Western Model "S" anti -squirt head —satin chrome plated — locked to receptor. Valve: Self - closing cross or lever arm valve type with renewable car. tridge or push button Model 2PB, vandal proof locked to stainless steel access plate. Plate is 5" x 6 ". (Cross arm type furnished, if not specified). Stream Control: Automatic regulation. Waste: Concealed waste outlet, 11/4" tailpiece outlet. Round vandal proof cap nut with brass strainer. Supply: 1 /2" FIP screwdriver stop with inlet water strainer. Mounting: Surface mounted with concealed mounting bolts. (An. chor feet in base), or unit can be buried 6" in concrete pad. Height: Standard height is 36" (36" bubbler height). Shipping Weight: 24" -110 lbs., 30" -140 lbs., 36" -170 lbs., 42 "- 200 lbs. Options: (At extra cost) 1. Freeze proof units available —see 30FP Specification Sheet. 2. Special colors and finishes for pedestal— submit samples of color and finish. 3. Pedestal available in heights of 24 ", 30 ", 36" and 42" at no extra cost. Heights include recommended 6" bury. 4. Bibb faucet. 5. Matching step. PEDESTAL COLOR AND FINISH INFORMATION Finish: Standard finish is exposed aggregate. Also avail- able in light sandblast at no extra cost. Color: Standard is natural grey cement with exposed aggregate. Other colors and aggregates can be provided on submittal of samples. (At extra cost). SPECIFICATIONS SUBJECT TO CHANGE AT ANY TIME M u PEDESTAL HEIGHT INFORMATION: Surface mounted height• from ground 36 ", 30 ", or 24" may be ordered with 6" bury in concrete pad. Specify 36" plus 6" bury, 30" plus 6" bury, or 24" plus 6" bury. 0 ARCHITECTURAL SPECIFICATIONS: Western Model 30• in pre -cast stone — vandal proofed —valve to be (see valves). Height 36" surface mounted — standard color with heavy sandblast finish. a -- r �g r, p qE v. ••• II SUPPLY r. Ss ' i I i ' • . ?IRS. c 36 may:• III i , NOT FURNISHED (f- •�, F•' III I I •.r WASTE - ?} ITEM 4i gip•:.' I 4 j_t ANCHOR FOOT TO ALL OWJ80LT (3)?EQ•120r J { 2L4 - APART 6 BURY R';�, r ➢�r w SJ - ROUGHING -IN DIMENSIONS MAY VARY PLUS OR MINUS • • "i t+ 3n ` _e Acorn 14- Shower Head j 3/4" SPS Pipe SUPPLY. 123 -1 End Caps by Others Acorn 1761 Single Temp J Penal -Trot Slow Closing Pushbutton Valves w /Stops ti11,41 1 TYPICAL ELEVATION;, i _ 1 4 � 4 ACORN ACME IN -LINE VANDAL PROOF SHOWER 90DULES • 8 Units Required ?{ 4 ti5 MANUFA TURF ; 4 ...� ' .:•� '' Shr Disch Ht a 1A .... DATE.. A;n� r t: 1. ALL exposed screws are tamper proof stainless (concealed fasteners by otherpt 2. Piping is type "L" copper factory preassembled and tested. F; 3. Housings are 14 gage type 304 stainless steel N4 finish. y •' , , 24 �SH -1 116 -3 Modified ACORN ENGINEERING' COMPANY *: Newport Beach Restroom Rehab. 15058 E. Procro, Ave q{�Ny Industry Co..91744 New ort Beach, Calif, i I' Brown - Hallet u.: =e "K ?Y a 4E t[vis, "N 4:. &T Andrews 3/9/73 • • • a J a a F F a Acor*Engineering Company 15058 Proctor Ave. q(ODN Industry, Calif. 91744 TITLE _ -- - - TAMPER —PROOF BUSH BUTTON FAUCET ACORN PENAL -WARE® ASSEMBLY FOR BACKSPLASH MOUNTING SECURITY FIXTURES 2 f3l r4] CELL AREA ° r5l: AT, xh ao. aI'eQ + III�'1 -I �'7 I q q 11 g' o 6 "& A � I --....-]CHASE AREA 4 PLAN VIEW _...9 �� -_T �1J 1 PAT PEND, 1':� CHASE VIEW #1765 -1 LESS MOUTH__9UARA tj FILLER ONLY 21 1 SHADED FOR COLD ONL7Y ASS Mr FSLED SECTION A -A 1, FIXTURE BACKSPLASH 8, PUSH ROD 2, PUSH BUTTON WITH ESCUTCHEON 9, ROCKER ARM & FULCRUM ASSEMBLY 3. FILLER SUPPLY TUBING 10, PUSH ROD ADJUSTMENT ASSEMBLY 4, FILLER- BUBBLER ii. FLOW CONTROL UNIT 5. WALL THICKNESS 12, UNION SUPPLY CONNECTIONS 6, BACK PLATE 13, O -RING OUTLET 7, ANCHORING SLEEVE WITH LOCKNUT 14, INTEGRAL CHECK STOP CHASE VIEW HOT & COLD VALVE FIGURE NUMBER SELECTED HOT & COLD ASSEMBLY ( > #1760 WITH MOUTH GUARD 1)( 3 #1760 -2 LESS MOUTH GUARD #1760 -3 WITH FILLER ONLY OLD OONN Y SSE MBLY #1761 #1761 -2 LESS MOUTH GUARD #1761 -3 WITH FILLER ONLY OPTIONAL VARIATIONS WITH 1/211 NPT INLETS W/ #1769 -11 METERING CARTRIDGE W/ #1769-12 METERING CARTRIDGE FOR WALLS UP TO 12" THICK FOR STEEL PLATE WALLS WITH BACK PLATE FOR #1798 OR #1799 SERIES OPENING TECHNICAL DATA: FAUCET ASSEMBLIES ARE TAMPER -PROOF DESIGN, THEY HAVE UNIQUE OPERATING LINKAGE CONSISTING OF BRASS PUSH BUTTON, PUSH BUTTON CAGE, PUSH RC'. WITH ADJUSTMENT ASSEMBLY AND TYPE 304 STAINLESS STEELROCKER ARM, SPRING AND FULCRUM, PUSH BUTTON CAGE GUIDES AND PRECISELY LOCATES THE PUSH BUTTON, THE ROCKER ARM AND FULCRUM PROVIDE MAXIMUM LEVERAGE FOR EASY PUSH BUTTON OPERATION AND THE SPRING KEEPS THE PUSH BUTTON UNDER CONSTANT TENSION 50 THAT IT IS ALWAYS FULLY EXTENDED, ASSEMBLY IS SUITABLE FOR MASONRY OR CONCRETE WALLS UP TO 8" THICK, THE ANCHORING SLEEVES, PUSH RODS AND FILLER SUPPLY TUBINGARE FIELD CUT AND O -RING OUTLET ADAPTER FIELD SOLDERED TO THE EXACT LENGTH REQUIRED, THERE ARE NO FASTENERS IN CELLAREA ANDALL EXPOSED TRIM IS POLISHED CHROME PLATED, ANCHORING ASSEMBLY CONSISTS OF ESCUTCHEONS, ANCHORING SLEEVES, AND BACK PLATE, ESCUTCHEONS HAVE 1/2" NPS THREADS AND ARE INDEXED "HOT" AND "COLD" FOR MIXING VALVE ASSEMBLIESAND "PUSH" FOR COLDONLY ASSEMBLIES THEY ARE ATTACHED TO THE BACKSPLASH WITH TYPE 304 STAINLESS STEEL SCREWS, ANCHORING SLEEVES ARE 1/2" NPS FULL THREAD CADMIUM PLATED STEEL, AND WHEN SCREWED INTO THE ESCUTCHEON, CAPTURE THE CAGE CONTAINING THE PUSH BUTTON, THEY ARE FURNISHED COMPLETE WITH ANCHOR NUTS AND 3/1611 THICK COATED STEEL BACK PLATE, CONTROL VALVES ARE ACORN PENAL -TROL SELF - CLOSING TYPE WITH CAST BRONZE BODY AND HEAVY DUTY MOUNTING LUGS, BODY HOUSES REPLACEABLE CARTRIDGE WHICH CONTAINS ALL WORKING PARTS INCLUDING THE MONEL METAL SEAT, REPLACE- MENT CAN BE MADE FROM THE CHASE WITHOUT DISTURBING THE BODY,ALL VALVES HAVE SCREWDRIVER STOPS WITH 1 /2 "N CT INLETS WHICH ARE REVERSIBLE FOR SUPPLY FROM ABOVE OR BELOW, IN ADDITION, HOT AND COLD VALVES ARE PROVIDED WITH INTEGRAL CHECKS TO PREVENT BYPASSING OF HOT AND COLD WATER, DELIVERY IS REGULATED WITH REMOVABLE 0 $ GPM FLOW CONTROL UNIT, OUTLET CONNECTION IS O-RING TYPE AND PROVIDES 114" PLUS OR MINUS ADJUSTMENT, FILLER- BUBBLERS AND FILLERS ARE CAST BRONZE, FILLER - BUBBLERS ARE NON - SQUIRT DESIGN, MODELS WITH MOUTH GUARD CONFORM TO AS A STANDARDS Z4,2 -1942, MODELS WITHOUT MOUTH GUARD ARE PREFERRED BY SOME PENAL AUTHORITIES BECAUSE THEY CANNOT BE USED AS A SUICIDE DEVICE, ALL ARE ATTACHED TO THE BACKSPLASH WITH TYPE 304 STAINLESS STEEL SCREWS, FILLER SUPPLY TUBING IS TYPE "LI' COPPER WITH A FLARED CONNECTION FOR THE FILLER AND AN O -RING ADAPTER FOR THE VALVE OUTLET CONNECTION, BY 1 .G.Le 1 a¢e anuwn 1 xevuiun 1 ppwWinb nuna[R I FIGURE NUMBER 3/14/71 I TJS I NS I NONE I - -- 1 9/1/72 I 1760.10 I 1760 & 1761 SERIES C- 1468(B) See Contract File for Beach Restroom Rehabilitation Plans CITY OF NEWPORT is BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 6(F) FOR PERIOD ENDING April 1. 1974 PROJECT Ranlacament of Plumbing Fixtures in Beach Front RestrOOMS BUDGET NO. 02 -1095 -246 CONTRACT NO. 1468 1/72 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT AMOUNT COMPLETE EARNED 1. Rehabilitate Restrooms at Newport Pier, 15th Street; Balboa Pier $55,700.00 100% $55,700.00 Additive Item #1 15,700.00 100% 15,700.00 Additive Item #2 16,700.00 100% 16,700.00 Additive Item #3 7,100.00 100% 7 100.00 9 C. 0. #2 4,800.00 100% 40800.00 C. 0. #3 521.11 100% 521.11 $100,521.11 Original Contract $95,200.00 Extras to Date 5,321.11 Contract to Date 100,521.11 Send payment to: Amount Earned 100,521.11 Means and Ulrich Less I= Retention 4,760.00 1629 E. Edinger Avenue Less Previous Payments 90,440.00 Santa Ana, CA 92705 Amount Due this Request 5,321.11 I hereby certify that the above amounts and values are correct. SIGNEq��-�� �� SIGNED MEAN" ULRICH Field gineer ra or i ��'' -7Y BY " 2� Larry, . Means, Exec, Vice President CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. a DATE April 1, j974 CONTRACT NO. 1468 PURCHASE ORDER N0. -- BUDGET NO.02- 1095 -246 CONTRACTOR'S NAME Means and Ulrich PROJECT NAME AND NO. Replacement of Plumbing Fixtures in Beach Front Public Restrooms ACTION At the Corona del Mar (south) restroom building, repair and /or replace the drinking fountain drains and water supply lines as directed. The cost of the work, performed on a force account basis, is: $521.11. Reference: Means and Ulrich invoice dated March 30, 1974. APPROVAL: Field E CON CT0y� M S & d H BY Larr Means, Ex6c. Vice President DATE Apr' 4, 1974 Purchasing 0 - CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 2 DATE December 13, 1973 CONTRACT NO. 1468 PURCHASE ORDER NO. BUDGET NO. 02- 1095 -246 CONTRACTOR'S NAME Means & Ulrich PROJECT NAME AND NO. Replacement of Plumbing Fixtures in Beach Front Public Restrooms ACTION: Per your written offer of June 7, 1973 to perform additional work as set forth in a document captioned "Considered Change ", dated May 16, 1973: Toilet Room Accessories Furnish and install approximately 325 toilet tissue holders and 40 sanitary napkin holders for the Lump Sum price of Enclosure Doors at Newport Pier Restroom Furnish and install three toilet enclosure doors at Newport Pier Restroom for tW LUmp Sum price of Newport Pier Drinking Fountain Delete water service line from the contract. Deduct from the contract the Lump Sum of APPROVAL: Fiel T En Original Contract Amou Add Change Order No. 2 Revised Contract Amoun C cc: Purchasing $4,650.00 450.00 - 300.00 $4,800.00 95,200.00 4,800.00 $100,000.00 VICE PRESIDENT CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. g FOR PERIOD ENDING January 10- 1974 ..� BUDGET N0. 02- 1095 -246 CONTRACT NO. 1468 1/72 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT T AMOUNT COMPLETE EARNED 1. Rehabilitate Restrooms at Newport Pier, - -- -- --- -- � - - - -__ - -�` 15th Street; Balboa Pier $55,700.00 Additive Item #1 15,700.00 i 100% $95,200.00 Additive Item #2 16,700.00 Additive Item #3 7,100.00 Original Contract $95.200.00 Extras to Date Contract to Date 95.200.00 Send payment to: Amount Earned 95.P00.00 Means and Ulrich Less AN% Retention 4,760,00 1629 E. Edinger Avenue Less Previous Payments 84,570.00 Santa Ana, CA 92705 Amount Due this Request 5,870.00 I hereby certify that the above amounts and values SIGNED /4 /'_X�,,F, SIGNED 0( I' /� 7b BY 41 2. CITY OPNEWPORT BEACH - 46 PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 3 FOR PERIOD ENDING October 26, 1973 PROJECT Replacement of Plumbing Fixtures in Beachfront Public Restrooms BUDGET NO. 02-1095,246 CONTRACT NO. 1468 1/72 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT AMOUNT COMPLETE 1 EARNED 1. Rehabilitate Restrooms at Newport Pier, 15th Street; Balboa pier $ 55,700.00 Additive Item #1 15,700.00 72% $68,885.00 Additive Item #2 16.700.00 Additive Item #3 7,100.00 $68,885.00 See Contractor's Payment Request dated October 26, 1973 I i i t 1 Original Contract $95,200.00 Extras to Date Contract to Date 95,200.00 Amount Earned $68,885.00 Less 10% Retention 6,888.50 Less Previous Payments 20,167.20 Amount Due this Request 41,829.30 I hereby certify that the above amounts and values are correct. SIGNED��W ✓ SIGN Field Englne Ov l/ 6 73 Send payment to: Means and Ulrich 1629 E. Edinger Avenue Santa Ana, CA 92705 CITY Oi-TJEWPORT BEACH - PUBLIC WORKS DEPARTMENT 10/70 PROGRESS PAYMENT REQUEST NO. 1 FOR PERIOD ENDING April 30, 1973 PROJECT Replacement of Plumbing Fixtures in Beach Front Public Restrooms BUDGET NO. 02 -1095 -246 CONTRACT NO. 1468 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED Base Old Rehabilitate Restrooms at Newport Pier 15th Street,, Balboa Pier ;55.700.00 13.11* $79302.00 Addit ve Item No. 1 150700.00 0 0 Additive Item No. 2 16,700.00 0 0 Additive Item No. 3 7.100.00 0 0 Total Amount Earned $79302.00 *See breakdown by Contractor, dated - 4/25/1973 Original Contract $95,200.00 Extras to Date 0.00 Contract to Date 950200.00 Send payaent to: Amount Earned 71302.00 Means & Ulrich Less 10% Retention 730.20 1629 E. Edinger Avenue Less Previous Payments 0.00 Santa Ana, CA 92705 Amount Due this Request 69571.80 I hereby certify at the above amoun and values are correct. SIGNED SIGNED BRIE MXRXXXXXXX Contractor Project Engineer BY April 27, 1973 vininq Laboratories FA EC 8CX 47 33i, AIRPOP VT A, ..: '•:.S ^FAp• C._ I' '+I'k 1213, 426-3715 1213) 636'7386 . 1714 828.6137 BRANC. -. " _... 2155Red- II,A,. 4' 0 0 , 1. 2 4t TQ I I0" Beer ^. Cel ICE 21 3 qi; 131, Examination: SC73-2696 COMPRESSION TESTS ON CONCRETE CYLINDERS Means b Ulrich Attn: Mr. Ken Ulrich 1629 E. Edinger Santa Ana, California 927()5__ PROJECT NEWPORT BEACH RESTROOMS REHABILITATION ADDRESS Six locations in City of Newport Beach ,Toilet precast SAMPLE FROM -, P Panels,, .- - ARCHITECT CONTRACTOR F. T. Andrews, Inc. Means & Ulrich ENGINEER SUBCONTRACTOR Frank David - Same - SPECIFIED MIX 5.8 sack - 3/4" Rock Max. STRENGTH DATE CAST DATE TESTED CYLINDER NO. COMPRESSION TOTAL LOAD, LBS. POUNDS PER SO. IN COMPLIANCE CYLINDERS 3-30 -73 4 -27-73 1 28 -Day 91,000 3,220 SLUMP 28 -day test complies with specifications. MADE BY DELIVERED BY Contractor Dave �. 11QLoo0a4Q1Q G•TA. Q y a 2 ,500 ps I RECEIVED ON 4-4 -73 DISTRIBUTION. Means 6 Ulrich - 2 F. T. Andrews, Inc. Attn: Mr. Frank David 1343 W. Valencia Drive, Fullerton 92633 Newport Beach Bldg. Dept. Attn: Mr. Ken Perry 3300 Newport Blvd., NB 92660 «� ; ALL REPORTS ARE SUBMITTED AS THE CONFIOEIITIAL PROPERTY OF CLIENT$, AUTHORIZATION FOR RL$LIGATION OF OUR REPORTS. CONCLL51ON5. OR E%. TRACTS FROM OR REGARDING THEM 15 RESERVED PENDING OUP WRITTEN APPROVAL AS A MUTUAL PROTECTION TO CLIENTS. THE PUBLIC AND OURSELVES. 33042 �^ 6 PUBLIC WORKS CONTRACT NO. 1468 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS [to, REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS Approved by the City Council this 22 ay of Jan. 1973. 7� Laura agios, City rc SUBMITTED BY: Means b Ulrich Contractor 1629 East Edinger Avenue Address Santa Ana, CA 92705 City Zip Code (714) 543 8413 one Total Bid Price r . Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until lO :OO A.M. on the 8th day of February , 19 73, at which time they will be opened and read, for performing work as follows: REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS CONTRACT NO. 1468 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. 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 title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature 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 a n o the -Corporate Seal shall be affixed to all documents requiring signatures. In the case of a arhip, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California,.at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) • Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements as -prepared by the Southern Cali forni a Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The city has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), 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, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor will be required to guarantee his work for a period of one year from the date the city accepts the work. The city reserves the right to reject any or all bids and to waive any informality in such bids. In case of an error between words and figures, the words shall govern. The city reserves the right to compare bids based on the base price alone, or on the basis of the base price plus any or all of the additive bid items. For this reason, potential bidders are advised to include all their contract administration, insurance, and other non - recurring costs in their base bids. At the time of award of contract, the City will specify whether any of the additive bid items are included in the contract. Revised 6 -12 -72 Page 2 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 works 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 under- sighed 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 Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providin@ for the registration of Contractors, License No, 183313 Classification d-'1 a C-8 Accompanying this proposal is , Cashier's Check or in an amount not lest 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 tf that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. QU) 543 8413 MEANS a. UMCH Phone Number ,Bid er s Name AA ) }Februa S. 1973 S/ Lam L. Naaaae Ezaadtiva '"Go' P(ra apt ate Tu-t—horized Signature AuthorizedSignature 6orpgratien Type of Organization (Individual, Corporation, or Co- Partnership) List below names of.President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Pnsidaat LaVerna L. Maws Executive Vice Presidw* - Naaapr La*y L. Nun. "ce Praeidaat - Treawrer Lam L. Naar Page 3 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 Did, 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. Item of Work Sub- contractor Address 1. Plw6lne Pacific P106ins sots Ana 2.. Electric Bob (R. J* rMM$) Bata Ana 3/ Larry Lo Means„ Executira Vice Prea, Authorized Sgnature : Carporatiaa (California) Type o rgan zat on (Individual, Co- partnership or Corp) 1629 Eatt Maw Avow. Antis Gritiwrnta SM. ress M°1Nt i &lMi. SEE CITY CLERK'S FILE C* Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, NM i MUCH as Principal, and Firtw6s FwA law me grAv r as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 1•an hkintr of bid Dollars ($ - •- •---•- -•), 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 ftplaewat of Pla Gino Fixtw9n In Bead►frent Public Rutrrooes (Contract 1+168) 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, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City. of Newport Beach that, said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City.. In 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 8 day of February , 19 73 . Corporate Seal (If Corporation) !FANS 8 ULRICH Principal dy: S/ Larry L. Nun* Exec. Via President (Attach acknowledgement of Attorney -in -Fact) Amite L Faller. NoUry Public Feb, 8. 1973 FIREMAN'S PUid INSURANCE CBMP)YIY Surety By S/ E. Lee Switib. III NON - COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid,.being duly sworn on their oaths say, that neither they nor any. of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any'public officer of such.CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants 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 attached bids; that no bid has been accepted from any subcontractor, or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor 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 this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pad+, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. NEW a Lima BY: S/ Larry L, lbro • E>M>aM" V146 PM. Wadi Febmry I's, 1973 Subscribed and sworn to before me by this day of , .19 My commission expgres: Notary Public 'STATEMENT OF FINANCIAL RESPONSIBILITY Tht.undersigned submits herewith a statement of his.finahcial responsibility. a Ul'itb. a California Corporation and its principals have a combined Net worm exceeding ens balf Million Dollars. The fire is qualified for finds in excess of $4.000.000.00 The firs is listed and rated by -Dan and Oradstreat. Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES. .The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No tba mri of » ad .0614b bas bats la b a /sass scar V Yom bars In 0 o cwatt► aWIatta, as a»rar aaawt rolMaa of sl.iooALOL heUling of oarfaa.stroe"M VW68 Mwt OPOP C M %r Ass baoa a goalalty of ar Me ad It sMasafbl to ar bids w will be ODUW to fur" a Oftiled list of tOMM I LA600 AND MATERIAL BOND KNOW'ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted M has awarded to Nb M A 9I144b. hereinafter designated as the "Principal ", a contract for \. N ng** NX"M to I"**" Mtie bolm (Eoftwet 144 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the Cit4 Clerk. WHEREAS, said Principal has executed or is about to execute, said contract and the terms thereof require the furnishing of a.bond.with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay -for any materials, provisions, provender, or other supplies or teams used in, upon,.for,.or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on.this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, -We NM A RACK as Principal, hereinafter designated as the Contractor and In AKRICAN INSURANCE CMAIY . .............I. .. as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of ftwty Fire TAevmATm NwA,*d aad No/100 Dollars ($ $S*200400 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 presehts: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors.' fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted.to be done, or for.any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee.,• to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California:. y Page 9 i (labor and Material Bond - Continued) This bond.shall inure to the benefit of any and all persons., companies, And corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to then 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 extension of time, alterations to be performed thereunder or Affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work. the specifications accompanying the same shall in such wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above.named executed this bond as an individual, it is Agreed that the death of any such,principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety. above named, on the f<tM day of ftrO 19 3 4 •. MWp3 i w (Ceal ) a1):_': Y -Larry j. Means Exec ive Vice President on rattor approved as to fo ))s&T.City Af orney _This,:bond was approved by the City Council of the City of Newport Beach by motion on Date Attest, City Clerk J' ;���•� ,� J .'� . \: i � ..,. •- t '.0 z .A.- :. .. -.,. .. ,xc.�v§ eta.. � ..�.,�sa.«::.:.,,a.».�es§e.,..x c..r. .>_.:a�.b�:s�3'i 4;t :.., z_ .,.'.�+imn�s..s.. �.a .��xr..�we cu -.. :; aaeutia: =.� I C 24 C�, S-; Q) -U: Cd Cd 0 \ \� \ s �����\ CAI'/ ,\ PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted kkmy 169 WS has awarded to is," 1 1"46 ........ hereinafter designated as the "Principal ", a contract for �►t.o�.wt of FlaWag VIXWOS w. P*116 I $%P"W (ft8k el 14M) in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract.and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, BANE s ULaICN as Principal, hereinafter designated as the "Contractor ", and TK AMICAN 100AW CQiMAi1Y As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of NIMM nV1 T"ODUN1 TO MWO AN N0 1100 --- Dollars ($ 959M•00 ). said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,.his or its heirs, executors, administrators, successors, or assigns,,.shall in all things. stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof .made as therein provided - on his or their part, to.be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall 'remain in full force and virtue. (Performance- Bond. - Continued) And said Surety, for value received, hereby stipulates and agrees that no change,. extens.ion of time, alteration or addition-to the terms of the contract or to the work "to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time,. alteration or addition to the terms of the contract or to the work.or to the specifications.. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 6th day of ftrO# , 1917 , UEAIIS "an* Approved as to form: Dl::�. - .s,— T. y Attorney Larry Vice President Gam- (Sga1�= THE ft" IifStlaAM tlii►1UIY (Seal) - iyt {Seal) (Seal) Surety 9 0 ■ 2 a: \ \ j \ \ \ ( � 1[\ cl / e _ \ '� \\ bk w: \� ) \ cl 0 ! !{ \ \ \ \ 3 t - \ \ \ \ �F- \��\ : ($ \ 61� �` {/k § Page .12 CONTRACT THIS AGREEMENT, made and entered into.this day of MAR 1.5 1973 19_5 by and between the CITY, OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and New: E Ulrich 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 In - N­ t 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, (Except such materials, if any, as in the said Specifications are stipulated to be,furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. 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 description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated ta-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 materialsand 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. 4.4 The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the -ilans'and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and. Specifications, are hereby incorporated in and made part of this Agreement. 0 0 Page_ 13 . S. 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 from the 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. Approved as to form: CITY OF NEWPORT NE�WPORT,BEACH, CALIFORNIA By: -2 i mayor By: MEANS & ULRICH . Larry,*' Means By: o�arue2� if Louise,Y..,Hasti.ngs Lq to ~ � O rrh 41 1 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL FOR • PR 1 of 2 REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT MLIC RESTROOMS CONTRACT NO. 1468 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans, Special Provisions, and the Standard Specifications, and hereby proposes to furnish all materials and do all work required to complete the project in accordance with Drawing No. M- 5159 -S, consisting of 16 sheets, the Special Provisions, and the Specifications; and that he will take in full payment therefor the following unit prices for the work, complete in place: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Base Bid Lump Sum Rehabilitate Beach Front public restrooms at Newport Pier, Fifteenth Street, and Balboa Pier, including furnishing all materials, labor and services; and furnishing portable toilets; for the lump sum price of: Fifty five thousand seven hundred Dollars: and - - - -- no ----------------- -- ------ Cents $ $ 55,700.00 Additive Bid Item No. Lump Sum Rehabilitate southerly Beach Front public restrooms at Corona del Mar State and City Beach, including furnish- ing all materials, labor and services; and furnishing portable toilets; for the lump sum price of: Fifteen thousand seven hundred Dollars and -- - --- no ---- ----- - ---- -- - -- - -- Cents l t $ 15,700.00 ITEM QUANTITY ITEM DESCRIPTION UNIT Additive Bid Item No. Lump Sum Rehabilitate northerly Beach Front public restroom at Corona del Mar City and State Beach, including furnishing all materials, labor, and services; and furnishing portable toilets; for the lump sum price of: Additive Bid Item No. PR2of2 TOTAL Sixteen thousand seven hundred Dollars and $ $ 16 700.00 - -- °° ° no -- -- - -- ---- ----- -- Cents Lump Sum Rehabilitate public restroom at Buck Gully, including furnishing all materials, labor, and services; and furnishing portable toilets; for the lump sum price of: Seven thousand one hundred Dollars and ° 7,100.00 -- no -- --- - --- ° - - - - --- Cents $ $ TOTAL PRICE OF BASE BID ONLY WRITTEN IN WORDS: Fifty five thousand seven hundred Dollars and 55 700.00 - -- no ---- --- --- - - - --- Cents $ CONTRACTOR'S LICENSE N0. 193343 BIDDER'S NAME MEANS A ULRICM DATE February Be 1973 AUTHORIZED SIGNATURE S/ Larry L. Means, Exec. Vice Pres. BIDDER'S ADDRESS 1629 East Edinger Avenue, Santa Ma, California 92705 TELEPHONE NUMBER (714) 643 8413 0 GUARANTEE 11 "GUARANTEE FOR REHABILITATION OF BEACH FRONT PUBLIC RESTROOMS (CONTRACT 1468) We hereby guarantee that all work which we have installed under the provisions of Contract No. 1468 of the City of Newport Beach, California, has been done in accordance with the drawings and specifications and that the work as-installed will fulfill the requirements included in the specifications. We agree to repair or replace any or all of our work, together with any other adjacent work which may be displaced by so doing, that may prove to be defective in its workmanship or material within a period of one year from date of acceptance of the above - mentioned structure by Owner, except for wear and tear and unusual abuse or neglect. In the event of our failure to comply with the above - mentioned conditions within a reasonable period of time, as determined by the Owner, after being notified in writing by the Owner, we do hereby authorize the Owner to proceed to have said defects repaired and made good at our expense, and we will honor and pay the costs and charges therefor upon demand." Si ce President Address 1629 E. Edinger, Santa Ana, California Phone No. (714) 543 -8413 FORM OF GUARANTEE I I. SCOPE OF WORK II III CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS CONTRACT NO. 1468 SP oft Work to be done under this contract includes furnishing of all labor, materials, appliances, transportation and services required for completion of the project in accordance with the plans and specifications. The contract requires completion of all the work in accordance with these Special Provisions; the Project Specifications, Divisions l through 16; the City's Standard Special Provisions; the Project Plans (M- 5159 -S, 16 Sheets); and the City's Standard Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, (1970 Edition). The base bid includes all work shown on the Plans and in the Specifications for the rehabilitation of three public restrooms, one located at the Newport Pier, one located at Fifteenth Street on the Ocean Front, and one located at the Balboa Pier. If any bid is awarded, it will include at least the base bid. Depending upon the prices bid for the additive bid items, the City may elect to include one or more of the additive bid items in the contract. Each additive item is intended to provide for the complete rehabilitation of an entire public restroom. The City will be responsible for securing building permits. The City will waive all fees normally charged, except that each contractor and subcontractor must have a current business license. Any connection charges payable to other agencies will be paid by the City. COMPLETION OF THE WORK The contractor shall complete all work within 105 the City of a notice to proceed.' The nine calendar day period from April 14 - 22, shall be included in the 105 calendar day working CONTROL OF THE WORK calendar days after issuance by 1973 when no work is permitted, period. The work shall be done under the control of the Public Works Director of the City. Whenever the word "architect" appears in these specifications, it shall be under- stood to refer to the Public Works Director. , IV. SCHEDULING No work shall be done in the 9 days ending on Easter Sunday, April 22, 1973. V SP2of2 The public restroom located at the Newport Pier and the public restroom located at Fifteenth Street shall not both be closed to the public at the same time. The two public restrooms located at the Corona del Mar City and State Beach shall not both be closed to the public at the same time. No restroom shall be out of service for more than 30 consecutive calendar days. PORTABLE TOILETS During the time when any restroom is closed for rehabilitation, the contractor shall at his own expense, maintain a number of portable toilets at the site equal to the total number of toilets that are out of service in the restroom. Half of the number of portable toilets at each location shall be reserved for women, and half of the number of portable toilets at each location shall be reserved for men. The contractor shall be responsible for servicing the portable toilets often enough to prevent overflowing; and will be responsible for keeping them clean. The City will provide paper for the portable toilets. The contractor may, at his option, elect to maintain some of the permanent toilets in operation at all times in order to reduce the number of portable toilets re- quired. The price paid for providing portable toilets shall be included in the lump sum price paid for the various bid items, and no separate payment will be made for providing portable toilets. 0 6 PROJECT SPECIFICATIONS BEACH RESTR.00M REHABILITATION NEWPORT BEACH, CALIFORNIA F. T. ANDREWS, INC. Consulting Engineers 1343 West Valencia Drive Fullerton, California (714) 525 -1112 BROWN - HALLETT Architects - Planners 1720 :Jest La Palma Anaheim, California (714) 533 -1205 January 22, 1973 PACT SPECIFICATIONS INDEX 46 DIVISION 1 Sec. IA DIVISION 2 Sec. 2A DIVISION 3 Sec. 3A DIVISION 4 Sec. 4A DIVISION 5 Sec. 5A DIVISION 6 Sec. 6A DIVISION 7 DIVISION 8 Sec. 8A 8B DIVISION 9 Sec. 9A 9B 9C DIVISION 10 DIVISION 11 DIVISION 12 DIVISION 13 DIVISION 14 DIVISION 15 Sec. 15A DIVISION 16 Sec. 16A GENERAL REQUIREMENTS Project Requirements 1 - 5 SITEWORK Demolition 1 - 2 CONCRETE Cast in Place Concrete 1 - 2 MAS Oil RY Concrete Block Masonry r.r +n, r Miscellaneous Metals 1 CARPENTRY Finish Carpentry 1 WEATHERPROOFING None Requ red) DOOR AND HARDWARE Door 1 Hardware 1 r t u t r ii, Furring and Lath 1 Ceramic Tile 1 Painting 2 - 3 SPECIATIES (None Reouired) Ems(UIPMENT (None Required) FURNISHINGS (None Required) SPECIAL CONSTRUCTION (None Required) CONVEYING SYSTEMS (None Required) Plumbing 1 - 3 ELECTRICAL Electrical 1 - 5 • . 1 -1 DIVISION 1 - GENERAL REQUIREMENTS lA - PROJECT REQUIREMENTS VERIFICATION OF DIMENSIONS AND CONDITIONS As required for the proper manufacture and installation, di- mensions shown by drawings shall be verified, field measure- ments shall be taken for the proper tolerances and precise fit to adjacent building components. Each trade shall visit the project ;prior to start of ..)ork, inspect the work completed by other to assure conditions re- quired for his trade are correct and acceptable. Any discrepancies shall require the Contractor to advise the Architect in writing, of improper conditions that corrections may be made. The start of work by the Contractor indicates his acceptance of surfaces to receive his work. CONSTRUCTION BARRICADE - PEDESTRIAN PROTECTION Restroom facilities shall provide public convenience for greatest time permissable without jeopardy to the Contractor. Where continued use of all or a part of the existing is pos- sible, appropriate pedestrian control and protection shall be provided. Where it is necessary to terminate use, the City representative shall be advised that temporary units may be provided, and Construction barricades shall be provided under Contract. UTILITIES Water and power are available on the site and will be paid for by the Owner. BUILDING PERMIT The City will be responsible for securing a building permit. The City will waive all fees normally charged, except that each Contractor must have a current business license. CODES - ORDINANCES Work of this project shall conform to or exceed the applicable requirements of the Building Code, and Ordinances for the City of Newport Beach. IA - Project Requirements • . 1 -3 ence of completion or facility use. WORK PERFORMED BY OTHERS Equipment and items of work which are indicated by drawings or specifications as N.I.C. (Not in Contract) will be furnished by others and are not required under this contract. If any equipment noted N.I.C. is to be furnished by others and installed by this Contractor, it will be so noted on the draw- ings or specified in appropriate parts of these specifications COORDINATION - TRADE /WORK The Contractor shall cooperate and coordinate his work with the various other contractors and trade sections whose work might be affected by his operations. DELIVERY, STORAGE AND PROTECTION Materials shall be delivered to job site just prior to their use and as instructed by the General Contractor, that the pro- ject is ready to receive delivery. Storage at the site shall be in a location selected by the General Contractor and to the satisfaction of the Architect, with prompt removal of surplus materials. All materials for use in the work shall be stored by the Contractor in such a manner as to prevent damage from exposure to elements, admixture of for-. eign materials or from any other cause. Materials shall be stored so as to facilitate prompt inspection. Protection of delivered materials and the work installed shall be the responsibility of the trade involved, any loss or damage corrected at once. Where during the process of work a Trade should damage the work of others, it shall be the responsibi- lity of the Contractor causing the damage to repair or retain the original contractor to repair same without loss or addi- tional expense to the Owner. DEFECTIVE MATERIALS All materials not conforming to the requirements of the speci- fications shall be considered as defective and all such materials whether in place or not, shall be rejected and shall be re- moved immediately from the site of the work unless otherwise permitted by the Architect. Upon failure on the part of the Contractor to comply with any order of the Architect made un- der the provisions of this subsection, the Owner shall have authority to remove and replace defective materials at the ex- pense of the Contractor. IA - Project Requirements 0 r 1 -4 QUALITY STANDARDS Standards of quality and performance indicated on drawings or specified shall be understood to be minimum requirements only. When building codes or other legal authorities demand higher standards, such requirements shall govern. Should the work be in conflict with legal requirements or be detailed in such a manner that first -class workmanship becomes impossible, the Architect shall be consulted before proceeding with the work. Failure to request an interpretation from the Architect shall confer no right for an extra payment or an obligation on the Owner to accept unsatisfactory work. SUBSTITUTIONS Whenever in specifications any material, product or service designated by specific brand name, trade name or catalog num- ber is modified by the words "equivalent to" or "or approved equal ", such designation shall be deemed to be for the pur- pose of facilitating the performance and function of any such material, product or service. However, it shall be clearly understood that the judgement of the Architect will be the sole determination of whether a selected material, product or ser- vice is the equivalent of any item specifically designated by name or catalog number. Whenever the substitution of any material or article other than that specified requires additional design service on the part of the Architect or on the part of any consulting engi- neer, or when such substitution requires additional cost for the work of other subtrades, the Contractor, subcontractor or material supplier requesting the substitution shall defray the cost of all such extra design services or any extra work occasioned by the revisions. This provision shall also govern where several items are listed in the specifications as approved for use, but where appropriate construction features, services, connections, etc. are not provided for in the drawings to ac- commodate all of the items listed. The proposed substitutions shall fulfill, to the satisfaction of the Architect, the fundamental requirements and identical pur- poses of the items origina'1ly specified. The Architect's ap- proval of substitutions shall not be held to have relieved the Contractor of responsibility for the proper joining of the various parts of the work nor from such guarantees and mainten- ance provision as may be specified herein. 1B - ALTERNATES The City may elect to Rehabilitate additional Restroom facili- ties. List in the Proposal Form amounts to be ADDED to the 1^ - Alternates • 1 -5 Base Bid sum for the specified facility, the amount shall include the costs of all required bonds, insurance, sales tax, and every other item of expense incidental to the Contract and is the total price to the City of the additional facility rehabilitation DIVISION 2 - SITEWORK 2A - DEMOLITION • 2 -1 Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all labor materials and appliances required for the re- moval of equipment and demolition of existing structure as re- quired to facilitate the new work. A partial list of work in- cluded in this Section: Removal of Plumbing fixtures and materials as scheduled or shown by drawings. Removal of furring and wainscot materials Removal of existing toilet partitions Saw cutting of existing concrete floor or walks and removal of materials. Core drilling of floors and walls to receive pipe runs and new construction. I Removal of Block masonry walls as noted by drawings Sandblast surface preparation. OWNERSHIP OF MATERIALS All piping, fixtures and materials designed to be removed shall be the property of the Contractor to sell or dispose of to his best advantage, except that the salvaged materials may not be disposed of at the site by sale, gift, or other manner to the general public. WORKMANSHIP It shall be the responsibility of the Contractor to carefully study the drawings and specifications and then remove all ma- terials which may interfere with the new construction. The general indications of items to be removed is limited to the complexity of the remodeling portion of the Contract. The Con- tractor shall be required to use his judgement in the removal of the items of work under all sections of these specifications. Wherever the Contractor has removed materials in excess of that 2A - Demolition • 2 -2 required, he shall replace same to match existing at his own expense. Areas where removal of materials does not leave remaining sur- face consistant with adjacent surfaces, and where new materials are to be applied over masonry, surfaces shall be sandblasted free of paint, algea or other foreign matter so that the surfaces are suitable for specified finishes. All concrete required to be removed which is to be bonded to new concrete and in any location where cutting or patching will be exposed in the final works shall be neatly out in straight lines using concrete cutting saw's. Saw cuts shall be deep enough to insure that subsequent breaking and removal of con- crete will leave the remaining portion free of cracking, soall- ing or chipped edges. Holes through walls or as required in floors for piping or new construction shall be made by core drilling concrete or masonry. Exposed portions of wall after drilling shall be cleaned of residue. 2A - Demolition DIVISION 3 - CONCRETE • 3 -1 SECTION 3A - CAST IN PLACE CONCRETE Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all cast in place Concrete and Cement Finishing, com- plete, a partial list of work shall include: Replacement concrete slab floors Replacement of concrete where removed for new construction Concrete fill for partition posts. MATERIALS Concrete shall be Type I Portland Cement, crushed rock aggre- gate, and water mixed in proportions to provide a quality of concrete with a minimum compressive strength of 2000 psi at 28 days. Transit mixed concrete or job mixed concrete and placement shall comply with recommendations of Portland Cement Association. FINISH All surfaces shall match adjoining finishes or as a minimum, light fuzz surface finish. SECTION 3B - PRECAST CONCRETE Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all Precast Concrete work as indicated and specified, complete. The principal items shall include partition system panels, reinforced and provided with inserts. PIATERIAL Reinforcing steel shall be intermediate grade deformed steel bars of sizes indicated. Sleeve inserts shall be p.v.c. conduit. Concrete shall be type I Portland Cement, aggregate and water 3A - Cast in Place Concrete 3B - Precast Concrete • 3 -2 in a mixture proportioned to provide a quality of concrete with a minimum 2500 psi compressive strength at 28 days. WORKMANSHIP Reusable forms shall be constructed so that uniformity of panel dimension and detail are consistant. Reinforcing bars shall be accurately positioned and wire tied. Cast panels shall be smooth cement finish, each surface, with edges tooled to a radius. Curing of concrete shall be controlled and panels sealed with one coat clear penetrating type sealer, Water Bar as manufactured by Super Concrete Emulsions. DELIVLRY Panels shall be transported, stored and protected to prevent chipping or spalling of concrete. REPLACEMENT UNITS A minimum of 1 replacement panel for each 10 panels or major fraction thereof required, shall be provided for the City use should replacement be necessary. 3B - Precast Concrete DIVISION 4 - MASONRY • 4 -1 TION 4A - CONCRETE BLOCK MASONRY Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all labor, materials and appliances required for the repair and patching of existing masonry holes or access open- ings required to be filled. MATERIALS - WORKMANSHIP Concrete block masonry units shall be of type, dimensioned and color as required to match the existing surfaces. Mortar shall be Portland Cement, aggregate, lime and water, mixed to consistancy for needed repair. Masonry units shall be saw cut or chipped as required for a neat, finished, matching appearance. Various access panels shall be removed where so noted and block fill provided. Masonry mortar joints shall be compressed and shall match the pattern established at the various facili- ties. 4A - Concrete Block Masonry DIVISION 5 - METALS SECTION 5A - MISCELLANEOUS METALS Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all labor and materials required to fabricate the re- quired work. MATERIAL Steel tubing shall be seamless steel, rectangular, cold drawn to dimensions as detailed. Bolts for partition system shall be fabricated of 1/2 inch dia. rod, threaded and provided with hex. shape head. Plate steel washers shall be provided for partition bolting. Partition pilaster anchorage plate shall be fabricated from 3/16 inch thickness, type 304 Stainless Steel, edges shall be rounded and free of sharp edges. Sheet steel housings shall be the existing reworked to the re- quired form or shall be fabricated from 18 gauge flat galvaniz- ed sheet. WOR01ANSFIIP Partition posts shall be fabricated as detailed, cut exposed edges ground smooth with sharp edges rounded and free of burrs. Housing covers shall be reworked to accommodate pining runs with abandoned holes filled and ground smooth. Rust surfaces shall be cleaned and existing paint where unsuitable for re- coating shall be properly prepared by removing chins and loose material. PRIMING A shop prime coat shall be applied to all steel exposed and not encased in concrete. Dunn - Edwards 'Galvaprime' Zinc dust Primer #43 -3. 5A - Miscellaneous Metals , • 6 -1 DIVISION 6 - CARPENTRY SECTION 6A - FINISH CARPENTRY Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all labor and materials for the construction of Partition/ Enclosure Systems and installation of door and frame as indicated by drawings. Not a part of this Section: Furnishing of precast concrete and steel tubes as part of the partition system. Furnishing of Wood Slab door. Finish hardware Partition hardware MATERIALS Enclosure system doors and pilasters shall be constructed from: 3/4 inch thickness Douglas Fir Marine EXT -DFPA plywood or HDO EXT -DFPA plywood with semi opaque resin -fibre overlay on each side. Edgebanding shall be molded plastic fit in a saw cut and properly bonded to plywood. Door frame shall be Select Struct. Douglas Fir, milled from solid stock to dimensions as detailed. WORKMANSHIP Partition /Enclosure System: The general layout for installation is shown by drawings and shall be verified at the ,job, spacing partitions uniformally, setting plumb and in line. The bolting of precast panels to wall shall be with through bolting and backed with plate washers on the Chase side of wall. Partitions shall be supported and braced as posts are cast into floor slab. Enclosure doors and pilasters shall be cut to proper sizes and then fitted with hardware items. Door and Frame: Where existing door is sched; led for replace- ment, frame shall be bolted to existing wall using wood lag screws and cinch anchors. Door shall be fitted with existino hardware items and prepared to receive painters finish. 6A - Finish Carpentry 0 B -1 DIVISION 8 - DOOR AND HARDWA SECTION BA - DOOR Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide wood slab door for installation by others. MATERIAL Door shall be of dimension noted, 1 3/4 inch thickness, solid core, paint grade Birch hardwood veneer Slab equivalent to Weyerhaeuser DSC -2. SECTION 8B - HARDWARE Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide finish Hardware items for Enclosure System as listed herein, for installation by others. MATERIALS Toilet enclosure hardware items as manufactured by Bobrick Washroom Equipment, Inc. shall be used as a guide for type and style required. Equivalent hardware items of other manufacturers may be approved for use, though the established manufacturer shall be used for all facilities of this project. Each compartment unit provided with a door shall be furnished with the following stainless steel hardware items: 1 pair - gravity balanced hold open hinges 1 set - door slide latch and keeper /stop - one way screws for attachment of hardware and pi- laster panels. 8A - Door 8B - Hardware DIVISION 9 - FINISHES • 9 -1 SECTION 9A - FURRING AND LATH Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all labor and material to construct furred space for fixture backing and plumbing concealment. MATERIALS Steel stud, furring channels, lath and accessories shall be equivalent to products of Inland- Ryerson Construction Products Co. Milcor or Penn Metal Operation of Keene Corporation 'Penn - Metal'. All materials shall be galvanized. Metal lath - 3.4 pound flat expanded metal, galvanized. Tie Wire - annealed copper bearing Galvanized Steel Wire: 16 Gauge for tie of furring 18 Gauge for tie of lath to furring WORKMANSHIP Furring system shall be determined at job, adjusting to best fit around the piping and maintain rigidity of furring for wain- scot and fixture support. Where required, steel framing shall be bolted to wall, welded together and wire tied. Lath shall be placed over furring, wire tied and formed around corners for backing of scratch coat and wainscot finish. SECTION 9B - CERAMIC TILE Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all labor and materials for the Ceramic Tile work as described by drawings. Portions of the work include installa- tion of scratch coat on lath, wainscot finishes at furred spaces and on masonry. Furring and path work, a part of Sec- tion 9A. 9A - Furring and Lath 9B - Ceramic Tile MATERIALS • 9 -2 Tile: Standard grade, as manufactured by Pomona Tile Company or Interpace. Units shall be 4 1/4 X 4 1/4 square, cushion edged and accessory pieces of bullnose edge design, satin - glazed in color as selected by City from the manufacturer's standard color selections. Pomona - 'Encore' Interpace - '200 Series' Portland Cement: Tvpe I - standard brand Mortars: Portland cement, sand and lime. INSTALLATION Over furred and lathed areas, provide Portland cement scratch coat and setting bed. Mix shall be 1 part cement, 1/2 part lime, 4 parts sand for scratch, 5 Darts sand aggregate for setting bed, and water. Scratc;; coat shall be applied with sufficient material and pres- sure to fill solidly all openings in the lath. The surface shall be scored horizontally sufficiently rough to provide bond to receive setting bed mortar. The thickness shall be approx. 3/8 inch. Setting Bed: Shall be Portland cement, lime and sand aggregate applied over scratch coat or to cleaned block masonry in an approx. 1/2 inch thickness, rodded and floated sufficiently rough to provide adequate bond for setting mortar and tile. Setting mortar: A neat cement paste 1/32 - 1/6 inch thickness shall be applied to tiles and set to setting bed, aligning tiles with accurately spaced joints. Tiles shall be set with hori- zontal and vertical joints, no diagonal tile patterns. Grout: Joints shall be white cement, compressed tightly into joints, filling all voids. Surface of tiles shall be cleaned and reviewed for proper workmanship. SECTION 9C - PAINTING Requirements of Division 1 shall apply and be a part of this Section. SCOPE rovide all labor and materials to perform the painting viork as described by drawings and as specified herein. Principal items of Mork include painting finishes for: 9f, - Painting Partition posts and enclosure Pipe housings Repair of paint surfaces where new work damages Surfaces not requiring paint finish: Precast concrete partition units Concrete floors - existing and repair or new MATERIALS AND WORKMANSHIP 9 -3 surfaces. Products shall be from first quality line of the approved manu- facturers. Preparation of surfaces, application and selection of paint type, for the surfaces to be painted, shall conform with recommendation of the manufacturer. Products of the following manufacturers are acceptable: Dunn - Edwards Corporation - Los Angeles The Sherwin Williams Co. - Cleveland Ohio Sinclair Paint Company - Los Angeles Pipe housings which are reused, shall be thoroughly cleaned of rust, loose paint, and sanded smooth for a neat appearance of the newly painted surfaces. PAINT FINISH SCHEDULE (Numbers of Dunn - Edwards Corp. are used as a reference of type desired) Metals: Plywood: First Coat First Coat Second Coat Third Coat First Coat Second Coat Third Coat - Zinc dust primer - Red Oxide Primer - Body Coat - Gloss Enamel Wood Primer - Body Coat - Enamel Concrete Block Masonry: First Coat - Acrylic Second Coat - Acrvlic DE 43 -3 (galv.) DE 43 -4 (ferrous) DE 42 -23 DE 42 -8 DE 42 -9 DE 42 -23 DE 42 -8 DE W701 DF W7nl Surfaces to be repaired shall be of similar type paint and of matching color as existing. 9C - "a ntinq • • 15 -2 SUBMITTAL OF MATERIALS, FIXTURES & EQUIPMENT As soon as possible and within 35 days after the award of the contract, and before their purchase, the contractor shall sub- mit six (6) bound booklets containing a complete list of ma- terials, fixtures, equipment, etc., he is to furnish for the installation. The list shall also contain the manufacturer's names, catalog numbers, trade names, etc., of the materials, fixtures and equipment he is to furnish. All materials as specified shall be new, the highest grade, and free from any defects or imperfections. All a ui ment furnished and installed under this section shall be provided with manufacturers metal identification tags show- ing model, serial number, size, capacity, etc. All valves shall be provided with brass identification tags s owTn Ting their service and function. Water Piping, type "L" hard drawn copper tubing with wrought copper solder fittings. Buried Water Pi ing up to building as shown on drawings - Jo ns- anvi a Ring Tite" PVC, 160 psi with J -M factory made solvent weld fittings. Install per manufacturer's recommenda- tions. Sanitary Drainage and Vent Piping Drainage Piping - Service weight bell and spigot cast iron soil pipe and fittings with neoprene joints or "MG" cast iron coupling. Vent Piping - Schedule 40 galvanized steel with cast iron recessed drainage fittings. Pipe Joints Thread Lubricant - Crane Lead Plate Paste No. 250, Grinnell #1640 screwed joints, or equal. Solder Joints - Nibco 95 -5 Gate Valves shall have 125 lb. solder ends, all bronze non - rising stem. Walworth Fig. 4SJ, Stockham Fig. B -112, or Ken- nedy Fig. 427 SJ. Unions for copper - Nibco No. 733 Cleanouts, J. R. Smith, Zurn or Josam. 15A - Plumbing • 15 -3 Hose Bibbs - Acorn #8121 - #8131 series with vacuum breaker, rough brass, 18" high Install freestanding hose bibbs on 8" high, 314" hrass pipe risers set in concrete. Escutcheons - C.P. finish, Beaton Cadwell No. 10 or equal by Grinne Yard Boxes - J. R. Smith #4881 or #4880 with name of service on cover. Dielectric Isolators - Provide on all dissimilar metals. Pipe Hangers Isolate water piping with plastic tap. Secure exposed piping with 12 gauge stainless steel strap or 3/8" brass straps and bolts to match at 24" on center, maximum. All other piping shall be supplied in accordance with UPC. Miscellaneous Items as indicated on the drawings. Fixtures Fixtures shall be manufactured as indicated on drawings or approved equal. All trim and exposed fittings shall be chrome plated brass. Connections to fixtures shall be in accordance with code requirements except as exceeded herein or on the drawings and in no case less than the supply stop size. 15A - Plumbing r , I DIVISION 16 - ELECTRICAL SECTION 16A - ELECTRICAL Requirements of Division 1 shall apply and be a part of this Section. GENERAL This section covers the furnishing and installation of all ma- terials and equipment required for a complete and operable elec- trical system as indicated on the drawings and as specified herein. PERMITS AND INSPECTIONS The Contractor shall obtain and make payment for all permits and inspections required for his work. At the completion of his work and before final acceptance, the Contractor shall furnish evidence of final inspection and ap- proval of authority having jurisdiction. CODES AND STANDARDS Nothing in these specifications or on the drawings shall be in- terpreted as permission to violate codes or ordinances. Elec- trical work shall conform to the latest revisions of the fol- lowing codes and standards: State of California, Div. of Industrial Safety, Electrical Safety Orders. National Electrical 'Manufacturers' Association (NEMA) Underwriters' Laboratories Local codes and inspecting authorities National electrical code for all items not specifically covered by state or local ordinances. COORDINATION The Contractor shall inspect the job site prior to submitting a bid and shall make allowances in his bid for existing condi- tions which may affect the work to be performed under this section of the specifications. The drawings indicate diagrammatically the desired location and arrangements of outlets, conduit runs, equipment and other items. 16A - Electrical e • 16 -2 Exact location shall be field determined based on physical size and arrangement of equipment, finished elevations and obstruc- tions. Before installing any equipment or raceways, examine the com- plete set of drawings and specifications, and verify all di- mensions and space requirements. Omissions or conflicts indicated on drawings or between draw- ings and specifications shall be brought to the attention of the Engineer for clarification before proceeding with the work. Interruption of electrical service to existing facilites shall be at a time and for a duration approved by the City. SHOP DRAWINGS Shop and installation drawings shall be submitted in accordance with the requirements contained in the general provisions of these specifications and shall be submitted for, but not limit- ed to, the following: Flush Valve Timers, Selector Switch, and Connecting Circuit. WORKMANSHIP All work is to be performed by competent and skilled personnel. All material and equipment shall be installed in accordance with recommendations of the manufacturer as approved by the Engineer to conform with the contract documents. Any and all defective material or inferior workmanship shall be corrected immediately to the satisfaction of the Engineer. CUTTING AND PATCHING Cutting and patching for work under this section shall be in- cluded under this section. Patching shall match existing sur- faces. GROUNDING Equipment grounding and bonding in accordance with all require- ments of applicable codes and regulations shall be provided. All exposed noncurrent - carrying metallic parts of the electri- cal system and equipment shall be grounded. The ground system shall be connected to ground rods and continuous metallic cold water mains (which are not interrupted by dielectric couplings) by use of suitable ground clamps. 16A - Electrical . 16 -3 IDENTIFICATION Nameplates shall be engraved white -on -black laminated plastic and shall be attached with mounting frames or drive screws. Nameplates shall be provided for all selector switches, and time switches. Conductors shall be color coded, i.e., black, red, blue for phase wires, white for neutral and green for ground. Conduc- tors shall also be identified as to load served; identification shall be accomplished by means of ink- imprinted self- adhesive marker strips attached within 3 inches of the feeder circuit breaker. MATERIALS AND INSTALLATION All material and equipment furnished and installed under this contract shall be new and free from any defects. Materials of the same type shall be a cataloged product of the same manu- facturer. RACEWAYS Rigid steel conduit shall be standard weight, mild steel, hot - dipped galvanized inside and outside with a polyvinyl chloride jacket outside, except threads. Polyvinyl chloride jacketed conduit shall be Underwriters' Labor- atories listed and all conduit, prior to coating, shall conform to Federal Specification WW- C -581d, American Standard rigid steel conduit Specification C80. 1 -1959, and to Underwriters' Labora- tories specifications. The zinc surface of the conduit shall remain intact and undisturbed on both the inside and the outside of the conduit throughout the preparation and application pro- cessing. A PVC coating shall be bonded to the galvanized outer surface of the conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. The thickness of the PVC coating shall be a minimum of .040 inch (40 mil). A PVC - jacketed coupling shall be furnished with each length of conduit. A PVC sleeve equal to the O.D. of conduit shall extend 1 -1/2 inches from each end of coupling. CONDUIT INSTALLATION A raceway system shall be installed for all wiring. All race- ways shall be electrically continuous. A ground wire shall be installed in raceway or duct bank system for all non - metallic conduits which are extended. Polyvinyl jacketed rigid steel conduits shall be installed for all runs except as specified elsewhere. All rigid steel con- 16A - Electrical 16 -5 packages; cable jacket shall carry identification as to cable type and manufacturer. Except as noted otherwise, conductors shall be copper; gages smaller than No. 6 AWG and larger shall be stranded. Unless specifically otherwise allowed herein, all conductors shall be a minimum of 98% conductivity, soft -drawn copper. Type "THW" 600 -volt insulation shall be used for Sizes Nos. 14 to 4, inclusive. Minimum wire size shall be No. 12 AWG. All joints, splices, taps, and connections for Conductors No. 8 and smaller shall be Minnesota Mining and Manufacturing Company "Scotchlock" or Ideal Wingnut Models Nos. 452 or 453 only, sol- derless connectors. Make all connections and splices necessary to properly install a.d complete the work. All tape shall be 31v. "Scetchiock." All debris and moisture shall be removed fro;n the conduits, boxes, and cabinets. No oil, grease, or similar substances shall be used to facilitate the pulling in of conductors. Use mineralac, linseed soap, or specifically approved wire pulling compound. TIME SWITCHES For control of urinal flush valves, use 120 -volt. Time switch as specified on the drawings, and program the "Summer" and "Winter" time switches as specified on the drawings. OPERATIONAL DEMONSTRATION AND TESTS Operational demonstration and tests shall be made in the presence of the Engineer. Any portion of the system that does not per- form in accordance with the contract documents or any portion of the system found to be in violation of applicable codes shall be replaced or corrected at the expense cf the Contractor. All urinal flush valve motors shall be demonstrated to operate in the automatic - control mode. 16A - Electrical 4 R,' 8° M E M B E R MEANS & ULRICH BUILDING - CONTRACTING - CONSTRUCTION 1629 EAST EDINGER SANTA ANA, CALIFORNIA 92705 (714) 543 -8413 OFFICIAL CORPORATE RESOLUTION WHEREAS: the City of Newport Beach has duly notified us that they are accepting our bid for the general construction of the proposed Remodel of Beach - front Public Restrooms (Contract 1468), and WHEREAS: the Contract Documents for the construction of this facility have been presented for our official signature, and WHEREAS: the Project Specifications requires that a Corp- oration must submit an Official Resolution cer- tifying that the person signing the Contracts on our behalf is fully authorized to do so; THEREFORE BE IT RESOLVED: that we the Board of Directors of Means & Ulrich, A California Corporation wish to reaffirm our previous authorization of May 1, 1968, and cer- tify that LARRY L. MEANS is authorized to exe- cute all legal documents, contracts, and bonds on behalf of this corporation. DATED AND SEALED THIS 7th DAY OF MARCH, 1973 La a L. M a rest ems: Louise V. Hastings, Secretary` BUILDING SOUTHERN CALIFORNIA SINCE 1946 ., STATE COMPENSATION INSURANCE FUND 0 0 P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101P CERTIFICATE OF WORKMEN'S COMPENSATION INSURANCE.. MARCii i, Lg73 This is to certify that we have issued a valid Workmen's Compensation insurance pellcy, ln,,a form by the California Insurance Commissioner to the employer named below for the policy period indicated. r� This policy also covers the liability of the employer under the United States Longshoremen's and Harbor Workers' Compensation Act. j This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. /. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.,, evitch notice J be sent by certiified mail to the CITY CLEM of the City of Newport Beau 1 City Hall, Newport Beach, California. EMPLOYER MANS S AND ULRICH 1629 EAST SDIlwn SANTA ANA, CALIFOMA 92705 162177 -72 10- 1- 72/10 -1 -73 9CI6' GORY 262A (R¢ . 5-72) SI • ' B ' o" a: +. ✓: :1:133: •' d DUPLICATE r'•! eMe-210 6 -M COY OWN A, (714) 543 -8413 LIC. #193343 MEANS & ULRICH I BUILDING- CONTRACTING - CONSTRUCTION Project 1629 EAST EDINGER SANTA ANA, CALIF. I PROPOSED SUBCONTRACTORS Work Performed Ceramic Tile Plumbing Electrician ALTERATIONS TO BEACHFRONT RESTROOMS City of Newport Beach Contract #1468 Firm McCandless Tile P.O. Box 1887 Santa Ana, California (714) 542 -4433 Pacific Plumbing Co. of S.A. P.O. Box 1494 Santa Ana, California (714) 547 -6967 R. J. Thomas 1902 East Edinger Santa Ana, California (714) 541 -3455 CERTIFICATE OF INSURANCE ® American Home Assurance Company ❑ The Insurance Company of the State of Pennsylvania 102 Maiden Lane, New York, N. Y. 10005 This is to certify that the insurance policy specified below has been issued to the insured named herein and that, subject to their provisions, exclusions and conditions, such policies afford the coverages indicated insofar as such coverages apply to the occupation or business of the Named Insured as stated: INSURED: Means & Ulrich, A California Corp., Means & Ulrich, A partnership ADDRESS: 1629 E. Edinger St. Santa Ana, Calif. BUSINESS: General Building Contractor Job: Replacement of Plumbing Fixtures in COVERAGE: Excess Umbrella Liability Beachfront Public Restrooms Contract 1468 Policy Number Effective Date Expiration Date Limit of Liability BE 337 35 85 1 2 -1 -73 1 2 -1 -74 $1,000,000 EXCESS OF "It is hereby under- stood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, Calif. of a registered written notice of such cancellation or reduction in coverage. OR EXCESS OF $ 10 Ogg ultimate net loss in respect of each occurrence not covered by underlying but applicable to umbrella liability only. This Certificate of Insurance is issued as a matter of information only to: NAME: City of Newport Reach City Hall ADDRESS1100 Npwpnrt RIVe Newport Beach, Calif. Dated at this 5th Day of March 19 73 Form 2541 Lee Smith & Co., Dnfhorized Signature Coverage Underlying Limits A. Bodily Injury $ 300'000 Each Person Automobile $ ' Each Accident or Occurrence B. Bodily Injury $ Each Person Except Automobile $ 500,000 Each Accident or Occurrence $ 500,000 A re ate Products C. Property Damage S 100,000 Each Accident or Occurrence Automobile D. Property Damage $ Each Accident or Occurrence Except Automobile $ ' Aggregate Operations $ ' Aggregate Protective $ ' Aggregate Products $ ' Aggregate Contractual E. Combined Single ' Limit Bodily Injury $ Each Accident or Occurrence and /or Property Damage F. Employers Liability, $ Coverage „B„ "It is hereby under- stood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, Calif. of a registered written notice of such cancellation or reduction in coverage. OR EXCESS OF $ 10 Ogg ultimate net loss in respect of each occurrence not covered by underlying but applicable to umbrella liability only. This Certificate of Insurance is issued as a matter of information only to: NAME: City of Newport Reach City Hall ADDRESS1100 Npwpnrt RIVe Newport Beach, Calif. Dated at this 5th Day of March 19 73 Form 2541 Lee Smith & Co., Dnfhorized Signature INITED PACIFIC 4 INSURANCE COMPANY A MEMBER OF UNITED PACIFIC INSURANCE GROUP HOME OFFICE: TACOMA. WASHINGTON CERTIFICATE OF INSURANCE yn Effect on Date of Tbis Certificate w e... v'Y. 9..�ii rc".. YL +.*N-- ✓AvR._s..a�-0$w'JY+ns.i+FF �?'i�� This is to certify that the policy described below has been issued by the UNITED PACIFIC INSURANCE COMPANY, as insurer, only to the insured named below. Any requirements or any provisions in contracts or agreements between the insured and any other person, firm or corporation shall not enlarge, alter or amend the definition of insured or any of the terms, conditions, exclusions, or limitations of the policy described below. That policy, subject to all of its limitations of liability, coverages, hazards, exclusions, provisions, conditions and other terms, is in full force and effect as of the date this certificate was issued. Name of insured Means & Ulrich Property Damage 1629 E. Edinger St. S 100,000 Each Occurrence Address of insured Santa Ana, Calif. $ 500,000 Each Occurrence 5500,000 Aggregate Policy Number LP 9282863 Effective 2 -1 -73 Expires 2 -1 -74 Bodily Injury Liability COVERAGES I _ LIMITS OF LIABILITY Each Orwrrence MULTIPLE LIMIT PLAN: Other than Automobile $ Each Occurrence > Aggregate Bodily Injury Automobile $ 300,000 Each Person $ 500,000 Each Occurrence Liability Other than Automobile $ 300,000 Each Person S 500,000 Each Occurrence $ Aggregate Products - Completed Operations Property Damage Automobile S 100,000 Each Occurrence Liability Other than Automobile $ 500,000 Each Occurrence 5500,000 Aggregate ,SINGLE LIMIT PLAN: Bodily Injury Liability Automobile S Each Orwrrence and Property Damage Liability Other than Automobile $ Each Occurrence > Aggregate In accordance with the above, the captioned policy insures the liability of the insured named above arising from (1) operations by or on behalf of the insured, or (2) premises or property used by or on behalf of the insured in connection with such operations; subject, however, to all the provisions, exclusions and limitations of the policy. Job: Replacement of Plumbing Fixtures in Beachfront Public Restrooms (Contract 1468) The policy provides, under the Insuring Agreements, contractual liability coverage with respect to any contract or agreement wholly in writing. Such contractual coverage is subject to all the exclusions, conditions and other provisions of the policy. NOTICE This certificate is issued as a matter of information only and, as such, neither affords any insurance nor confers any rights upon the holder, It neither affirmatively nor negatively amends, extends or alters the coverage afford- ed by the policy identified above. Except as specifically provided for in this certificate, United Pacific Insurance Company has no duty to notify the party to whom this certificate is addressed as to any changes or cancellation of the policy and shall not be responsible for any failure to do so. Date 3 -5 -73 To ✓ ^R E%::IE. City of Newport Beach ✓ i' City Nall, 3300 Newport Bl. " ;t Address Newport Beach Calif. Countersigned by --� - -Q ti AUTHORIZED REPRESENTATIVE it is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allotted to lapse until ten (10) days after receipt by the City Clerk of the City of New- port Beach, City Hall, Newport Beach, Calif. of a registered written notice of APR 2 1974 T0; CITY COUNCIL FROM: Public Works Department April 8, 1974 CITY COUNCIL AGENDA ITEM NO. H -12 SUBJECT: ACCEPTANCE OF REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS (C -1468) RECOMMENDATIONS: 1. Accept the Work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the replacement of plumbing fixtures in the beach front public restrooms has been completed to the satisfaction of the Public Works Department. The bid price was: $95,200.00 Amount of unit price items constructed 95,200.00 Amount of change orders 5,321.11 Total contract cost 100,521.11 Amount budgeted in the General Fund (Account No. 02- 1095 -246) $102,298.64 Three change orders were issued: 1. Provided for a delay in the completion date in order to avoid inconvenience to summer beach users. 2. Provided for installation of stainless steel toilet tissue holders at all six restrooms $4,800.00. 3. Provided for repair and replacement of the water service and drain lines to two drinking fountains $521.11. The design engineering was performed by F. T. Andrews Inc. of Fullerton, California. The contractor is Means and Ulrich of Santa Ana, California. The original contract date of completion was July 17, 1973. On July 9, 1973, the Council extended the date of completion to October 31, 1973. After resuming work in October, the contractor still experienced delays in obtaining plumbing fixtures, some of which had been on order for nearly six months. The work under the original contract was completed on November 27, 1973. Due to a shortage of stainless steel, the installation of the toilet tissue holders was not completed until March 28, 1974. oseph Devlin Public Works in GPD:hh 9- 5eE1 1973 TO: CITY COUNCIL FROM: Public Works Department July 9, 1973 CITY COUNCIL AGENDA ITEM N0. H -2 (n) SUBJECT: REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS (CONTRACT 1468) RECOMMENDATIONS: Adopt a resolution approving an amendment to Contract No. 1468 with Means & Ulrich, extending the date of completion to October 31, 1973; and authorizing the Mayor and City Clerk to execute the amended contract. DISCUSSION: On February 26, 1973 the City Council awarded the subject con- tract to Means & Ulrich. The estimated date of completion was June 5, 1973. The contract date of completion was July 19, 1973. Because of inability to obtain the necessary materials, and a shortage of plumbers caused by the activity in commercial building projects, the contractor has fallen behind on the schedule of work. To date only the Newport Pier public restroom has been completed. The number of people using the public restrooms at this time of year makes it undesirable to take any of the remaining restrooms out of service. Balancing the inconvenience to the public and the expense to the contractor in attempting to finish the contract during the summer season against the inconvenience to the City in maintaining the five deteriorating restrooms through the rest of the summer, it is the staff's recommendation that the contract should be extended. J seph T. evlin P lic Wo s Director ~ P:hh FEB 26 1973 TO: CITY COUNCIL By the CITY COUNCIL CITY 1130 O"aw^mr %QACH FROM: Public Works Department February 26, 1973 CITY COUNCIL AGENDA ITEM NO.—H-2 (f) SUBJECT: REPLACEMENT OF PLUMBING FIXTURES IN BEACHFRONT PUBLIC RESTROOMS (CONTRACT 41%48@j` 1_�V or'de RECOMMENDATIONS: 1. Adopt a resolution awarding the contract for the base bid plus Additive Bid Items Nos. 1, 2, and 3 to Means and Ulrich in the total amount of $95,200; and authoriz- ing the Mayor and the City Clerk to execute the contract. 2. Approve a budget amendment in the amount of $56,400. DISCUSSION: At 10:00 A.M. on February 8, 1973 the City Clerk received and opened four bids for replacement of plumbing fixtures in beachfront public restrooms. Additive Bid Items Total Bidder Base Bid 1 2 3 Bid Means & Ulrich $55,700 $15,700 $16,700 $ 7,100 $95,200 Santa Ana J. Ray Construction Co. 56,900 17,900 14,500 6,700 96,000 Costa Mesa Brinderson Mechanical Corp. 63,671 18,427 17,089 6,589 105,776 Pomona Austin Building Co. 75,000 22,000 21,000 12,000 130,000 Newport Beach Estimate 43,600 9,250 11,250 3,250 67,350 The low bid (base bid) is 27.5% more than the funds available of $43,600. The relative closeness of the low and second low bids, both submitted by qualified and well -known contractors, indicates that the bids represent the true cost of construction. The consulting engineer who prepared the plans concurs in this opinion. The budget provided $50,000 for the project from the General Fund in Account 02- 1095 -246. $6,400 is encumbered for plans, specifica- tions, and supervision, leaving $43,600 available for construction. The proposed budget amendment includes an allowance for contingencies. The work involves the replacement of plumbing, fixtures, exterior showers, and the replacement of toilet partitions with precast concrete partitions at the following six facilities, listed in order of priority of need. February 26, 1973 Subject: Replacement of Plumbing Fixtures in Beachfront Public Restrooms Page 2. Base Bid Newport Pier Fifteenth Street Balboa Pier Additive Bid Item No. 1 Corona del Mar (newer building) Additive Bid Item No. 2 Corona del Mar (old building) Additive Bid Item No. 3 Buck Gully The 1972-73. budget approved $50,000 for the project in 1972 -73; and recommended $25,000 additional in each of two following fiscal periods. Comple- tion.of the work at this time as recommended would eliminate the need for the future projects. Completion of the entire project at this time would have the follow- ing advantages: 1. Probable lowest total cost because of the rapid rate of increase in construction costs. This project is labor intensive and thus more vulnerable to cost inflation than some other types of construction work. The rate of inflation for this project is estimated to be approxi- mately 10% per year. 2. Reduction in maintenance costs. The General Services Director feels that the rate of plumbing failures is in- creasing to an unacceptable point. Repair of this type of failure is extremely expensive. 3. Reduction in periods of time restrooms must be closed for maintenance work. If however it is desired to more closely follow the original program, the following actions should be taken: 1. Adopt a resolution awarding the contract for the base bid only, to Means & Ulrich, in the amount of $55,700.00; and authorizing the Mayor and City Clerk to execute the contract. 2. Approve a budget amendment in the amount of $15,000.00. The engineer was F. T. Andrews, Inc., of Fullerton. The associated architects were Brown & Hallett, of Anaheim. The estimated date of completion if June 15, 1973. in d rector % JAN 2 1973 By +he CITY COUNCIL ATY Ole NFw POPa"T g6ACH TO: CITY COUNCIL January 22, 1973 111-,13 FROM: Public Works Department and General Services Department SUBJECT: REHABILITATION OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS (CONTRACT 1468) RECOMMENDATIONS: Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be received at 10:00 A.M. on February 8, 1973. DISCUSSION: On August 28, 1972 the City Council authorized F. T. Andrews, Inc., Consulting Engineers, to prepare plans and specifications for the rehabilita- tion of beach front public restroom facilities. Six facilities were included in the project. The 1972 -73 budget contains $50,000 for the project. The sum of $6,400 has been encumbered for engineering services, leaving $43,600 available. Following is an estimate of the total cost to rehabilitate the six restrooms. The restrooms are listed in order of priority of need: 1. Newport Pier $13,000) 2. 15th Street 9,500) 3. Balboa Pier 10,000) 4. New Corona del Mar 9,250 5. Old Corona del Mar 11,250 6. Buck Gully 3,250 Construction Sub -Total $56,250 Contingencies (10 %) 5,600 Chemical Toilets 5,000 Water Meters (2) 1,000 Engineering 7,150 $75,000 Base bid Additive Bid No. 1 No. 2 " No. 3 The plan is to complete as many restrooms as possible within the current appropriation. The others will be completed under a future contract as funds become available. The restrooms at Newport Pier, Fifteenth Street, and Balboa Pier constitute the base bid. Each of the other restrooms is shown as an additional bid item. The work consists of replacing plumbing fixtures, fresh water pipes, and partitions. The new partitions will be of precast concrete. Replacement of showers on the exterior of all the buildings will be included in the work. i� 7 i January 22, 1973 Subject: Rehabilitation of Plumbing Fixtures in Beach Front Public Restrooms Page 2. The contract provides that all work must be completed by June 15, 1973, and that no work will be permitted during Easter week. The contractor will be required to provide chemical toilets at all times that the restrooms are closed to the public. ()seph i. Devlin P blic W ks Director LP:hh Leff AUG 28 1972 By the CITY COUNCIL Az, ; w. N; n ACH TO: CITY COUNCIL FROM: Public Works Department 41 J August 28, 1972 /jFA c %I --'I c t 4 T i t-5 SUBJECT: REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS RECOMMENDATION: Adopt a resolution authorizing the Mayor and the City Clerk to execute an engineering services agreement with F. T. Andrews, Inc., Consulting Engineers, to prepare plans and specifications for the rehabilitation of beach front public restroom facilities. DISCUSSION: The 1972 -73 budget contains $50,000 to replace plumbing fixtures in public restrooms. The work is to be done by private contractor. It is recommended that a private consultant be hired to prepare plans, specifications, and estimates for the entire project. A contract can then be let for the amount of money available for construction. Next year an appropriation will be sought to complete the work using the same plans and specifications. A proposal has been received from F. T. Andrews, Inc., Consulting Engineers of Fullerton, to provide the mechanical, electrical, and architectural consulting services needed for the project. The contract would be based on standard hourly rates with a guaranteed maximum cost of $6,400. The services to be performed are: 1. Prepare detailed plans and specifications for the entire project. 2. Prepare detailed cost estimates. 3. Check contractor's shop drawings. 4. Provide periodic field inspection. The firm of F. T. Andrews, Inc. has not previously worked for the City. However, the City's Building Division indicates that, based on work for private clients, the firm is well qualified to do this type of work. Compensation is based on standard hourly rates with a specified maximum fee of $6,400. The total construction cost, estimated in April 1972, is $80,000 for all replacement work. Approximately $43,600 will be available for construction this year. An additiogal appropriation will be sought next year. Joseph T. Devlin ubl i c Flo ks Director /bg I 1 �- �� AUU1i1969 By fh• CITY COUNCIL CITY OF NEWPORT BEACH C ` ;2, (0-) 1 tG iES SENT 10: Mnnxper �wrney ❑ "t" Work, Dheeo IDu,,eetc seer El cane April 2S, 19% Means S Ulrich 1629 E. Edinger Avenue Santa Ana, EA 92705 Subject: Surety i Firnsan's Fund Dwourence Company Band No. : 7107622 Project : Plumbing Fixtures, Beedrl4ont Public Aeetroons Contract No.: 1468 The City email en April 9ti 1994 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 85 days after Notice of Completion has been filed. Notice of Coenpl t ion was filed with the Change Conanty Aecorder on April 10, 1994, in Book 11116, Page 1140. Please noti.'y your surety company that bands mW be released 85 days after recoxft date. Laura Logics, O C City Clark LL: mdc RECORDING REQUESTED BY AND MAIL TO City of Newport Beach City Clerk 3300 W. Newport Blvd Newport Beach, CA 92660 Mk 1 9923 FREE C2 NOTICE OF COMPLETION PUBLIC WORKS 0 BK I 1115PO 1 140 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY. CALIFORNIA 9:05 A.M. APR 10 1974 J. WYLIE CARL;': =, C3.r;;y i:c =deer To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 8, 1974 the Public Works project consisting of Plwnbing fixtures in beachfront public rest-mom, on which Means & Ulrich was the contractor, and Fireman's Fund Insurance Coq)any was the surety, was completed. 1V I, the undersigned, say: CITY OF NEWPORT BEACH rector 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 I, the undersigned, lil 9, 1974 at Newport Beach, California. I am the City Clerk of the City of Newport Beach; the City Council of said City on April 8, 1974 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 April 9, 1974 at Newport Beach, California. r/17J,1 A Av n � x, CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: April 9, 1974 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 Plumbing fixtures in beachfmnt public restinams Contract No. 1468 on which Memm g t=.ich was the Contractor and Fireman's (laid Insuranos 9m ma was the surety. Please record and return to us. Very truly yours, La' uraLa ios City Clerk City of Newport Beach LL: Encl. ,. _... _. RESOLUTION NO. 8 0 5 1 1973 A RESOLUTION OF THE CITY COUNCIL OF THE CITY "' +`• - OF NEWPORT BEACH AUTHORIZING THE EXECUTION --OF AN AMENDMENT TO CONTRACT #1468 BETWEEN THE CITY OF NEWPORT BEACH AND MEANS & ULRICH TO EXTEND SAID CONTRACT UNTIL OCTOBER 31, 1973 WHEREAS, there has been presented to the City Council of the City of Newport Beach a certain amendment to Contract #1468 between the City of Newport Beach and Means & Ulrich, which amendment would extend said contract until October 31, 1973; and WHEREAS, the City Council has considered the terms and conditions of said amendment and found them to be fair and equitable; NOW, THEREFORE, BE IT RESOLVED that said amendment to Contract #1468 above described is approved, and the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach. ADOPTED this 9th day of July , 1973. ATTEST; City Clerk t Mayor DRB dm 7/5/73 6 Date Horch 15, 1973 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1460 Project 40f PINTS rlxhues .y M 077 n i . Attached is signed copy of subject contract for transmittal to the contractor. Contractor: mum 4 uh4ch Address: 1629 E. E&Mw Avwm, °,wU Ana 92706 Amount: $ 96,200.00 Effective Date: 3-15-73 Resolution No. 7942 Laura Lagios LL-dg Att. cc: Finance Department �] • CITY CLERK CONTRACT NO. 1468 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS Approved by the City Council this 22 ay of Jan. 1973. Laura— a ios, City Clerk/ SUBMITTED BY: Means & Ulrich Contractor 1629 East Edinger Avenue Address Santa Ana, CA 92705 City Zip Code (714) 543 8413 Total Bid Price • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE 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 8th day of February , 19 73, at which time they will be opened and read, for performing work as follows: REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS CONTRACT NO. 1468 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. 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 title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature 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 t— o porate Seal shall be affixed to all documents requiring signatures. In the case of a arm tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California,.at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The city has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), 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, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor will be required to guarantee his work for a period of one year from the date the city accepts the work. The city reserves the right to reject any or all bids and to waive any informality in such bids. In case of an error between words and figures, the words shall govern. The city reserves the right to compare bids based on the base price alone, or on the basis of the base price plus any or all of the additive bid items. For this reason, potential bidders are advised to include all their contract administration, insurance, and other non - recurring costs in their base bids. At the time of award of contract, the City will specify whether any of the additive bid items are included in the contract. Revised 6 -12 -72 Page 2 All bids are to be computed on the basis of the given estimated quaritftii 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 works 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 under- signed 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 Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the .proceeds of check or bond accompanying 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 No, 193343 Classification B -1 & C -8' Accompanying this proposal is , , Cashier's Check or in an amount not lesp 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 code, and agrees to comply with such provisions before commencing the performance of the work of this contract.. (71'4).543.8413 MEADS &,ULRICH one Number Oi er s Name February 8 1973 ate S) Larry L. Means, Executive Vices P(resAident AuthorizQ Signature Authorized . gnature Corporation ype of Orgam zation (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: President Executive Vice President - Manager LaVerne L. Means Larry L. Means Vice President - Treasurer Leon L. Means Secretary Louise V. "Astinge r 0 Page 3 1 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. Item of Work Sub- contractor Address 1, Plumbing Pacific Plumbing Santa Ana 2.. Electric Bob (R. J. Thomas) Santa Ana 3, Cerm Tile McCandless Tile Santa Ana 4. 5. 6. 7. 8. 9. 10. S/ Larry L. Means, Executive Vice Pres. Authorized Signature Corporation (California) Type of.Organization (Individual, Co- partnership or Corp) 1629�East Edinger Avenue Santa Ant- �pjjfarqia 927flfi 4 FOR INAL SEE CITY CLERK'S FILE COPM BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE- PRESENTS; Page 4 That we, MEANS & ULRICH as Principal, and Fireman's Fund Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of bid Dollars ($ ---- ----- - -- -), 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 Replacement of Plumbing Fixtures in Beachfront Public Restrooms (Contract 14.68 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, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that, said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount!: specified herein shall be forfeited to. the said City. In 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 8 day of February , 19 73 , Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Janice G. Fuller,.Notary Public Feb. 8, 197 3 MEANS & ULRICH rincipal By: S/ Lam L. Means, Exec. Vice President NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid,. being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into arty 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 affiants or either of them has not directly or indirectly, entered into. any arrange m en or agreement.with' any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material -;-:: man which is not processed through said bid depository, or which preverit any 'subcontractor 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 this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pad+, deliver to, or share with any other person in any way or manner,' " any of the proceeds of the contracts sought by this bid. MEANS & ULRICH BY: S/ Larry L. Means, Executive Vice Pres. Subscribed and sworn to before me by this day of .19 My ,commission exp0res Dated: February 7,.1973 Notary Public- FOR RGINAL SEE CITY:CLERK'S FILE CO Page 6 'STATEMENT OF FINANCIAL RESPONSIBILITY - The :.undersigned submits herewith a statement of hi s,fInancial .responsibility.* Means .& Ulrich, a California Corporation and its principals. have a combined Net Worth exceeding one half Million Dollars. The firm is qualified for Bonds in excess of $4,000,000.00 The firm is listed and rated by Dun and Bradstreet. 9 Si gne Page 7 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and:successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No The Firm of Means and,Ulrich has been in business over 27 years here in Orange County completing an average annual volume of $1,500,000.00. Remodeling of various . structures throughout Orange County has been a specialty of our Firm and if successful in our bid, we will be pleased to furnish 'a detailed list of customers. MEANS & ULRICH Bond No. 7107622 s 7um Pale 8 LABOR AND MATERIAL BOND 4 J KNOWAL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by. motion adopted February 26, 1973' has awarded to .. Means & Ulrich.. .... .:.: ............. hereinafter designated as the "Principal. ", a contract for I Aeblacement of Plumbing Fixtures in Beachfront Public Restrooms (Contract 1464 in the City of.Newport. Beach, in strict conformity, with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. 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 per formance 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 MEANS - &'ifRICH as. Principal, .hereinafter designated as the Contractor andF apFtli au tit itiac I COMPANY as Surety, are held firmly bound unto. the City of Newport Beach, in the sum of Ninety Five ThousandTwo Hundred and No /100 - - - - - -- Dollars :OO ) - 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 t . : 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.subeontractors,' 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 Ode,with respect to such work or labor, that the Surety or. Sureties ;Will pay for the same, in..an amount not exceeding the sum specified in the bond, and a1so,.in case suit is brought upon the bond,.a reasonable attorney's fee; to be fixed by the Court .as required by the Provisions of Section 4204 of the Government Code of the State of California._ I. ,. j Page.. 9 (Labor, and Material Bond -:Continued) This bond.shall inure to the benefit of any and all persons., companies, and corporation entitled to file claims under Section 1192,1 of the Code of Civil- Procedure to 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 4206 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 and Surety above named, on the 6th day of - March , 14i3�.. MEANS r r` Approved`s to , Pwf.uTty _Attorney - This;bond was approved,by the City Council _ty of Newport Beach by motion on city Larry V Means . L Executive Vice President (Sea].) o� ntrac or - `J a ;. �,. .� �t N��w��rr^^ /' � .` .�� � l i `- _./tl y } � - ~ !\ � i �._ taC �` � �� t �: i .:: , "_` a ;. �,. .� N v Q1 C i z° O � W U O W t, Y 7 O u m O U ,L7 7 a w ro 0 z Cd v b C 7 d H ai E u s. w p Cl) n rn t L �O E i d i m 3 W Cd 0 v a i�- b G ro ti m b N v v O L a O U 7 N Y u 0 v cu 3 0 U 'U Q m ii fT ❑�V � x 1 7 a C � m ' N �F � . c �'+�a� YE...ai. M• • %lam_ _ +F r ti m 6 s Bond No. 7107622 orremium Included in `La or and erl a on Page PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by.. motion.adopted February 26, 1973 . has awarded to Means & Ulrich ........ .. hereinafter designated:as the "Principal ", a contract for Replacement of Plumbing Fixtures in Beachfront Public.Restrooms (COntrdct :14.68) : a 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 whereof require the furnishing of 'a bond for the faithful performance of said. contract; NOW, THEREFORE, We, MEANS & ULRICH as Principal, hereinafter designated as the "Contractor ",:and THE AMERICAN INSURANCE COMPANY As Surety, are.held. and firmly .bound unto the City of Newport Beach, in the sum. of NINETY FIVE THOUSAND TWO HUNDRED AND NO /1-00 - -- Dollars ($ 95;200.00 ). said'sum being:equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and.assigns; for .which-payment ' = well and truly to be made, we bind ourselves, our heirs,.executors and administrators,' ....::., successors or assigns, jointly and severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH_, that if the above.bounden Principal,.his:'.; ...`... or its heirs, executors, administrators; successors, or assigns,.shall in all things; stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof .made.. as.therein: provided . . on his or their- part, to_be kept and performed at the time and in the manner therein' specified, and in all respects according to their true intent and meaning,.and shall. indemnify and save harmless the City of Newport Beach, its officers and agents, as. therein stipulated, then this obligation shall become null and void; otherwise it shall :> -remain in full force and virtue. 1 kA (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'to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice, of any change extension of time,•alteration or.addition to the terms of the contract or to the work or to the specifications.. In the event that any principal above named executed this bond.as am-individual, it is agreed th ' at 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 Pri and,Surety ci above named, on the 6th day of March I Aal - Approved as to form: Esc . tolty.At torn ey —4sea "MUNIQ I."�---"-"�----,.-�''4'7 Vice President ", /,-�-�� � is or ---------- NSUBW MPAN Y (Se (Seal) j[TER Attorney in Fact, �In Fa t ys..ra�rhl/ � _ �� �i �, �i -. _ �_ L "' - '.. c Er-= � -*� � - - I -� ., �` Ilk �J.��a.. �.����`- I \ %�.� �....,..nna••. = i _ /_ •.'� i J� t I �� 1 Q_a6BiC.��:'- �..�+�.v_,�... ;_ � aa�im" °e : :. �i`E+n- "X.e!n._ ��yit v�h�ri5 `,'._vr'n _t9- i.�- 1:3L'.�...� _ .. i1iEY �n"� �. - - - 4 ®Y ®N nn. vu�- `I�M.�'U:Si.. .. M /:�- 3:.dtiC Cn O th S- cu 4J .1 Z. LL C 0 5 Gl Z_ N by and between the.CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Means & Ulrich 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 Replacement of Plumbing Fixtures in Beachfront Public Restrooms (Contract 1468) nc u ing Tne Base Esid and Addifive—Old e a amount of $95,200:00')' 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, tabor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be. furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. 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.,description' connected with the work; also., for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly, stipulated ta-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 thi.Contractor shall receii6:in; full compensation therefore the lump sum price, or-if the'.bid is_on the unit price besi's,.the total price for a several items furnished purs4ant to, the Specifications, name,& in the bidding h s e t 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 materialsand to dq the work, according. to. the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same it 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 parties hereto, or when required by the City in accordance with the provisions of the Plans and. Specifications, are hereby incorporated in and made part of this Agreement. T� Y :.Page 13 5, Pursuant to the Labor Code of the State of.California, the City.'Council hat 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 from the 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. ATTEST: Approved as to form: CITY OF NEWPORT BEACH* CALIFORNIA By: mayor By :/GGL2. L uise V. Hastings to By: _ Larry Means =__� ExpadtjXp Vice e By :/GGL2. L uise V. Hastings to r ' S 1 i,��� Ir I1��I �` __ J i '. ✓ i •^ �f � J � � i �` , � -: �� ,C � �'. �' v ��' ...� <� �� I A l I F k. i4&YR3r;ai- ry�e3L`P3�n °- _e.�vz, .,. �.. ,.n., fir.- --- ,-at�_s��sffile ".ade�s �r a�t.,.8��:.._eaa.a_r�v�ufA - c�x�irti'..1�.: ., • PR 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL FOR REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PMLIC RESTROOMS CONTRACT NO. 1468 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans, Special Provisions, and the Standard Specifications, and hereby proposes to furnish all materials and do all work required to complete the project in accordance with Drawing No. M- 5159 -S, consisting of 16 sheets, the Special Provisions, and the Specifications; and that he will take in full payment therefor the following unit prices for the work, complete in place: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Base Bid Lump Sum Rehabilitate Beach Front public restrooms at Newport Pier, Fifteenth Street, and Balboa Pier, including furnishing all materials, labor and services; and furnishing portable toilets; for the lump sum price of: Fifty five thousand seven hundred Dollars. and - - - -- no -- --- ------ ---------- - -- - -- Cents $ $ 55,700.00 Additive Bid Item No. Lump Sum Rehabilitate southerly Beach Front public restrooms at Corona del Mar State and City Beach, including furnish- ing all materials, labor and services; and furnishing portable toilets; for the lump sum price of: Fifteen thousand seven hundred - - - - -- no ----------- - - - - - -- Dollars and $ $ 15,700.00 ti � • PR2of2 FIEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Additive Bid Item No. Lump Sum Rehabilitate northerly Beach Front public restroom at Corona del Mar City and State Beach, including furnishing all materials, labor, and services; and furnishing portable toilets; for the lump sum price of: Sixteen thousand seven hundred Dollars and - - - - - -- no ------- ------- - - - - -- Cents $ Additive Bid Item No. 3. Lump Sum Rehabilitate public restroom at Buck Gully, including furnishing all materials, labor, and services; and furnishing portable toilets; for the lump sum price of: Seven thousand one hundred Dollars and - -- - - -- no ---- ----------- ---- -- Cents TOTAL PRICE OF BASE BID ONLY WRITTEN IN WORDS: Fifty.five thousand seven hundred Dollars and --------- no - -= -_ -_ -_ Cents $ 16,700.00 7,100.00 55,700.00 CONTRACTOR'S LICENSE N0. 193343 BIDDER'S NAME MEANS & ULRICH DATE February 8, 1973 AUTHORIZED SIGNATURE S/ Larry L. Means, Exec. Vice Pres. BIDDER'S ADDRESS 1629 -East Edinger Avenue, Santa Ana, California 92705 TELEPHONE NUMBER (714) -543 8413 0 [MIRL1111taJ "GUARANTEE FOR REHABILITATION OF BEACH FRONT PUBLIC RESTROOMS (CONTRACT 1468) We hereby guarantee that all work which we have installed under the provisions of Contract No. 1468 of the City of Newport Beach, California, has been done in accordance with the drawings and specifications and that the work as.installed will fulfill the requirements included in the specifications. We agree to repair or replace any or all of our work, together with any other adjacent work which may be displaced by so doing, that may prove to be defective in its workmanship or material within a period of one year from date of acceptance of the above- mentioned structure by Owner, except for wear and tear and unusual abuse or neglect. In the event of our failure to comply with the above - mentioned conditions within a reasonable period of time, as determined by the Owner, after being notified in writing by the Owner, we do hereby authorize the Owner to proceed to have said defects repaired and made good at our expense, and we will honor and pay the costs and charges therefor upon demand." IC Sign Larry L.,Means,Exec. Vice President.. Date March 7, 1973 Address 1629 E. Edinger, Santa Ana, California Phone No. (714) 543 -8413 FORM OF GUARANTEE I. SCOPE OF WORK • SP of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS REPLACEMENT OF OLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS CONTRACT NO. 1468 Work to be done under this contract includes furnishing of all labor, materials, appliances, transportation and services required for completion of the project in accordance with the plans and specifications. The contract requires completion of all the work in accordance with these Special Provisions; the Project Specifications, Divisions'l through 16; the City's Standard Special Provisions; the Project Plans (M- 5159 -S, 16 Sheets); and the City's Standard Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, (1970 Edition). The base bid includes all work shown on the Plans and in the Specifications for the rehabilitation of three public restrooms, one located at the Newport Pier, one located at Fifteenth Street on the Ocean Front, and one located at the Balboa Pier. If any bid is awarded, it will include at least the base bid. Depending upon the prices bid for the additive bid items, the City may elect to include one or more of the additive bid items in the contract. Each additive item is intended to provide for the complete rehabilitation of an entire public restroom. The City will be responsible for securing building permits. The City will waive all fees normally charged, except that each contractor and subcontractor must have a current business license. Any connection charges payable to other agencies will be paid by the City. II. COMPLETION OF THE WORK The contractor shall complete all work within 105 calendar days after issuance by the City of a notice to proceed. The nine calendar day period from April 14 - 22, 1973 when no work is permitted, shall be included in the 105 calendar day working period. III. CONTROL OF THE WORK The work shall be done under the control of the Public Works Director of the City. Whenever the word "architect" appears in these specifications, it shall be under- stood to refer to the Public Works Director. , IV. SCHEDULING k No work shall be done in the 9 days ending on Easter Sunday, April 22, 1973. u 0 0 SP2of2 The public restroom located at the Newport Pier and the public restroom located at Fifteenth Street shall not both be closed to the public at the same time. The two public restrooms located at the Corona del Mar City and State Beach shall not both be closed to the public at the same time. No restroom shall be out of service for more than 30 consecutive calendar days. PORTABLE TOILETS During the time when any restroom is closed for rehabilitation, the contractor shall at his own expense, maintain a number of portable toilets at the site equal to the total number of toilets that are out of service in the restroom. Half of the number of portable toilets at each location shall be reserved for women, and half of the number of portable toilets at each location shall be reserved for men. The contractor shall be responsible for servicing the portable toilets often enough to prevent overflowing; and will be responsible for keeping them clean. The City will provide paper for the portable toilets. The contractor may, at his option, elect to maintain some of the permanent toilets in operation at all times in order to reduce the number of portable toilets re- quired. The price paid for providing portable toilets shall be included in the lump sum price paid for the various bid items, and no separate payment will be made for providing portable toilets. PROJECT SPECIFICATIONS 0 BEACH RESTR.00M REHABILITATION NEWPORT BEACH, CALIFORNIA F. T. ANDREWS, INC. Consulting Engineers 1343 West Valencia Drive Fullerton, California (714) 525 -1112 BROWN - HALLETT Architects - Planners 1720 West La Palma Anaheim, California (714) 533 -1205 January 22, 1973 _PICT SPECIFICATIONS INDEX • DIVISION 1 Sec. I DIVISION 2 Sec. 2A DIVISION 3 Sec. 3A DIVISION 4 Sec. 4A DIVISION 5 Sec. 5A DIVISION 6 , Sec. 6A DIVISION 7 DIVISI ()N 8 Sec. 8A 8B DIVISION 9 Sec. 9A 9B 9C DIVISION 10 DIVISION 11 DIVISION 12 DIVISION 13 DIVISION 14 DIVISION 15 Sec. 15A DIVISION 16 Sec. 16A GENERAL REOUIREMENTS Project Requirements 1 - 5 SITEWORK Demolition 1 - 2 ,.. r Cast in Place Concrete 1 - 2 MASONRY 1 Concrete Block Masonry 1 METALS 1 Miscellaneous Metals 1 CARPENTRY 2 - 3 Finish Carpentry 1 WEATHERPROOFING None Required) EQUIPMENT DOOR AND HARDWARE Required) Door 1 Hardware ,e.1 .11 1 Furring and Lath 1 Ceramic Tile 1 Painting 2 - 3 SPECIATIES (None Reauired) EQUIPMENT (None Required) FURNISfiINGS (None Required) SPECIAL CONSTRUCTION (None Required) CONVEYING SYSTEMS (None Required) PLUMBING Plumbing 1 - 3 ELECTRICAL Electrical 1 - 5 1 -1 DIVISION 1 - GENERAL REQUIREMENTS IA - PROJECT REQUIREMENTS VERIFICATION OF DIMENSIONS AND CONDITIONS As required for the proper manufacture and installation, di- mensions shown by drawings shall be verified, field measure- ments shall be taken for the proper tolerances and precise fit to adjacent building components. Each trade shall visit the project prior to start of work, inspect the work completed by other to assure conditions re- quired for his trade are correct and acceptable. Any discrepancies shall require the Contractor to advise the Architect in writing, of improper conditions that corrections may be made. The start of work by the Contractor indicates his acceptance of surfaces to receive his work. CONSTRUCTION BARRICADE - PEDESTRIAN PROTECTION Restroom facilities shall provide public convenience for greatest time permissable without jeopardy to the Contractor. Where continued use of all or a part of the existing is pos- sible., appropriate pedestrian control and protection shall be provided. Where it is necessary to terminate use, the City representative shall be advised that temporary units may be provided, and Construction barricades shall be provided under Contract. UTILITIES Water and power are available on the site and will be paid for by the Owner. BUILDING PERMIT The City will be responsible for securing a building permit. The City will waive all fees normally charged, except that each Contractor must have a current business license. CODES - ORDINANCES Work of this project shall conform to or exceed the applicable requirements of the Building Code and Ordinances for the City of Newport Beach. IA - Project Requirements 1 -3 0 • ence of completion or facility use. WORK PERFORMED BY OTHERS Equipment and items of work which are indicated by drawings or specifications as N.I.C. (Not in Contract) will be furnished by others and are not required under this contract. If any equipment noted N.I.C. is to be furnished by others and installed by this Contractor, it will be so noted on the draw- ings or specified in appropriate parts of these specifications. COORDINATION - TRADE /WORK The Contractor shall cooperate and coordinate his work with the various other contractors and trade sections whose work might be affected by his operations. DELIVERY, STORAGE AND PROTECTION Materials shall be delivered to job site just prior to their use and as instructed by the General Contractor, that the pro- ject is ready to receive delivery. Storage at the site shall be in a location selected by the General Contractor and to the satisfaction of the Architect, with prompt removal of surplus materials. All materials for use in the work shall be stored by the Contractor in such a manner as to prevent damage from exposure to elements, admixture of for-1 eign materials or from any other cause. Materials shall be stored so as to facilitate prompt inspection. Protection of delivered materials and the work installed shall be the responsibility of the trade involved, any loss or damage corrected at once. Where during the process of work a Trade should damage the work of others, it shall be the responsibi- lity of the Contractor causing the damage to repair or retain the original contractor to repair same without loss or addi- tional expense to the Owner. DEFECTIVE MATERIALS All materials not conforming to the requirements of the speci- fications shall be considered as defective and all such materials whether in place or not, shall be rejected and shall be re- moved immediately from the site of the work unless otherwise permitted by the Architect. Upon failure on the part of the Contractor to comply with any order of the Architect made un- der the provisions of this subsection, the Owner shall have authority to remove and replace defective materials at the ex- pense of the Contractor. IA - Project Requirements 0 0 1 -4 QUALITY STANDARDS Standards of quality and performance indicated on drawings or specified shall be understood to be minimum requirements only. When building codes or other legal authorities demand higher standards, such requirements shall govern. Should the work be in conflict with legal requirements or be detailed in such a manner that first -class workmanship becomes impossible, the Architect shall be consulted before proceeding with the work. Failure to request an interpretation from the Architect shall confer no right for an extra payment or an obligation on the Owner to accept unsatisfactory work. SUBSTITUTIONS Whenever in specifications any material, product or service designated by specific brand name, trade name or catalog num- ber is modified by the words "equivalent to" or "or approved equal ", such designation shall be deemed to be for the pur- pose of facilitating the performance and function of any such material, product or service. However, it shall be clearly understood that the judgement of the Architect will be the sole determination of whether a selected material, product or ser- vice is the equivalent of any item specifically designated by name or catalog number. Whenever the substitution of any material or article other than that specified requires additional design service on the part of the Architect or on the part of any consulting engi- neer, or when such substitution requires additional cost for the work of other subtrades, the Contractor, subcontractor or material supplier requesting the substitution shall defray the cost of all such extra design services or any extra work occasioned by the revisions. This provision shall also govern where several items are listed in the specifications as approved for use, but where appropriate construction features, services, connections, etc. are not provided for in the drawings to ac- commodate all of the items listed. The proposed substitutions shall fulfill, to the satisfaction of the Architect, the fundamental requirements and identical pur- poses of the items originally specified. The Architect's ap- proval of substitutions shall not be held to have relieved the Contractor of responsibility for the proper joining of the various parts of the work nor from such guarantees and mainten- ance provision as may be specified herein. 1B - ALTERNATES The City may elect to Rehabilitate additional Restroom facili- ties. List in the Proposal Form amounts to be ADDED to the 1^ - Alternates • 1 -5 Base Bid sum for the specified facility, the amount shall include the costs of all required bonds, insurance, sales tax, and every other item of expense incidental to the Contract and is the total price to the City of the additional facility rehabilitation. DIVISION 2 - SITEWORK 2A - DEMOLITION Requirements of Division 1 shall apply and be a part of this Section. Provide all labor materials and appliances required for the re- moval of equipment and demolition of existing structure as re- quired to facilitate the new work. A partial list of work in- cluded in this Section: Removal of Plumbing fixtures and materials as scheduled or shown by drawings. Removal of furring and wainscot materials Removal of existing toilet partitions Saw cutting of existing concrete floor or walks and removal of materials. Core drilling of floors and walls to receive pipe runs and new construction. Removal of Block masonry walls as noted by drawings Sandblast surface preparation. OWNERSHIP OF MATERIALS All piping, fixtures and materials designed to be removed shall be the property of the Contractor to sell or dispose of to his best advantage, except that the salvaged materials may not be disposed of at the site by sale, gift, or other manner to the general public. WORKMANSHIP It shall be the responsibility of the Contractor to carefully study the drawings and specifications and then remove all ma- terials which may interfere with the new construction. The general indications of items to be removed is limited to the complexity of the remodeling portion of the Contract. The Con- tractor shall be required to use his judgement in the removal of the items of work under all sections of these specifications. Wherever the Contractor has removed materials in excess of that 2A - Demolition 0 • 2 -2 required, he shall replace same to match existing at his own expense. Areas where removal of materials does not leave remaining sur- face consistant with adjacent surfaces, and where new materials are to be applied over masonry, surfaces shall be sandblasted free of paint, algea or other foreign matter so that the surfaces are suitable for specified finishes. All concrete required to be removed which is to be bonded to new concrete and in any location where cutting or patching will be exposed in the final works shall be neatly Gut in straight lines using concrete cutting saws. Saw cuts shall be deep enough to insure that subsequent breaking and removal of con- crete will leave the remaining portion free of cracking, snall- ing or chipped edges. Holes through walls or as required in floors for piping or new construction shall be made by core drilling concrete or masonry. Exposed portions of wall after drilling shall be cleaned of residue. 2A - Demolition DIVISION 3 - CONCRETE SECTION 3A - CAST IN PLACE CONCRETE Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all cast in place Concrete and Cement Finishing, com- plete, a partial list of work shall include: Replacement concrete slab floors Replacement of concrete where removed for new construction Concrete fill for partition posts. MATERIALS Concrete shall be Type I Portland Cement, crushed rock aggre- gate, and water mixed in proportions to provide a quality of concrete with a minimum compressive strength of 2000 psi at 28 days. Transit mixed concrete or job mixed concrete and placement shall comply with recommendations of Portland Cement Association. FI ^lISH All surfaces shall match adjoining finishes or as a minimum, light fuzz surface finish. SECTION 3B - PRECAST CONCRETE Requirements of Division 1 shall apply and be a part of this Section. SCOPE ' Provide all Precast Concrete work as indicated and specified, complete. The principal items shall include partition system panels, reinforced and provided with inserts. MATERIAL Reinforcing steel shall be intermediate grade deformed steel bars of sizes indicated. Sleeve inserts shall be p.v.c. conduit. Concrete shall be type I Portland Cement, aggregate and water 3A - Cast in Place Concrete 38 - Precast Concrete in a mixture proportioned to provide a quality of concrete with a minimum 2500 psi compressive strength at 28 days. WORKMANSHIP Reusable forms shall be constructed so that uniformity of panel dimension and detail are consistant. Reinforcing bars shall be accurately positioned and ;:ire tied. Cast panels shall be smooth cement finish, each surface, with edges tooled to a radius. Curing of concrete shall be controlled and panels sealed with one coat clear penetrating type sealer, Water Bar as manufactured by Super Concrete Emulsions. DELIVERY Panels shall be transported, stored and protected to prevent chipping or spalling of concrete. REPLACEMENT UNITS A minimum of 1 replacement panel for each 10 panels or major fraction thereof required, shall be provided for the City use should replacement be necessary. 3B - Precast Concrete DIVISION 4 - MASONRY SECTION 4A - CONCRETE BLOCK MASONRY Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all labor, materials and appliances required for the repair and patching of existing masonry holes or access open- ings required to be filled. MATERIALS - WORKMANSHIP Concrete block masonry units shall be of type, dimensioned and color as required to match the existing surfaces. Mortar shall be Portland Cement, aggregate, lime and water, mixed to consistancy for needed repair. Masonry units shall be saw cut or chipped as required for a neat, finished, matching appearance. Various access panels shall be removed where so noted and block fill provided. Masonry mortar joints shall be compressed and shall match the pattern established at the various facili- ties. 4A - Concrete Block Masonry ISION 5 - METALS SECTION 5A - MISCELLANEOUS METALS Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all labor and materials required to fabricate the re- quired work. MATERIAL Steel tubing shall be seamless steel, rectangular, cold drawn to dimensions as detailed. Bolts for partition system shall be fabricated of 1/2 inch dia. rod, threaded and provided with hex. shape head. Plate steel washers shall be provided for partition bolting. Partition pilaster anchorage plate shall be fabricated from 3/16 inch thickness, type 304 Stainless Steel, edges shall be rounded and free of sharp edges. Sheet steel housings shall be the existing reworked to the re- quired form or shall be fabricated from 18 gauge flat galvaniz- ed sheet. WORKMANSHIP Partition posts shall be fabricated as detailed, cut exposed edges ground smooth with sharp edges rounded and free of burrs. (lousing covers shall be reworked to accommodate pining runs with abandoned holes filled and ground smooth. Rust surfaces shall be cleaned and existing paint where unsuitable for re- coating shall be properly prepared by removing chips and loose material. PRIMING A shop prime coat shall be applied to all steel exposed and not encased in concrete. Dunn - Edwards 'Galvaprime' Zinc dust Primer #43 -3. 5A - Miscellaneous !etals DIVISION 6 - CARPENTRY SECTION 6A - FINISH CARPENTRY Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all labor and materials for the construction of Partition/ Enclosure Systems and installation of door and frame as indicated by drawings. Not a part of this Section: Furnishing of precast concrete and steel tubes as part of the partition system. Furnishing of Wood Slab door. Finish hardware Partition hardware NA.TERIALS Enclosure system doors and pilasters shall be constructed from; 3/4 inch thickness Douglas Fir marine EXT -DFPA plywood or HDO EXT -DFPA plywood with semi opaque resin -fibre overlay on each side. Edgebanding shall be molded plastic fit in a saw cut and properly bonded to plywood. Door frame shall be Select Struct. Douglas Fir, milled from solid stock to dimensions as detailed. WORKMANSHIP Partition /Enclosure System: The general layout for installation is shown by drawings and shall be verified at the ,job, spacing partitions uniformally, setting plumb and in line. The bolting of precast panels to wall shall be with through bolting and backed with plate washers on the Chase side of wall. Partitions shall be supported and braced as posts are cast into floor slab. Enclosure doors and pilasters shall be cut to proper sizes and then fitted with hardware items. Door and Frame: Where existing door is schedpled for replace- ment, frame shall be bolted to existing wall using wood lag screws and cinch anchors. Door shall be fitted with existing hardware items and prepared to receive painters finish. 6A - Finish Carpentry DIVISION 8 - DOOR AND HARDWARE SECTION 8A - DOOR Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide wood slab door for installation by others. MATERIAL Door shall be of dimension noted, 1 3/4 inch thickness, solid core, paint grade Birch hardwood veneer Slab equivalent to Weyerhaeuser DSC -2. SECTION 8B - HARDWARE Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide finish Hardware items for Enclosure System as listed herein, for installation by others. MATERIALS Toilet enclosure hardware items as manufactured by Bobrick Washroom Equipment, Inc. shall be used as a guide for type and style required. Equivalent hardware items of other manufacturers may be approved for use, though the established manufacturer shall be used for all facilities of this project. Each compartment unit provided with a door shall be furnished with the following stainless steel hardware items: 1 pair - gravity balanced hold open hinges 1 set - door slide latch and keeper /stop - one way screws for attachment of hardware and pi- laster panels. 8A - Door 8B - Hardware I . , • • DIVISION 9 - FINISHES SECTION 9A - FURRING AND LATH Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all labor and material to construct furred space for fixture backing and plumbing concealment. MATERIALS 9 -1 Steel stud, furring channels, lath and accessories shall be equivalent to products of Inland - Ryerson Construction Products Co. Milcor or Penn Metal Operation of Keene Corporation 'Penn - Metal'. All materials shall be galvanized. Metal lath - 3.4 pound flat expanded metal, galvanized. Tie Wire - annealed copper bearing Galvanized Steel !dire: 16 Gauge for tie of furring 18 Gauge for tie of lath to furring WORKMANSHIP Furring system shall be determined at job, adjusting to best fit around the piping and maintain rigidity of furring for wain- scot and fixture support. Where required, steel framing shall be bolted to wall, welded together and wire tied. Lath shall be placed over furring, wire tied and formed around corners for backing of scratch coat and wainscot finish. SECTION 9B - CERAMIC TILE Requirements of Division 1 shall apply and be a part of this Section. SCOPE Provide all labor and materials for the Ceramic Tile work as described by drawings. Portions of the work include installa- tion of scratch coat on lath, wainscot finishes at furred spaces and on masonry. Furring and Lath work, a part of Sec- tion 9A. 9A - Furring and Lath 9B - Ceramic Tile MATERIALS Tile: Standard grade, as manufactured by Pomona Tile Company or Interpace. Units shall be 4 1/4 X 4 1/4 square, cushion edged and accessory pieces of bullnose edge design, satin - glazed in color as selected by City from the manufacturer's standard color selections. Pomona - 'Encore' Interpace - '200 Series' Portland Cement: Tvoe I - standard brand Mortars: Portland cement, sand and lime. INSTALLATION Over furred and lathed areas, provide Portland cement scratch coat and setting bed. Mix shall be 1 part cement, 1/2 part lime, 4 parts sand for scratch, 5 Darts sand aggregate for setting bed, and water. Scratc;� coat shall be applied with sufficient material and pres- sure to fill solidly all openings in the lath. The surface shall be scored horizontally sufficiently rough to provide bond to receive setting bed mortar. The thickness shall he approx. 3/8 inch. Setting Bed: Shall be Portland cement, lime and sand aggregate applied over scratch coat or to cleaned block masonry in an approx. 112 inch thickness, rodded and floated sufficiently rough to provide adequate bond for setting mortar and tile. Setting mortar: A neat cement paste 1/32 - 1/6 inch thickness shall be applied to tiles and set to setting bed, aligning tiles with accurately spaced joints. Tiles shall be set with hori- zontal and vertical joints, no diagonal tile patterns. Grout: Joints shall be white cement, compressed tightly into joints, filling all voids. Surface of tiles shall be cleaned and reviewed for proper workmanship. SECTION 9C - PAINTING Requirements of Division 1 shall apply and be a part of this Section. SCOPE Frovide all labor and materials to perform the painting work as described by drawings and as specified herein. Principal items of work include painting finishes for: 9C - Painting Partition posts and enclosure Pipe housings Repair of paint surfaces where new work damages surfaces. Surfaces not requiring paint finish: Precast concrete partition units Concrete floors - existing and repair or new MATERIALS AND WORKMANSHIP Products shall be from first quality line of the approved manu- facturers. Preparation of surfaces, application and selection of paint type, for the surfaces to be painted, shall conform with recommendation of the manufacturer. Products of the following manufacturers are acceptable: Dunn - Edwards Corporation - Los Angeles The Sherwin Williams Co. - Cleveland Ohio Sinclair Paint Company - Los Angeles Pipe housings which are reused, shall be thoroughly cleaned of rust, loose paint, and sanded smooth for a neat appearance of the newly painted surfaces. PAINT FINISH SCHEDULE (Numbers of Dunn - Edwards Corp. are used as a reference of type desired) Metals: First Coat - Zinc dust primer First Coat - Red Oxide Primer Second Coat - Body Coat Third Coat - Gloss Enamel Plywood: First Coat - Wood Primer Second Coat - Body Coat Third Coat - Enamel Concrete Block Masonry: First Coat - Acrylic Second Coat - Acrvlic DE 43 -3 (galv.) DE 43 -4 (ferrous) DE 42 -23 DE 42 -8 DE 42 -9 DE 42 -23 DE 42 -8 DE W701 DE W7 ()1 Surfaces to be repaired shall be of similar type paint and of matching color as existing. 9C - �a ;;itine • . 15 -2 SUBMITTAL OF MATERIALS, FIXTURES & EQUIPMENT As soon as possible and within 35 days after the award of the contract, and before their purchase, the contractor shall sub- mit six (6) bound booklets containing a complete list of ma- terials, fixtures, equipment, etc., he is to furnish for the installation. The list shall also contain the manufacturer's names, catalog numbers, trade names, etc., of the materials, fixtures and equipment he is to furnish. All materials as specified shall be new, the highest grade, and free fr om any defects or imperfections. A1�1 equime_nt furnished and installed under this section shall be proms with manufacturers metal identification tags show- ing model, serial number, size, capacity, etc. All valves shall be provided with brass identification tags s owing t eir service and function. Water�Pi Piping, type "L" hard drawn copper tubing with wrought copper solder fittings. Buried Water Pi j9 up to building as shown on drawings - JoTins -Tanvf ille "Ring Tite" PVC, 160 psi with J -M factory made solvent weld fittings. Install per manufacturer's recommenda- tions. Sanitary Drainage and Vent Piping Drainage Piping - Service weight bell and spigot cast iron soil pipe and fittings with neoprene joints or "MG" cast iron coupling. Vent Piping - Schedule 40 qalvanized steel with cast iron recessed drainage fittings. Pipe Joints Thread Lubricant - Crane Lead Plate Paste No. 250, Grinnell #1640 screwed joints, or equal. Solder Joints - Nibco 95 -5 Gate Valves shall have 125 lb. solder ends, all bronze non - rising stem. Walworth Fig. 4SJ, Stockham Fig. B -112, or Ken- nedy Fig. 427 SJ. Unions for copper - Nibco No. 733 Cleanouts, J. R. Smith, Zurn or Josam. 15A - Plumbing 15 -3 Hose Bibbs - Acorn #8121 - #8131 series with vacuum breaker, rough�rass, 18" high Install freestanding hose bibbs on 8" high, 3/4" hrass pipe risers set in concrete. Escutcheons - C.P. finish, Beaton Cadwell No. 10 or equal by Gr5ne 1. Yard Boxes - J. R. Smith #4881 or #4880 with name of service on cover. Dielectric Isolators - Provide on all dissimilar metals. Pipe Hangers Isolate water piping with plastic tap. Secure exposed piping with 12 gauge stainless steel strap or 3/8" brass straps and bolts to match at 24" on center, maximum. All other piping shall be supplied in accordance with UPC. Miscellaneous Items as indicated on the drawings. Fixtures Fixtures shall be manufactured as indicated on drawings or approved equal. All trim and exposed fittings shall be chrome plated brass. Connections to fixtures shall be in accordance with code requirements except as exceeded herein or on the drawings and in no case less than the supply stop size. 15A - Plumbing DIVISION 16 - ELECTRICAL SECTION 16A - ELECTRICAL Requirements of Division 1 shall apply and be a part of this Section. GENERAL This section covers the furnishing and installation of all ma- terials and equipment required for a complete and operable elec- trical system as indicated on the drawings and as specified herein. PERMITS AND INSPECTIONS The Contractor shall obtain and make payment for all permits and inspections required for his work. At the completion of his work and before final acceptance, the Contractor shall furnish evidence of final inspection and ap- proval of authority having jurisdiction. CODES AND STANDARDS Nothing in these specifications or on the drawings shall be in- terpreted as permission to violate codes or ordinances. Elec- trical work shall conform to the latest revisions of the fol- lowing codes and standards: State of California, Div. of Industrial Safety, Electrical Safety Orders. National Electrical Manufacturers' Association (NEMA) Underwriters' Laboratories Local codes and inspecting authorities National electrical code for all items not specifically covered by state or local ordinances. COORDINATION The Contractor shall inspect the job site prior to submitting a bid and shall make allowances in his bid for existing condi- tions which may affect the work to be performed under this section of the specifications. The drawings indicate diagrammatically the desired location and arrangements of outlets, conduit runs, equipment and other items. 16A - Electrical r � • 16 -2 Exact location shall be field determined based on physical size and arrangement of equipment, finished elevations and obstruc- tions. Before installing any equipment or raceways, examine the com- plete set of drawings and specifications, and verify all di- mensions and space requirements. Omissions or conflicts indicated on drawings or between draw- ings and specifications shall be brought to the attention of the Engineer for clarification before proceeding with the work. Interruption of electrical service to existing facilites shall be at a time and for a duration approved by the City. SHOP DRAWINGS Shop and installation drawings shall be submitted in accordance with the requirements contained in the general provisions of these specifications and shall be submitted for, but not limit- ed to, the following: Flush Valve Timers, Selector Switch, and Connecting Circuit. WORKMANSHIP All work is to be performed by competent and skilled personnel. All material and equipment shall be installed in accordance with recommendations of the manufacturer as approved by the Engineer to conform with the contract documents. Any and all defective material or inferior workmanship shall be corrected immediately to the satisfaction of the Engineer. CUTTING AND PATCHING Cutting and patching for work under this section shall be in- cluded under this section. Patching shall match existing sur- faces. GROUNDING Equipment grounding and bonding in accordance with all require- ments of applicable codes and regulations shall be provided. All exposed noncurrent - carrying metallic parts of the electri- cal system and equipment shall be grounded. The ground system shall be connected to ground rods and continuous metallic cold water mains (which are not interrupted by dielectric couplings) by use of suitable ground clamps. 16A - Electrical ., r � • 16 -3 IDENTIFICATION Nameplates shall be engraved white -on -black laminated plastic and shall be attached with mounting frames or drive screws. Nameplates shall be provided for all selector switches, and time switches. Conductors shall be color coded, i.e., black, red, blue for phase wires, white for neutral and green for ground. Conduc- tors shall also be identified as to load served; identification shall be accomplished by means of ink- imprinted self- adhesive marker strips attached within 3 inches of the feeder circuit breaker. MATERIALS AND INSTALLATION All material and equipment furnished and installed under this contract shall be new and free from any defects. Materials of the same type shall be a cataloged product of the same manu- facturer. RACEWAYS Rigid steel conduit shall be standard weight, mild steel, hot - dipped galvanized inside and outside with a polyvinyl chloride jacket outside, except threads. Polyvinyl chloride jacketed conduit shall be Underwriters' Labor- atories listed and all conduit, prior to coating, shall conform' to Federal Specification WW- C -581d, American Standard rigid steel conduit Specification C80. 1 -1959, and to Underwriters' Labora- tories specifications. The zinc surface of the conduit shall remain intact and undisturbed on both the inside and the outside of the conduit throughout the preparation and application pro- cessing. A PVC coating shall be bonded to the galvanized outer surface of the conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. The thickness of the PVC coating shall be a minimum of .040 inch (40 mil). A PVC - jacketed coupling shall be furnished with each length of conduit. A PVC sleeve equal to the O.D. of conduit shall extend 1 -1/2 inches from each end of coupling. CONDUIT INSTALLATION A raceway system shall be installed for all wiring. All race- ways shall be electrically continuous. A ground wire shall be installed in raceway or duct bank system for all non - metallic conduits which are extended. Polyvinyl jacketed rigid steel conduits shall be installed for all runs except as specified elsewhere. All rigid steel con- 16A - Electrical • 16 -5 packages; cable jacket shall carry identification as to cable type and manufacturer. Except as noted otherwise, conductors shall be copper; gages smaller than No. 6 AWG and larger shall be stranded. Unless specifically otherwise allowed herein, all conductors shall be a minimum of 98% conductivity, soft -drawn copper. Type "THW" 600 -volt insulation shall be used for Sizes Nos. 14 to 4, inclusive. Minimum wire size shall be No. 12 AWG. All joints, splices, taps, and connections for Conductors No. 8 and smaller shall be Minnesota Mining and Manufacturing Company "Scotchlock" or Ideal Wingnut Models Nos. 45", or 453 only, sol- derless connectors. Make all connections and splices necessary to properly install a.d complete the work. All tape shall be 3N "Scc•tchiock." All debris and moisture shall be removed from the conduits, boxes, and cabinets. No oil, grease, or similar substances shall be used to facilitate the pulling in of conductors. Use mineralac, linseed soap, or specifically approved wire pulling compound. TIME SWITCHES For control of urinal flush valves, use 120 -volt. Time switch as specified on the drawings, and program the "Sumrser" and "Winter" time switches as specified on the drawings. OPERATIONAL DEMONSTRATION AND TESTS Operational denionstration and tests shall be made in the presence of the Engineer. Any portion of the system that does not per- form in accordance with the contract documents or any portion of the system found to be in violation of applicable codes shall be replaced or corrected at the expense cf the Contractor. All urinal flush valve motors shall be demonstrated to operate in the automatic - control mode. 16A - Electrical STATE � OMP CN 5 UER A N'C E 10. BOX 807, SAN FRANCISCO, CALIFORNIA 94107 FUND CERTIFICATE OF WORKMEN'S COMPENSATION INSURANCE MARCH 1, 1973 CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD CITY HALL NEWPORT BEACH, CALIFORNIA This is to certify that we have issued a valid Workmen's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy also covers the liability of the employer under the United States Longshoremen's and Harbor Workers' Compensation Act. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration., such notice to be sent by certiified mail to the CITY CLERK of the City of Newport Beach City Hall, Newport Beach, California. �s p EMPLOYER f; �',� 1?,'Il '� rneamENT -� CITY OF NEWPORT BEACH IS HEREBY NAMED MEANS AND ULRICH s A-,, ADDITIONAL INSURED EMPLOYER BUT ONLY 1629 EAST EDINGER � -AT SANTA ANA, CALIFO OF 17sa- A& RESPECTS EMPLOYEES OF MEANS AND �� UL ICH WHOSE NAMES APPEAR ON ITS PAYROLL 1q. CORDS. 162177-72 10 -1 -72/1 !1 --(Y.- B JF FORM 269A -- REV. DJ21 ptlf3,B 0 -02 WY OYIN DT OYP • TO: CITY CLERK vp M FROM: Public Works Department 6 °7 March 14,1973 SUBJECT: REPLACEMENT OF�KUMBINB F;LcTUReS IN BEACH FRONT PUBLIC RESTROOMS, C- }46$t;;:._`_ Attached are four copies of the subject- contcaut documents. Please have executed on behalf of the City, Neiiirr your copy and the insurance certificates, and return the remaining copies to our department. _ Kenneth L.)erry Project En neer K1P.e M E M B E R MEANS & ULRICH BUILDING - CONTRACTING - CONSTRUCTION 1629 EAST EDINGER SANTA ANA, CALIFORNIA 92705 (714) 543 -8413 OFFICIAL CORPORATE RESOLUTION WHEREAS: the City of Newport Beach has duly notified us that they are accepting our bid for the general construction of the proposed Remodel of Beach - front Public Restrooms (Contract 1468), and WHEREAS: the Contract Documents for the construction of this facility have been presented for our official signature, and WHEREAS: the Project Specifications requires that a Corp- oration must submit an Official Resolution cer- tifying that the person signing the Contracts on our behalf is fully authorized to do so; THEREFORE BE IT RESOLVED: that we the Board of Directors of Means & Ulrich, A California Corporation wish to reaffirm our previous authorization of May 1, 1968, and cer- tify that LARRY L. MEANS is authorized to exe- cute all legal documents, contracts, and bonds on behalf of this corporation. DATED AND SEALED THIS 7th DAY OF MARCH, 1973 d� e� k, "z dC'c�Z jr� Louise V. Hastings, Se retary`, BUILDING SOUTHERN CALIFORNIA SINCE 1946 LaVLkrAe M a res7 ems"^ L. d� e� k, "z dC'c�Z jr� Louise V. Hastings, Se retary`, BUILDING SOUTHERN CALIFORNIA SINCE 1946 CERTIFICATE OF INSURANCE ® American Home Assurance Company ❑ The Insurance Company of the State of Pennsylvania 102 Maiden Lane, New York, N. Y. 10005 This is to certify that the insurance policy specified below has been issued to the insured named herein and that, subject to their provisions, exclusions and conditions, such policies afford the coverages indicated insofar as such coverages apply to the occupation or business of the Named Insured as stated: INSURED: Means & Ulrich, A California Corp., Means & Ulrich, A partnership ADDRESS: 1629 E. Edinger St. Santa Ana, Calif. BUSINESS: General Buildim Job: Replacement of Plumbing Fixtures in COVERAGE: Excess Umbrella Liability Beachfront Public Restrooms Contract 1468 Policy Number Effective Date Expiration Date Limit of Liability BE 337 35 85 1 2 -1 -73 1 2 -1 -74 $1,000,000 EXCESS OF "It is hereby under- stood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, Calif. of a registered written notice of such cancellation or reduction in coverage. OR EXCESS OF $ 10 7nnn ultimate net loss in respect of each occurrence not covered by underlying but applicable to umbrella liability only. �� This Certificate of Insurance is issued as a matter of information only to: NAME: City of Npwonrt Rparh City Hall ADDRESS3100 Npwpnrt _Blvp Newport Beach, Calif. / Dated at Day of this 5th March 19 73 Form 2541 Lee Smit & Co., rflth9nzed Signature Coverage Underlying Limits A. Bodily Injury $ 300,000 Each Person Automobile $ buu,uuo Each Accident or Occurrence B. Bodily Injury $ 300,000 Each Person Except Automobile $ Each Accident or Occurrence $ 500,000 Aggregate Products C. Property Damage $ 100,000 Each Accident or Occurrence Automobile D. Property Damage $ Each Accident or Occurrence Except Automobile $ ' Aggregate Operations $ 508800 Aggregate Protective $ ' Aggregate Products $ ' qRA Aggregate Contractual E. Combined Single ' Limit Bodily Injury $ Each Accident or Occurrence and /or Property Damage F. Employers Liability, $ Coverage "B" "It is hereby under- stood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, Calif. of a registered written notice of such cancellation or reduction in coverage. OR EXCESS OF $ 10 7nnn ultimate net loss in respect of each occurrence not covered by underlying but applicable to umbrella liability only. �� This Certificate of Insurance is issued as a matter of information only to: NAME: City of Npwonrt Rparh City Hall ADDRESS3100 Npwpnrt _Blvp Newport Beach, Calif. / Dated at Day of this 5th March 19 73 Form 2541 Lee Smit & Co., rflth9nzed Signature 0 Ulm[ I Cv rrlilr ll.r IIVJU RHIV I,C livmrrfV T • CERTIFICATE A MEMBER OF UNITED PACIFIC INSURANCE GROUP OF INSURANCE HOME OFFICE: TACOMA, WASHINGTON In Effect on Date of This Certificate This is to certify that the policy described below has been issued by the UNITED PACIFIC INSURANCE COMPANY, as insurer, only to the insured named below. Any requirements or any provisions in contracts or agreements between the insured and any other person, firm or corporation shall not enlarge, alter or amend the definition of insured or any of the terms, conditions, exclusions, or limitations of the policy described below. That policy, subject to all of its limitations of liability, coverages, hazards, exclusions, provisions, conditions and other terms, is in full force and effect as of the date this certificate was issued. Name of insured Means & Ulrich 1629 E. Edinger St. Address of insured Santa Ana, Calif. Policy Number LP 9282863 Effective 2 -1 -73 Expires 2 -1 -74 COVERAGES L LIMITS OF LIABILITY MULTIPLE LIMIT PLAN: Bodily Injury Automobile $ 300,000 Each Person $ 500,000 Each Occurrence Liability Other than Automobile $ 300,000 Each Person $ 500,000 Each Occurrence $ Aggregate Products - Completed Operations Property Damage Automobile $ 100,000 Each Occurrence Liability Other than Automobile $ 500,000 Each Occurrence $500,000 Aggregate SINGLE LIMIT PLAN: Bodily Injury Liability Automobile $ Each Occurrence and Property Damage Liability Other than Automobile $ Each Occurrence $ Aggregate In accordance with the above, the captioned policy insures the liability of the insured named above arising from (1) operations by or on behalf of the insured, or (2) premises or property used by or on behalf of the insured in connection with such operations; subject, however, to all the provisions, exclusions and limitations of the policy. Job: Replacement of Plumbing Fixtures in Beachfront Public Restrooms (Contract 1468) The policy provides, under the Insuring Agreements, contractual liability coverage with respect to any contract or agreement wholly in writing. Such contractual coverage is subject to all the exclusions, conditions and other provisions of the policy. NOTICE This certificate is issued as a matter of information only and, as such, neither affords any insurance nor confers any rights upon the holder, It neither affirmatively nor negatively amends, extends or alters the coverage afford- ed by the policy identified above. Except as specifically provided for in this certificate, United Pacific Insurance Company has no duty to notify the party to whom this certificate is addressed as to any changes or cancellation of the policy and shall not be responsible for any failure to do so. Date 3 -5 -73 9E To City of Newport Beach City Hall, 3300 Newport B1. Address Newport C Countersigned by Beach, alif. AU HORIZEO REeRESENTATIVE _ II It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of New- port Beach, City Hall, Newport Beach, Calif. of a registered written notice of such cancellation or reduction in coverage." (714) 543 -8413 LIC. #193343 MEANS & ULRICH BUILDING - CONTRACTING - CONSTRUCTION 1629 EAST EDINGER SANTA ANA, CALIF. 0 Project: ALTERATIONS TO BEACNFRONT RESTROOMS City of Newport Beach Contract #1468 PROPOSED SUBCONTRACTORS Work Performed Firm Ceramic Tile McCandless Tile P.O. Box 1887 Santa Ana, California (714) 542 -4433 Plumbing Pacific Plumbing Co. of S.A. P.O. Box 1494 Santa Ana, California (714) 547 -6967 Electrician R. J. Thomas 1902 East Edinger Santa Ana, California (714) 541 -3455 6 RESOLUTION NO. 7942 a A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR RE- PLACEMENT OF PLUMBING FIXTURES IN BEACHFRONT PUBLIC RESTROOMS TO MEANS & ULRICH, CONTRACT NO. C -3486- IYA WHEREAS, pursuant to the notice inviting bids for work in connection with the replacement of plumbing fixtures in beachfront public restrooms, in accordance with the plans and specifications heretofore adopted, bids were received on the 8th day of February, 1973, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Means & Ulrich; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Means & Ulrich for the work in the amount of $95,200 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED,this 26th day of February, 1973. Mayor ATTEST: City Clerk DON:sh 2/22/73 Rl ,r l'1 _{ - v m• m I O r o c I. T ul ttl •� o m K a N, O -1 r . . MAR` z L '�.. 0,• CN ..... I � � Q To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 . PR of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL FOR REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROO'M /S CONTRACT NO. j 48fr 14t b The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans, Special Provisions, and the Standard Specifications, and hereby proposes to furnish all materials and do all work required to complete the project in accordance with Drawing No. M- 5159 -S, consisting of 16 sheets, the Special Provisions, and the Specifications; and that he will take in full payment therefor the following unit prices for the work, complete in place: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Base Bid Lump Sum Rehabilitate Beach Front public restrooms at Newport Pier, Fifteenth Street, and Balboa Pier, including furnishing all materials, labor and services; and furnishing portable toilets; for the lump sum price of: Ar,_'Fr�e Fi uG' n�s.a•• 0 9e of l ars . and rV0 — ents $ $ 700. w Additive Bid Item No. Lump Sum Rehabilitate southerly Beach Front public restrooms at Corona del Mar State and City Beach, including furnish- ing all materials, labor and services; and furnishing portable toilets; for the lump sum price of: FiFrcrwo 7v«snr,�o SL-vwr 44+47ae® Dollars and Cents $ $ / 700 °Q t. PR2of2 ITEM QUANTITY ITEM.DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Additive Bid Item No. 2. Lump Sum Rehabilitate northerly Beach Front public restroom at Corona del Mar City and State Beach, including furnishing all materials, labor, and services; and furnishing portable toilets; for the lump sum price of: SY,r7 y,ec�sg P 5t,c++ AAa cw-�Dol l ars and No Cents $ $ /6 %O Additive Bid Item No. 3. Lump Sum Rehabilitate public restroom at Buck Gully, including furnishing all materials, labor, and services; and furnishing portable toilets; for the lump sum price of: tzlex.Sep -o o je Nco,*gto Dollars and Cents $ $'7 !� oo. TOTAL PRICE OF BASE BID ONLY WRITTEN IN WORDS: 6iCTvj r7 JOE r-4a"S ~+o — ;.Q -J �ius�p¢.s� -- -- Dollars and . ...... Cents $,1 -700. °u CONTRACTOR'S LICENSE NO. 193343 BIDDER'S NAME MEAN21 ULRICH4�2 DATE February 8, 1973 BIDDER'S 1629 East TELEPHONE NUMBER (714) 543 8413 AUTHORIZED SI Avenue, Santa Ana, Cal 92705 Y ro bids are to be computed a psis of the givetimated quantfties of'work, d #:n this Proposal, times :the unit price,as:,' �! by the bidder. In case r screpancy bet�teen words andies,,tge,wo ks s it In case of an error in the extension of a unit price, the cnd " tension'' t! be':calculated and the bids will be computed as bftated, above and •on the- basis of the corrected totals. The estimated q'uantiffes of work indicated in thitjo�osal -are approximate only, being given solely as a basis for comparison of bids.e.IF The undersigned has checked carefully all of the iggres and understands that the ;City will not be responsible for.any errors or om�ss on the part_ of the under signed in making up.this bid. r The undersigned agrees that.in case of default in executing the required contract : with necessary bonds,within ten. (10) days,.not including Saturday, Sunday and Federal Holidays, after having :received notice that the contract is ready for signature, the ;proceeds of check or-bond accompanying this bid shall become the property of the City , `xk of Newport Beach..:, Licensed in accordance with the of the State of California providing for the registration of .Contractors, License No,. 143343 Classification B =1 Accompanying this .proposal is Bid bond for 10% of amount bid. as , Certifi, s in an amount not lesp than 10 percent of the total bid price. The unders.igned;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 ` undertakeself- insurance in accordance with the provisions of that code; and agrees comply with such provisions before commencing the-performance of_the work of this contracts'. (714 )' 543 8413 MEANS & ULRICx 'Phone Number r ame = < February 8 1973 �SEAt_ Date or z S.i atur _ LARRY MEANS, EXECUTIIT���PPR�` r uthor ze gnature CORPORATION Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager "if a: corporation, and names of all co- partners if a co- partnership: President Laverne L. Means Executive Vice President _ Manager Larry L. Means Vice President- Treasurer Leon -L. Means ... L49,';FI�L.-m . . . ....... ............. L49,';FI�L.-m . . . ....... f; s - - (Indic I1SA1 -1V1Y' :. f, Co -par I . ice PRPSf&- 1629 East Edinger.Avenue Saata,..Ana,. California ! %OS _> �OND NO: 7105063 -31 FIREMAN:' FUND INSURANCE COMPANY BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That We, MEANS & ULRICH (hereinafter called the principal), as principal, and FIREMAN'S FUND INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of California, and duty licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA , as Surety, are held and firmly bound unto THE CITY OF NEWPORT BEACH (hereinafter called the Obligee) in the just and full sum of TEN PER CENT OF BID Dollars ($ 10% Of bid ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS. CONTRACT # 1486 in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this' 8t11 dayof FEBRUARY 19 73 0 360277— (FF) —11 -66 S - - v c &/�14Kiv N'S FU INSURANCE COMPANY - E. LEE SMITH, IIL.' IV (D O N a a 8 0 z O 0 O z m M x Y r O i 0 z 0 O r 0 d i 1v� A m i =9 z yzd� cp 0 \{ƒ /)z» —®: MME V H��E S �k �o ZT i 0 i z A 0 El; \� § »= zGe© �t o / rU : � zi 0 ir oi r U21 Z rg! < o< 44 Q! cci Z! i Fol 4c) 00 FZ j pq z ml 00 §!§ ,g Z Q li KTq ,I r A CN NON - COLLUSION AFFIDAVIT + The bidders, by its officers.and agents or representatives present at the time of filing this bid,.being duly sworn on their oaths say, that neither they nor any of ahem, 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 affiants 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 attached bids; that no bid has been accepted from any subcontractor or materi'alman 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 'subcontractor 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 this I bidder any agreement or understanding of any kind whatsoever, with any person whomesoever.to p4j,.deliver to, or share with any other person in any way or manner, , any of the proceeds of the contracts sought by this bid. Ulm & w4fiR, 1 - vfrsspei Dated : Fbtanaxq 7 39T3 Subscribed and sworn to before me by this day of , 19_ i W .Commission expores: u y Notarypublic,. 0 0 A,2 y' qo !� ,.. 'x`�.j. 'r'' .y a,;, .,�, i :. . ,. F {� . F.. .. '... ... . r� � �� I. _ N .. - ti � . c .. ^� \ '`\` !� ,.. 'x`�.j. 'r'' .y a,;, .,�, e Ulri: 162$1E. Fdin?er Avenue Santa =a; CA 92705 Subject: Surety. TY.r�en's.Rmd Insurance COY &yqd No. 7107522 .Project PIu�h -�ng Fiat 4s, 'each front Public Restrosr:r 5 Ccntraet No:: 1468 the City Council cn A.prit 8, ?.974 ac erted.4he work of eubject pr�'jeet and authorized the City Clerk.to.file a Notice of mple-iori and to release ''`.e bonds 35 days after Notice of'Qzpletion has been filed. Notice of corpletior::aas fi1^d :.it,-; t;'e Orange County Recorder en April` 10t 1974, in Book 11115, Page 1140., Please notify your surety 'pavany that bends may be released 35 days after recording . dxt�. Laura Le7ic'S, CMC City Clerk LL- -wk cc: Public Works Department V / "An 6 IV, - - - - - - - - - - - - - AA R: t., • Bo 15 Page 1140 Off 1 Records of Orange County 9:05 am April 10, 1974 Instrument No. 9923 NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 8, 1974 the Public Works project consisting of Plimhing f4whrrasin haae!hfymt puhlin rret=mv_ W on which Means B Ulrich was the contractor, and Firy=ls Fund Insurmce QzPaw was the surety, was completed. r 1 I, the undersigned, say: CITY OF NEWPORT BEACH c Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on April. 9, 1974 at Newport Beach, California. I, the undersigned, e I am the City Clerk of the City of Newport Beach; the City Council of said City on April 8, 1974 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 April 9. 1974 at Newport Beach, California. i tom. .� ;�...... _ ..- . ... .,gat 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard Date April 1. 1974 TO: Means and Ulrich 1629 E. Edinger Avenue Santa Ana, CA 92705 ATTENTION: SUBJECT: nt of Plumbing Fixtures in Beach Front Restrooms. -1468 We are transmitting the following: No. Copies Description 3 Progress Payment Request No. 6(F) 3 Change Order 03 Remarks: Please sign the original and one copy of each of the above items and return to this office. The third copy of each may be retained for your files. By:�� Copies to: 6PD:jd Ns sae ONTRACTORS 01111' _ LIG. #193343 6 I MEMBER MEANS & UT MICH BUILDING — CONTRACTING — CONSTRUCTION 1629 EAST EDINGER SANTA ANA. CALIFORNIA 92705 17141 543 -8413 TO: ' March 30, 1974 Mr. Donegan "OUR 28th YEAR" Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, California STATEMENT 11 -19 -74 I WORK ORDER #3027 Corona Del Mar South Restroom Facility Provided the labor, equipment, materials, subcontracts and services necessary to remove existing concrete block to expose drain, repair drain and install new lines for drinking fountains as directed. MATERIALS Cement - Block LABOR Stock 41 HOURS Including the Payroll Taxes, Insurances and Employees Union Fringe Benefits. EQUIPMENT CHARGES Roto Hammer Skil Hammer SUBCONTRACTS Plumbing CONTRACTORS FEE OVERHEAD, SUPERVISION & PROFIT Orange County Equip 2 HOURS Pacific Plumbing (15 %) TOTAL AMOUNT DUE....... BUILDING SOUTHERN CALIFORNIA SINCE 1946 NO CHARGE 439.14 11.00 3.00 NO CHARGE 67.97 G d'_ ......$521.11 17 ' p�p s MEMBER � y `.— 04 " MEANS & ULRICH BUILDING — CONTRACTING — CONSTRUCTION 1629 EAST EDINGER SANTA ANA. CALIFORNIA 92705 17141 543 -8413 TO: 11 -19 -74 Mr. Donegan Public Works Department City of Awport Beach 3300 Newport Boulevard Newport Beach, California STATEMENT WORK ORDER #3027 Corona Del Mar South Restroom Facility March 30, 1974 "OUR 28th YEAR" Provided the labor, equipment, materials, subcontracts and services necessary to remove existing concrete block to expose drain, repair drain and install new lines for drinking fountains as directed. MATERIALS Cement - Block Stock LABOR 41 HOURS Including the Payroll Taxes, Insurances and Employees Union Fringe Benefits. EQUIPMENT CHARGES Roto Hammer Skil Hammer SUBCONTRACTS Plumbing CONTRACTORS FEE OVERHEAD, SUPERVISION & PROFIT Orange County Equip. 2 HOURS Pacific Plumbing (15 %) TOTAL AMOUNT DUE....... BUILDING SOUTHERN CALIFORNIA SINCE 1946 NO CHARGE 439.14 11.00 3.00 NO CHARGE 67.97 CONTRACTORS LIC. #193343 1.....$521.11 MEANS - U 3-841 WEEKLY T II TELEPHONE LRIC3 WEEK ENDING November 20, 1974 PROJECT N.B.R.R. - Work Order #3027 NAME TRADE DAILY HOURS TOTAL HOURS RATE AMOUNT REMARKS: WED THR FRI I SAT I SUN MON TUE Ken Ulrich 3 3 8.40 25.20 Tony Bacerra 4 1 5 5.995 29.98 8 55.18 I I, i TOTALS Instructions — Note under Remarks any irregularity of time such as transfers to or from another job, failed to report for work, reasons for overtime, etc. REPORTED BY: Kenneth C. Ulrich, Project Mgr. APPROVED BY: he�'�%r',�'� ✓��!���T -v DO NOT WRITE BELOW THIS LINE OFFICE USE ONLY City of Newport Beach Work Order #3027 $55.18 MEANS - ULR TELEPHONE 543 -884141 3 .WEEKLY TI rvlF- REPORT WEEK ENDING December 4, 1974 PROJECT N.B.R.R. - Work Order #3027 NAME TRADE DAILY HOURS TOTAL HOURS RATE AMOUNT REMARKS: WED THR FRI SAT SUN MON TUE Ken Ulrich 4 4 8.40 33.60 Tony Baccera 6 I 3 9 5.995 53.96 13 $87.56 I i TOTALS Instructions — Note under Remarks any irregularity of time such as transfers to or from another job, failed to report for work, reasons for overtime, etc. REPORTED BY: Kenneth Ulrich, Project Mgr. APPROVED DO NOT WRITE BELOW THIS LINE OFFICE USE ONLY City of Newport Beach Work Order #3027 $87.56 i l ' JY' 0 i CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT 1/72 PROGRESS PAYMENT REQUEST NO. Retention FOR PERIOD ENDING May 15•, 1974 PROJECT Replacement of Plumbing Fixtures BUDGET NO. 02- 1095 -246 CONTRACT N0. 1468 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED i Original Contract Extras to Date Contract to Date Send payment to: Amount Earned $100.521.11 Means and Ulrich Less 10% Retention -- 1629 E. Edinger Avenue Less Previous Payments 95.761.11 Santa Ma, CA 92705 Amount Due this Request 4.760.00 I hereby certify that the above amounts and values are correct. SIGNED, /- -X( !> SIGNED Fie d E ginee /r/ Contractor Qpt S�1/3 -/7�1\ BY 0 ]a AMERICAN STANDARD SPECIFICATION FOR L91IM141 • BEACH RESTROOM REHAB. NEWPORT BEACH, CALIF. • n g m a N PROJECT ARCHITECT ENGINEER SUBMITTED BY PACIFIC PLBG. OF SANTA ANA, CLLIF. DATE AMERICAN STANDARD . catalog number Instanto" toilet Instanto toilet — blowout action — elongated bowl —wall mounted - 11/211 back spud— vitreous china 2509.057 (less seat) note minimum working 2515.013 in` to =eat pressure of 25 lbs. re- (F 2509 / F 2515 previous plate numbers) guired at valve while flushing nominal dimensions IBM" 141, O . #. I I'Wlha near suggested � ggested seat for above toilet suggested gush valves for above toilet Church American - Standard 5321.070 (9400K) Posturemold' or Delany Flushboy 543 vs 5320.114 (9500C) Moltex' (shown), heavy -duty solid plastic, open _Sloan Royal 144 front seat, with stainless steel check hinge e a t u + h y r � Flush Valves a #+" i i k S k..' Quiet Concealed Closet Flush Valve, Rough Brass, for �' "'�y.,� r - r ��'*' ✓ s o s either left or right hand supply, 1 -inch I.P.S. wheel handle Bak -Chek angle stop,adlustable tailpiece vacuum breaker, elbow flush connection and spud coupling for s,aY -a�w 11/2 -inch concealed back spud, metal oscillating non r ;'� .r T T i.��p4' hold -open handle for wall to 1 -inch thick. Exposed parts Chrome Plated. See note (d) below. ki 4. i.. 43/4'_ to "_I I" LP. 4LCENTERI SUPPL L" DIM. 33/4" FOR LINE 0" TO I" WALL OF FIXTURE r1 OPENING IN WALL Tai r:t-i�Ilil.� 33/4° 30 1310 143 y 33/4" 30 1311 143 FIN. FIN. FLOG WALL i 36 II -, ,r,rir' _ ,.J..cL)Jr.V a Name of valve — Royal, Crown or Naval. Installation number -143. C'. Letters designating variations, if any. (Extend PAGE 127 for reference to variations). Example —Royal 143YB ' "L" Dimension which is wall thickness (W) plus 23/4- inches (or face of finished wall to center of supply). Convert to Code Number using table below: To order Royal Flush Valves Insert 1 in box 1 . To order Crown Flush Valves Insert 2 in box 2 . To order Naval Flush Valves Insert 4 in box 4 . Example —Code number for Royal 143YB (33/4 in. "L" Dim.) is 3011311 S;..COP, 'd :, .. •!F COMPAVf . l- dAi,iKLIN A. , .l! i 143 33/4° 30 1310 143 y 33/4" 30 1311 143 L -3 33/4" 30 1313 143 y 33 /d' 30 1315 143 43/4" 30 1320 143 y 43/4" 30 1321 143 L -3 43 /d" 30 1323 143 y 43/4" 30 1325 143 63/4" 30 1340 143 y 63/4" 30 1341 143 L -3 63/4" 30 1343 143 y 63/4" 30 1345 143 83/4" 30 1360 143 Y 83/4" 30 1361 143 L -3 83/4" 30 1363 143 y 83 /d' 30 1365 143 103/4" 30 1380 143 Y 10%" 30 1381 143 L -3 103/4" 30 1383 143 Y 103/4' 30 1385 S;..COP, 'd :, .. •!F COMPAVf . l- dAi,iKLIN A. , .l! i SAT RD ND 0 Washbrook urinal Washbrook vitreous china washout urinal -3/a" top spud — outlet connection threaded 2" inside wall hangers catalog number ❑ 6500.011 3/a" top spud (F 6500 previous plate number) nominal dimensions • Flush valve: SLOAN 186 -11YV 47068,07 STRAINER a • El I C" Now;Dort Beach Area Restroom Rehabilitation. }TECHNICAL DATA SIZE- CAPACITY Semi - circular Washfountains are available in 54" or 36" diameters. Simul- taneous capacities bases on historical useage are: 54" Semi - circular ................ 4 Users 36" Semi- circular ................3 Users For additional information on capacities, please see page 1/3. TYPE Washfountains are typed according to their supply and vent arrangements and their method of operation —foot or hand control. (More than 98% of all Washfountains sold are foot controlled.) See illustrations below for type designations. BOWL MATERIAL MOLDED BRADGLAS ® — Composed of reinforced thermosetting polyester resins, finely ground inorganic fillers and fade resistant pigments. This mate- rial is precision formed under heat and extreme pressure in matched metal molds, producing a finished bowl which is colorful, and extremely durable. Bradglas bowls are 85% lighter than precast stone yet comparable to steel on a strength -to- weight basis. They are highly resistant to abrasion, acid and corrosion and will not chip, peel or flake. (See page 1 /15 for additional in- formation.) The bowl has a uniform thickness of t /4" and has an integral backsplash. The underside is structurally reinforced by equally spaced radial ribs 1 /a." wide by a/" high. PRECAST TERRAZZO— Composed of approximately 85% stone with 15% binder. Heavy steel reinforcing rods are cast into the bowl, Bowl with integral backsplash is ground, polished and finished with epoxy resin to improve erosion resistance and appearance. STAINLESS STEEL —One piece pressing of 13 gauge stainless steel polished to a #4 finish. ENAMELED STEEL —One piece pressing of 13 gauge steel finished in acid resistant vitreous enamel. BOWL COLOR SELECTION Bradglas, precast and vitreous enamel bowls are available in a wide range of colors. Please see pages 1/13-14 for selection. PEDESTAL CONSTRUCTION Pedestals consist of die formed legs, upper braces. scuff bases and panels. Legs are 11 gauge galvanized steel. Upper braces are heavy gauge steel coated with a rust preventative. Scuff bases are galvanized and bonderized steel finished in high temperature baked gray hammertone enamel. Steel panels are galvanized and bonderized, and vinyl clad in colors to harmonize with bowls. Panels for Bradglas Washfountains are vacuum formed acrylic sheets reinforced with fiberglass backing. Standard pedestals for precast and metal fountains have straight vinyl -clad steel panels and gray hammertone scuff base. Optional tapered acrylic panels available at extra cost for metal bowls. Standard pedestal for Bradglas Washfountains have tagered acrylic panels and gray hammertone scuff base. Optional vinyl -clad pedestals also available. Straight stainless steel pedestal panels and scuff bases available on all Wash- fountains at extra cost. See page 1 /16 for details. STANDARD EQUIPMENT Bowl and pedestal as described above plus the following fittings: three quart white nylon dispenser for powdered or liquid soap, (specify choice); spray - head w /stainless steel supporting tube and bowl gasket; spud w /locknut and beehive strainer; brass supply pipes; mechanical mixing valve; volume control valve; two combination stop- strainer and check valves; slow closing foot valve with complete foot operating mechanism or hand control assembly. Type CFC supplies and vent through wall or floor. P trap not furnished by Bradley. Type CFC -B Supplies from above centrally rising vent. Special trap fur. nished by Bradley. Type CFC•H SupDlies from below or through the wall centrally rising vent. Special trap fur. nished by Bradley. Supply and Vent Typical for Hand Control Models Type CFC -0 Supplies from above vent olf drain through wall or floor. P trap not furnished by Bradley. This information is subject to change without formal notice. 1/7 � Y Bradglas 54" Diameter Shown Optional metal dispenser and stainless steel scuff base shown t " Ip X D O r— m n O O Xl O Z SAMPLE SPECIFICATION ❑ Washfountains shall be Bradley foot operated 54" semi - circular Type CFC' with supplies from below and vent off drain having Desert /l7 Yellow Bradglas bowl with gray pedestal panels and all standard equipment, including powdered soap dispenser. 1— ' CFC and Desert Yellow chosen as example 'C only. Select type and color as appropriate to job. Also select optional equipment, page W 1/16 -18. Z PIPING 0 To insure adequate water pressure, 1" supplies m should be brought to the Washfountain. Over- 1c head supplies must be reduced to 1 /z" copper C tube to pass through support tube. Check valve M inlets are 1/2" IPS. Stainless steel shrouds are M available at extra cost to conceal overhead piping. Waste outlets 2" IPS. pa � I See page 1 /21 -22 for rough -in information. BRADLEY ® CORPORATION W 142 N9t 01 Fountain Boulevard Mnn..rnrm.m rnllry W....rrmm11 figgel =IV 011111 • SEMI - CIRCULAR WASHFOUNTAINS SPECIFICATION CHECK LIST 1. SIZE ❑ 54 inch Diameter Semi - circular -4 Users Q' 36 inch Diameter Semi - circular -3 Users 2. TYPE Foot Controlled Hand Controlled ['CFC CHC ❑ Supplies Below /Vent off Drain ❑ ❑ CFC -B CHC -B ❑ Supplies Above /Centrally Rising Vent ❑ ❑ CFC -H CHC -H ❑ Supplies Below /Centrally Rising Vent ❑ CFC -O CHC -O ❑ Supplies Above /Vent off Drain ❑ 3. BOWL MATERIAL [-?'MOLDED BRADGLAS BOWL ❑ PRECAST TERRAZZO BOWL ❑ STAINLESS STEEL BOWL ❑ ENAMELED STEEL BOWL 4. BOWL COLOR SELECTION Please see pages 1/13 -14 for bowl and pedestal panel color samples. Molded Bradglas Precast Terrazzo ❑ Arctic Blue ❑ Granito (Standard)' ❑ Capri Blue ❑ Vari- Colored ❑ Salmon Red Marmorite ❑ Brick Red ❑ Black & White ❑ Surf Green Marmorite ❑ Spring Green ❑ White Marmorite ❑ Desert Yellow ❑ Sage Green ❑ Apache Gold PAPER Marmorite ❑ Driftwood Beige Enameled Steel ❑ Slate Gray ❑ White (Standard)' ❑ White Marble ❑ Mint Green Straight, No. 4 finish stainless steel panels and scuff base ❑ Forest Green Available for use with stainless steel and enameled steel ❑ Sky Blue bowls. (Standard equipment on Bradglas Washfountains.) ❑ Citrus Yellow ❑ Sun Tan Granito and White Enamel are lower in cost than Marmorites and colored enamels. -7 Fitting 5. SOAP DISPENSER ❑ Hose Bibb — Projects Through Pedestal Panel E] Liquid Rr SPECIAL EQUIPMENT NOT CATALOGED (- El Powdered metal Powderetl Describe Below pedestal parts to be stain or ❑ Without Soap Dispenser less steel galvanized st _ g �x SPECIFICATION SUMMARY (INDICATE SELECTIONS) 1. SIZE ' For details on the following extra cost items of special equip- 3. BOWL MATERIAL ment, please see pages 1/16 -18. 1 6. SPECIAL EQUIPMENT 6. FREQUENTLY SPECIFIED ITEMS ❑ No. 222 THERMOSTATIC MIXING VALVE Tamper -proof Vernatherm mixing valve thermostatically maintains comfortable washing temperature. . RESTRAINING BRACKET Provides added rigidity for sprayhead support tube assem- bly on Washfountains without centrally rising vents. Spec- ify for all school applications. ti METAL SOAP DISPENSER PAPER TOWEL DISPENSER ASSEMBLIES ❑ No. 255 C -Fold, Multi -Fold Dispensers (2) See important }note ❑ No. 256 Single -Fold Dispensers (2) page 1 /16 ❑ STAINLESS STEEL PEDESTAL f< Straight, No. 4 finish stainless steel panels and scuff base sections. TAPERED ACRYLIC PANELS Available for use with stainless steel and enameled steel bowls. (Standard equipment on Bradglas Washfountains.) ❑ STAINLESS STEEL SHROUD Stainless steel tube conceals overhead piping. Floor to sy: ceiling height ❑ JUNIOR HEIGHT - Use for elementary school applications. (No extra charge.) '' ❑ BACKSPLASH For stainless steel and enameled steel Washfountains. (Backsplash standard on Bradglas and precast.) 1 OTHER SPECIAL EQUIPMENT Sy° SOAP DISPENSING OPTIONS k; ❑ No. 280 Cube Adaptor for Individual Soap Dispensers ' ❑ No. 282 Lather Valve Assemblies (2 Valves) CONTROL OPTIONS ❑ Tape Switch Foot Control ❑ Pump Waste Discharge Assembly c'q Pump in pedestal discharges waste to remote drain. ❑ Arranged for Operation by the Handicapped �- Sectional Foot Control ❑ Two,Section (54" Only) Sectional Hand Control ❑ Four Section (54" Only) ,m a ❑ Two Section t:-. ❑ Gooseneck Spouts —Hand Control Only ❑ FLOW CONTROL Helps compensate for pressure fluctuations. '} OPTIONAL SUPPLY FITTINGS ❑ Drinking Bubbler Mounted on Backsplash ❑ Mixing Faucet Mounted on Backsplash ❑ Backsplash Drilled to Accept Fitting by Others. Specify Fitting 5. SOAP DISPENSER ❑ Hose Bibb — Projects Through Pedestal Panel E] Liquid Rr SPECIAL EQUIPMENT NOT CATALOGED (- El Powdered metal Powderetl Describe Below pedestal parts to be stain or ❑ Without Soap Dispenser less steel galvanized st _ g �x SPECIFICATION SUMMARY (INDICATE SELECTIONS) 1. SIZE ' 2. TYPE 3. BOWL MATERIAL 4. BOWL COLOR 5. SOAP DISPENSER 1 6. SPECIAL EQUIPMENT 1/8 N 2126.472 Litho in U.S.A. k 4 4, 0 SMITH" I ;] 0E9T BY TEST Gasketed Lumaloy Cover with Flush _ 7 Dia q Type Lift and . _i � t Locking Device � -- Non Skid Cover 16'k Cie.- SUSPENDED TYPE 7 4 FUNCTION: Compact design makes this unit par- FLUSH WITH FLOOR OR ON THE FLOOR TYPES .. FUNCTION: Provides a means of collecting solids such as metal chips, plaster and stones which other- �'*- wise would enter the drain line causing line stoppage. The Fig. 8710 small capacity interceptor is ideal for dental -• « - -p offices or similar establishments where the unit can be mounted directly under the sink and used to recover .:�9 precious metals as well as intercept plaster and other harmful debris. The Fig. 8715 is a larger capacity interceptor and is preferred for floor mount installation in hospitals and similar establishments where a greater amount of 1 j solids are anticipated in the drainage water. Units are cleaned by removing cover and lifting basket and screen 1 Ouse[ assembly vertically out of the body. 69; REGULARLY FURNISHED: OPTIONAL MATERIALS: ' White Duco Coated Cast Iron Body and A.R. Porcelain Enameled Inside �... _. Lumaloy® Cover and Sediment Basket and /or Outside gA with Removable Bronze Screens. Lumaloy Basket with Removable Bronze NOTE- ALLOW 9Y," NOTE: ALLOW 14" Lumaloy ABOVE INTERCEPTOR ABOVEINTERCEPTOR • FOR REMOVAL OF FOR REMOVAL OF BASKET. BASKFT. Gasketed Lumaloy Cover with Flush _ 7 Dia q Type Lift and . _i � t Locking Device � -- Non Skid Cover 16'k Cie.- SUSPENDED TYPE 7 4 FUNCTION: Compact design makes this unit par- 6;4 Dia.. j ticularly adaptable for use directly under the fixture in place "P" Unit intercept of the regular trap, will all types of solids {,4 and precious metals. Interceptor is cleaned and inspected by -1- ••` removing bottom sediment basket plate and dropping entire 1 Ouse[ assembly. 69; REGULARLY FURNISHED: White Duco Coated Cast Iron Body and gA Lumaloy Basket with Removable Bronze Lumaloy Screens. A iment Sas kat h Removable OPTIONAL MATERIALS; A.R. Porcelain Enameled Inside NOTE: ALLOW 8Y" and /or Outside BELOW INTERCEPTOR Lumaloy Body FOR REMOVAL OF —' OreBASKET. ' —Plug Fig. 8710 of Fig. 8715 Interceptor TYPICAL INSTALLATIONS Fig. 8710 or Fig. 8715 Interceptor Removable Sediment Basket Fig, 8730 Interceptor Removable Sediment Basket FLUSH WITH FLOOR INSTALLATION ON THE FLOOR INSTALLATION SUSPENDED TYPE INSTALLATION L� • • • OUESTER AND STONE WALL MOUNTED This lightweight material available only from WESTERN— POLYESTER AND STONE — the modern material for all your drinking fountain needs. This material combines a hard smooth finish to allow the exact amount of aggregate to match any color or finish. It is lightweight for easy installation. All brass is vandal resistant and locked to receptor. GENERAL SPECIFICATIONS: Model 52 Receptor: Unit with 7" high back. Integral one piece unit in polyester and stone; highly polished with smooth hard finish. Aggregate slightly revealed to match any color combination. Galvanized reinforced steel cage. Bubbler: Western's "W" type bubbler head. Polished chrome plate. Valve: Chrome plated, self - closing cartridge type, cross - arm handle. Mounting: Concealed hanger brackets and two angle cl i ps. Stream Control: Automatic regulation. Options (at extra cost): 1. Push button bubbler with automatic diaphragm pressure - volume control. 2. Vandal proof bottom plate. 3. Remote electric water chiller with prime coated steel grille. Shipping Weight: 58 lbs. Model 5l -FP Same as Model 52 except freeze proof. (For installation instructions, contact factory.) Shipping Weight: 981bs. Waste: Strainer is integral with bowl. 1 1/4" trap -- COLORS: Five standard colors: Grey, Green, Char - concealed. coal, Beige, White. Color samples available on request. Supply: 1/2" FIP screwdriver stop with inlet water Special colors (at extra cost): submit color sample strainer. All connections are copper tubing with unions and type of aggregate. —no solderin A& 9- SPECIFICATIONS: Western Model 52, wall mounted, polyester and stone; galvanized reinforced cage —with auto- matic stream control. Color to be .4 4 J 2.& I 3„ jl X16 39u ° ®. 3 l 1 I 30 " SUPPLY 29 W9 S7E "1.P,S. /10 3 i I I. P, S. 2� 7 r 41 r % 36� SPECIFICATIONS SUBJECT TO CHANGE AT ANY TIME WITHOUT NOTICE u • PRE -CAST STONE • PEDESTAL MOUNTED MODEL 30 0 Designed for beauty— designed to last. This pedestal mounted, single bubbler drinking fountain is just the answer for your exterior drinking fountain in entrance ways, court yards, and recreation areas. Vandal proof bubbler and receptor to withstand the most determined vandal. Made from pre -cast concrete to withstand weather conditions or the hardest use. GENERAL SPECIFICATIONS Model 30 Pedestal: Vibracast concrete pedestal in natural grey tone with gal- vanized welded steel reinforcing cage. Receptor: 20 gauge stainless steel —satin finish. Bubbler: Western Model "S" anti -squirt head —satin chrome plated — locked to receptor. Valve: Self- closing cross or lever arm valve type with renewable car- tridge or push button Model 2PB, vandal proof locked to stainless steel access plate. Plate is 5" x 6 ". (Cross arm type furnished, if not specified). Stream Control: Automatic regulation. Waste: Concealed waste outlet, 11/4" tailpiece outlet. Round vandal proof cap nut with brass strainer. Supply: 1/2" FIP screwdriver stop with inlet water strainer. Mounting: Surface mounted with concealed mounting bolts. (An- chor feet in base), or unit can be buried 6" in concrete pad. Height: Standard height is 36" (36" bubbler height). Shipping Weight: 24" -110 lbs., 30" -140 lbs., 36 "-170 lbs., 42 "- 200 I bs. Options: (At extra cost) 1. Freeze proof units available —see 30FP Specification Sheet. 2. Special colors and finishes for pedestal— submit samples of color and finish. 3. Pedestal available in heights of 24 ", 30 ", 36" and 42" at no extra cost. Heights include recommended 6" bury. 4. Bibb faucet. 5. Matching step. PEDESTAL COLOR AND FINISH INFORMATION Finish: Standard finish is exposed aggregate. Also avail• able in light sandblast at no extra cost. Color: Standard is natural grey cement with exposed aggregate. Other colors and aggregates can be provided on submittal of samples. (At extra cost). SPECIFICATIONS SUBJECT TO CHANGE AT ANY TIME PEDESTAL HEIGHT INFORMATION: Surface mounted height from ground 36 ", 3011, or 24" may be ordered with 6" bury in concrete pad. Specify 36" plus 6" bury, 30" plus 6" bury, or 24" plus 6" bury. u 36 6 11 BURY —I.�— 1 ..r, Y: \F .'ems ,I 12 � I I I I, ROUGHING -IN DIMENSIONS MAY VARY PLUS OR MINUS Yz" , a ARCHITECTURAL SPECIFICATIONS: Western Model 30 in pre -cast stone — vandal proofed —valve to be (see valves). Height 36" surface mounted— standard color with heavy sandblast finish. I� yII ✓~- �- ®I — J��ylJl� — SUPPLY 21P.S l f/ NOT FURNISHED t -WASTE Ig I,P. S. ANCHOR FOOT TO ALLOWJBOLT - • (3)Q E (a. (20• APART L �\ DI I r 54R • • II I • ?.. •� III ICI 1 I I I �• .•��•. III � •�: �• III I �/I III I I t•'. I I II I ^ ^y ROUGHING -IN DIMENSIONS MAY VARY PLUS OR MINUS Yz" , a ARCHITECTURAL SPECIFICATIONS: Western Model 30 in pre -cast stone — vandal proofed —valve to be (see valves). Height 36" surface mounted— standard color with heavy sandblast finish. I� yII ✓~- �- ®I — J��ylJl� — SUPPLY 21P.S l f/ NOT FURNISHED t -WASTE Ig I,P. S. ANCHOR FOOT TO ALLOWJBOLT - • (3)Q E (a. (20• APART L �\ DI I r 54R • • • • Acorn Engineering Company 15058 Proctor Ave. pl0uk Industry, Calif. 91744 TITLE TAMPER -PROOF BUSH BUTTON FAUCET ACORN PENAL -WARE® ASSEMBLY FOR BACKSPLASH MOUNTING SECURITY FIXTURES QUANTITY I ITEM NUMBER ,2 7� 74p CELL AREA 65 AITA AT\A ����{ �► WITH � MOUTH GUAR h o a III 1O11U6T5 H I LESS + M GUARD o J � " ,3i I,I 3 #1166 AP I - -'- -� ��� KILLER ONLY .. —.. 63 ....._. CHASE AREA _ 4 PLAN VIEW �( y� PAT PEND. /\ ® 311 )J CHASE VIEW SHADED FORCOLDEONLY RAS ASSEMBLY OMITTED SECTION A -A 1 FIXTURE BACKSPLASH 8 PUSH ROD 2, , PUSH BUTTON WITH ESCUTCHEON 9, , ROCKER ARM & FULCRUM ASSEMBLY 3. FILLER SUPPLY TUBING 10, PUSH ROD ADJUSTMENT ASSEMBLY 4, FILLER - BUBBLER 11, FLOW CONTROL UNIT 5. WALL THICKNESS IZ, UNION SUPPLY CONNECTIONS 6. BACK PLATE 13, O -RING OUTLET 7, ANCHORING SLEEVE WITH LOCKNUT 14, INTEGRAL CHECK STOP CHASE VIEW HOT & COLD VALVE FIGURE NUMBER SELECTED HOT & COLD ASSEMBLY #1760 WITH MOUTH GUARD 3 #1760 -2 LESS MOUTH GUARD #1760 -3 WITH FILLER ONLY OLD ONL SSEMBLY 1 WITH MOUTH GUARD #1761 -2 LESS MOUTH GUARD #1761 -3 WITH FILLER ONLY OPTIONAL VARIATIONS WITH 1/211 NPT INLETS W/ #1769 -11 METERING CARTRIDGE W/ #1769 -12 METERING CARTRIDGE FOR WALLS UP TO 1211 THICK FOR STEEL PLATE WALLS WITH BACK PLATE FOR #1796 OR #1799 SERIES OPENING TECHNICAL DATA: FAUCET ASSEMBLIES ARE TAMPM —PROOF DESIGN, THEY HAVE UNIQUE OPERATING LINKAGE CONSISTING OF BRASS PUSH BUTTON, PUSH BUTTON CAGE, PUSH R(,'. WITH ADJUSTMENT ASSEMBLY AND TYPE 304 STAINLESS STEELROCKER ARM, SPRING AND FULCRUM, PUSH BUTTON CAGE GUIDES AND PRECISELY LOCATES THE PUSH BUTTON, THE ROCKER ARM AND FULCRUM PROVIDE MAXIMUM LEVERAGE FOR EASY PUSH BUTTON OPERATION AND THE SPRING KEEPS THE PUSH BUTTON UNDER CONSTANT TENSION SO THAT IT IS ALWAYS FULLY EXTENDED, ASSEMBLY IS SUITABLE FOR MASONRY OR CONCRETE WALLS UP TO 8" THICK, THE ANCHORING SLEEVES, PUSH RODS AND FILLER SUPPLY TUBINGARE FIELD CUT AND O —RING OUTLET ADAPTER FIELD SOLDERED TO THE EXACT LENGTH REQUIRED, THERE ARE NO FASTENERS IN CELLAREA AND ALL EXPOSED TRIM 15 POLISHED CHROME PLATED, ANCHORING ASSEMBLY CONSISTS OF ESCUTCHEONS, ANCHORING SLEEVES, AND BACK PLATE, ESCUTCHEONS HAVE 1/2" NPS THREADS AND ARE INDEXED "HOT" AND "COLD" FOR MIXING VALVE ASSEMBLIES AND "PUSH" FOR COLDONLY ASSEMBLIES THEY ARE ATTACHED TO THE BACKSPLASH WITH TYPE 304 STAINLESS STEEL SCREWS, ANCHORING SLEEVES ARE 1/2" NPS FULL THREAD CADMIUM PLATED STEEL, AND WHEN SCREWED INTO THE ESCUTCHEON, CAPTURE THE CAGE CONTAINING THE PUSH BUTTON, THEY ARE FURNISHED COMPLETE WITH ANCHOR NUTS AND 3/16" THICK COATED STEEL BACK PLATE, CONTROL VALVES ARE ACORN PENAL —TROL SELF — CLOSING TYPE WITH CAST BRONZE BODY AND HEAVY DUTY MOUNTING LUGS, BODY HOUSES REPLACEABLE CARTRIDGE WHICH CONTAINS ALL WORKING PARTS INCLUDING THE MONEL METAL SEAT, REPLACE— r, MENT CAN BE MADE FROM THE CHASE WITHOUT DISTURBING THE BODY,ALL VALVES HAVE SCREWDRIVER STOPS WITH 1 /2 "NCT m INLETS WHICH ARE REVERSIBLE FOR SUPPLY FROM ABOVE OR BELOW, IN ADDITION, HOT AND COLD VALVES ARE PROVIDED WITH INTEGRAL CHECKS TO PREVENT BYPASSING OF HOT AND COLD WATER, DELIVERY IS REGULATED WITH REMOVABLE 0 ,S GPM FLOW CONTROL UNIT, OUTLET CONNECTION IS O—RING TYPE AND PROVIDES 114" PLUS OR MINUS ADJUSTMENT, ® FILLER — BUBBLERS AND FILLERS ARE CAST BRONZE, FILLER — BUBBLERS ARE NON — SQUIRT DESIGN, MODELS WITH MOUTH GUARD • CONFORM TO AS A STANDARDS Z4,2 -1942, MODELS WITHOUT MOUTH GUARD ARE PREFERRED BY SOME PENAL AUTHORITIES BECAUSE THEY CANNOT BE USED AS A SUICIDE DEVICE, ALL ARE ATTACHED TO THE BACKSPLASH WITH TYPE 304 STAINLESS °w STEEL SCREWS, FILLER SUPPLY TUBING 15 TYPE "L" COPPER WITH A FLARED CONNECTION FOR THE FILLER AND AN O—RING ADAPTER FOR THE VALVE OUTLET CONNECTION, 1­ OT Gn w. n♦ ea.nl_e ice anvv ncrmrvn wnnina nano FIGURE NUMCER 3/14/71 TJS NS NONE - -- 9/1/72 1760,10 1760 & 1761 SERIES CITY OF NEWPORT BEACH PUBLIC WORKS. DEPT. - INSPECT RS DAILY REPORT .7 Project Namerr2� /- i'.- r ✓fi -[.ltA ti`nn /' /2�L// ��Ii2CG!/GCL't! 7 7,:::. =: .r Contractor _ Weather i � .I Inspector's Signature C--'* z f, n .No. 3618 Fa CITE' - -OF NEWPORT BEACH PUBLIC WORKS DEPT.,. :INSPECTORS ,I)AILYREPORT O Project fi, % /it�L% ion Time OG7 /t,- WeidW Contractor Equipment on Men on Job Nature, Quantity, and Location of Work This Inspection -z- Av. 7 u), C'. Rema J I L • Inspector's Signature Date No. 3617 h CITY .OF NEWPORT ' BEACH' : PUBLIC WORKS -DEPT. INSPECTORS DAILY:,,-REPORT,�.' ' Project Name2i'yi. n��f cation o Time i�g 4r, "t .!4 Weather Contractor Equipment on Job /(/Ax-L &64,e�'-A)4 -Cad Men on Job A Nature, Quantity, and Location of Work This Inspection Z 1 Inspector's Signature A Date 7 No. 3616 CITY OF PUBLIC WORKS DI NEWPORT` BEACH .: 'PT. - INSPECTORS DAILY REPORT 14 1?b/. . � h Project Name.-,4 M"Zodafto(oc( Time zt Weather' Contractor r,-✓ Equipment on Men on Job Nature, Quantity, and Location of Work This Inspection a L Plans for Next Day's Inspector's Signature I 11 1 U CITY: OF NEWPORT BEACH PUBLIC WORKS DEPT. - INSPECTORS DAILY REPORT �/!��/, s Project Name ., ✓��',i t1- - �- d�st�� Location Time 4�; �° 116,e- Weather Contractor Equipment on Job Men on Nature, Quantity, and Location of Work. This Inspection I Plans for Next Day's Wo !i }cL _t_f1Q Cam_ 0 Inspector's C v i GE Y , OF NEWPORT BEACH '. PUBLIC WORKS DEPT: - INSPECTORS DAILY 'REPORT Project Name:w• Location- Time ',.�A , Weather _ice Contractor �/� /�% r'Lf/1 Equipment on Job' i /. /,I '1.- i��/c.Gl -G %wG� Men on Nature, Quantity, and Location of Work This Inspection ,/S %IYL. i1Y1 !! �%i.i.,- c..i_�.J 1 .;� i., !..on / �...'a.w.r_: 4. Al s .f._ . • f" G2.� C' .7i, 4J , /"fiw2 : v� z/wGt t11 a;4 ez fie(/ y can C! J ..G iE.�a ✓ .j^ i a-O-.x ^�3 C/%L+�.� 4 -vLa (� Lf-r L ' ,yn�� . % ��!'..,' ,� %% { ^•1 �, Jr.,l: 1 :i:1 c•,..,Jisu CL:t�M -�',t Remarks. ircCGs- cO�ti::::' -c Plans for Next. Day's / v Inspector's Signature �'ir' -'/ j}. "r/J,'(ir` -� Date �r_i' -•-.'✓ �r'� i `I iT;^ v No. 3 613 \ti CITY OF NEWPORT BEACH REQUEST FOR FUNDS TO: FINANCE DIRECTOR FROM: Public Works Department i October 5, 1973 SUBJECT: REQUEST FOR FUNDS -- CONTRACT 1486 (Replacement of Plumbing Fixtures in Beach Front Public Restrooms) Request for additional funds. $7,000.00 Funds are not available in the current budget. Additional appropriation to Account #02- 1095 -246 is requested. Additional funds are needed for: 1. Requested Change Order No. 1 to provide toilet room accessories that were not included on original plans. 2. Contingencies not foreseeable at this time. RECAPITULATI OR: Contract $95,200.00 C. 0. No. 1 Request 4,800.00 Supervision and Plans 61400.00 Total Project (No Contingencies) $106,400.00 1972 -73 Appropriation Expended Encumbered (73 -74) Returned to Surplus REQUESTED BUDGET AMENDMENT Total Project (N c/Contingencies) Expended Obligated (if C. 0. Approved) Encumbered Deficit $106,400.00 - 26,189.59 - X5.509.05 $ 4,701.36 $106,400.00 26 189.59 80,210.41 75 509.05 4.701.3G Approx. 2.8% Contingencies (on $80,810.41 Obligated) $ 2,298.64 $ 7,000.00 " APPROVED: City Manager nance rec r [] IMMEDIATE REPLY PLEASE p NOTE ENCLOSURES ❑ REPLY NO LATER THAN TO FMr. Tom Public WS;,Department City of Nell'p "ort Beach City Hall Newport Beach, California DATE- 'this o Hardware 'has.;a irse accessories where shipped however, apparently have no other choice MEA110 & ULRIC a iyE BUILDING- RACTING- CONSTRU 1629 EAST EDINGER AVENUE SANTA ANA, CALIFORNIA 92.705 1 (7 -14) $49 -841:9 "OUR 28th YEAR" ' ." SUBJECT BATH ACCESSORIES J BEACHFRONT RESTROOM ALTERATIONS Confirming your telephone conversation with my office hat Bobrick cannot shin: Wr.bath accessories until ck had previously advised our supplier that the rick now advises that they do not have su ficient stock oned date. We sincerelly�re ret this delay, however, we wait for the receipt of these specified.accessories. Send white and pink copies with corhon ;.,act. Pink copy is returned with reply. ED BY Form PPK.I © Business Envelope Mfrs. Inc. Pearl'Rivar, New York Melrose Park, III. ❑ IMMEDIATE REPLY PLEASE ❑ NOTE ENCLOSURES ❑ REPLY NO LATER THAN MEA & ULRICIA c x'68 BUILDING '.�RACTING— CONSTRUCT / ,;.1629 EAST EDINGER AVENUE NTA ANA, CALIFORNIA 92705 (714) 543 -8413 RECEIVED PUBLIC a TO JAN 2--b 19 "OUR 27th YEAR Public Works Department �� 197q� City of Newport Beach 2 ry OF 9 ; 3300 West- *wport Boulevar i O µ CHI Cal .11 Newport Beach, C11NGE ORDER N0. 2 _ tdEG L ro f BEACHFRONT RESTROOM ALTERATIONS lea MESSAGE 1 -25 -th Please find enclosed herewith 2 fully executed °:. copies of Change -611777A o. on a move referenced project. As I am sure you are fully aware, since you did not advise, f the acce tance of this order submitted June 7, 1973 until December 13, 1973 t been a delay in the furnishing and installation of the toilet room accessorie would also note that there has been a tremendous price increasejhowever, due to your cooperation on other material shortages that we have experienced we have agreed to ab orb the tra cost involved even though it means that this.change order will result' a s to this firm. We P o' Ct Mana er DATE , ANSWERED BY Seed white and pink copies with carbon intact. Pink copy is returned with reply. Form #PK -1 © Business Envelope Mfrs. In C. Pearl River, New York • Melrose Park, 111. ❑ IMMEDIATE REPLY PLEASE NOTE ENCLOSURES ❑ REPLY NO LATER THAN ~ TO Dunigan, Jr. 1cr;*y_jw Department City OW port Beach 3300 West Newport Blvd LNewport Beach, Cal MEAN & ULRICH I BUILDING— ACTING — CONSTRUCTION I 1629 EAST EDINGER AVENUE! SANTA ANA, CALIFORNIA 927 !r� /// (714) 549 -8419 r # 4P . J executed Payment Request Applications relative to the ahnve rpfprpnrpd prnjprt DA RT IWO it ANSWERED BY • gasinea Send while and pink copies with carbon intact. Pink copy is released with re O nve ply. .. Form RPK-1 s E lope Mfrs. Inc. -`-' Pearl. River, New York Melrose Park. 111. too tjot 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard Date January 10, 1974 TO: Means and Ulrich 1629 E. Edinger Avenue Santa Ana. CA 92705 ATTENTION: SUBJECT: Replacaman 9 Fixtures in Beachtrant Public Rastrooms CantracL .1468 We are transmitting the following: No. Copies Description 3 Progress Payment Request No. 5 Remarks: Please sign the original and we copy and return to this office. The third copy may be retained for your tiles. Copies to: 6PD:hh Encl. By: B. P. Dunigan. Jr. Field Engineer -E REPLY PLEASE 0 NOTE ENCLOSURES 0 LATER THAN ISLO.Fa Dunigano Jr. L3V*or rt Heath Department m k S. d white and pink mores wifh Pink copy k MEANS & ULRICH BUILDINGICYTRACTING—COMTRUalON 1629, EDINGER AVENUE SANTA ANA. CALIFORNIA 92705 (714) S43-8413 NOur 27th Year" PUBJECT ftmnt ftsimst A B eachfmnt Reatroom Alterations SENT 8v llr . 1°deans Exec, Vice President. DATE1 �Ul-ll LU Zee- -c"Blic WORK! JAN-1 1.974t CITY NEWRT BEAC4f rig ❑ IWEDIATE REPLY PLEASE ❑ NOTE ENCLOSURES •• ❑ REPLY NO LATER THAN i TO Mr. G. P-.ii4nigan, Field Engineer City of Newport Beach Public Works Department 3300 West. Newport Boulevard Newport Beach, California he signed PAYMEIG of $10,043.00 LLM:eh ,DAT 1 -7- MEAM & ULRICH BUILDING —IWTRACTING — CONSTRUCTION 1629 EAST EDINGER AVENUE- - SANTA ANA, CALIFORNIA (714) 543,9419.:.- "OUR 27th YEAR SUBJECT - PAYMENT REQUEST #5 —� BEACHFRONT RESTRO(�1.ALTERATIONS ease find enclosed herewith two;ItI..copies #5 on the above Manager SENT By /s/ Larry. L. Means, Exec. Vice Pres. DATE 10197gv o .:. 2 NEWPORT B - ANSWERED BY sd� - Seed..6ir d p nk cope rh rbon'm t PiA Opy i ly nml wilh eqy �`- FOlm I - ieess Envelope MGs. Inc. P - -- - - :_:Aew Vork • Melrose Park, M. MEANS & ULRICH 1629 East Edinger Avenu Santa Ana, California 921 5 (714) 543 -8413 State License #193343 PROJECT: ALTERATIONS & REPAIRS BEACHFRONT RESTROOMS 6.Beachfronf Sites Newport Beach, California Contract #1468 PAYMENT REQUEST NUMBER 5. For the Period from 12 -1 -73 to Completion Inc ITEM AMOUNT PREVIOUS THIS. COMPLETED % 1. Project Overhead & Bond $ 4,600.00 4,370.00 230.00 4,600.00 100 2. Demolition Work 6,000.00 6,000.00 - 6,000.00 100 3. Pre -Cast Concrete Panels 12,000.00 12,000.00 - 12,000.00 100 4. Concrete Work 2,000.00 2.000.00 - 2,000.00 1`00 5. Carpentry Work 5,000.00 5,000.00 - 5,000.00 100 6. Masonry Work 750.00 750.00 - 750.00 100 7. Misc. Steel Work 1,350.00 1,350.00 - 1,350.00 100' 8'." Sheet Metal Work 1,200.00 1,200.00 - 1,200.00 100 9. Lathing & Plastering 1,500.00 1,500.00 - 11500.00 100 10. Ceramic Tile 2,200.00 2,200.00 - 2,200.00 100 11. Painting 1,600.00 1,360.00 240.00 1,600.00 TOO 12. Finish Hardware 11500.00 11500.00 - 11500.00 100 13. Plumbing Work 52,000'.00 46 800.00 5,200.00 52,000.00 100 14. Electric Work 2,000.00 1.800.00 200.00 21000.00 100 15. Landscaping Repair 500.00 500.00 - 500.00 100 16. Final Cleaning 1,000.00 11000.00 1 000.00 100 ORIGINAL CONTRACT $95,200.00 $89,330.00 $5,870.00 $95,200.00 100 REVISIONS: REVISED CONTRACT I hereby certify that the above estimates of value of materials and labor performed are correct. TOTAL COMPLETED TO DATE 5% LESSXW TO BE RETAINED TOTAL PAYMENTS EARNED REQUESTS LESS PREVIOUSMAMM AMOUNT DUE THIS REQUEST $95,200.00 $4,760.00 $90,440.00 $89�97-98- 9-8-o li' �_ �_ �__. -_- i_ i. 1. _.-_ I -�� �. ii . ...... .......... . .. . ...... . . ....... .. .. ..... . ........ ii . ...... .......... . .. . ...... . . ....... .. -�- ;'. ;'. �� is f 7 __ _ r 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard Date D"gMber 13, to72 TO: ATTENTION: SUBJECT: Means and Ulrich 1629 East Edinger Santa Ana, CA 92705 Replacement of Plumbing Fix Beach Front Public Rest We are transmitting the following: No. Copies Description 3 Remarks: Copies to: GPD:jfd Change Order No. 2 This confirms the verbal authorisation given to Ken Ulrich. Please sign the original and one copy and return to this office. The third copy may be retained for your files. By: G. P. Denigan Field Engineer ❑ IMMEDIATE REPLY PLEASE 0 NOTE ENCLOSURES M1 AN$ & ULRICH BUILD I NG C RACTING — CONSTRUCTION ❑ REPLY NO LATER THAN 1629 EV EDINGER AVENUE SANTA ANA, CALIFORNIA 92705 (714) 543-8413 TO] Mr. G. PA6nigan, Field Engineer City of Newport Beach Public Works Department 3300 W. Newport Blvd. ..Newport Beach, California DATE 31 -3-7 Please�19 "OUR 27th YEW' 1� SUBJECT. PAYMENT REQUEST #4 ALTERATIONS enclosed herewith two­fft wvies '.:' 4v*`­ of the signed PAYMENT REQUEST #4 on the above referenced project in the amount of $18,400.50. DA copies with carbon intact. Pirti, copy is relorned with SENT BY ANSWERED Y Zm IPK-1 0 Susin -.-htc. Pearl RiVa, Now York • Maf,..e Palk, 111. MEANS & ULRICH 1629 East Edinger Avenue Santa Ana, California 92705 (714) 543 -8413 PROJECT: ERATIONS & REPAIRS CHFRONT RESTROOMS eac ront ltes Newport Beach, California Contract #1468 PAYMENT REQUEST NUMBER 4 State License #193343 For the Period from _10 /27/73 1 to 11/30/73 Incl. ITEM AMOUNT PREVIOUS THIS COMPLETED 1. Project Overhead & Bond $ 4,600.00 3,910.00 460.00 4,370.00 95 2. Demolition Work 6,000.00 6,000.00 - 6,000.00 100 3: Pre -Cast Concrete Panels 12,000.00 12,000:00 - 12,000.00 100 4. Concrete Work 2,000.00 1,800.00 200.00 2,000.00 100 5. Carpentry Work 5,000.00 5,000.00 - 5,000.00 100 6. Masonry Work 750.00 - 750.00 750.00 100 7. Misc. Steel Work 1,350.00 1,350.00 - 1,350.00 100 8. Sheet Metal Work ' 1,200.00 720.00 480.00 1,200.00 100 9. Lathinq & Plastering 1,500.00 1,125.00 375.00 1,500.00 100 10:` Ceramic Tile 2,200.00 1,320.00 880.00 2,200.00 100 11. Painting 1,600.00 560.00 800.00 1,360.00 85 12.. Finish Hardware 1,500.00 1 5oo.00 - 1,500.00 100 13. Plumbing Work 52,000:00 31 200.00 15 600.00 46 800.00 90 14. Electric Work 2,000.00 1.600.00 200.00 .1.800.00 90 15. Landscaping Repair 500.00 500.00 500.00 100 16. Final Cleaning 1,000.00 300.00 700,.00 l-'00-0-0-0- 100 ORIGINAL CONTRACT $95,200.00 68,885.00 20,445.00 89,330.00 94 REVISIONS: . REVISED CONTRACT I hereby certify that the above estimates of value of materials and labor performed Ara rnrrort TOTAL COMPLETED TO DATE $89,330.00 LESS 10% TO BE RETAINED $8,933.00 TOTAL PAYMENTS EARNED $80,397.00 LESS PREVIOUS PAYMENTS $61,996.50 AMOUNT DUE THIS REQUEST $18,400.50 MEANS & ULRICH ` 1629 East Edinger Avenue + Santa Ana, California 92705 (714) 543 -8413 . State License #193343 PROJECT: ! ERATIONS & REPAIRS CHFRONT RESTROOMS Beachtront Sites Newport Beach, California Contract #1468 PAYMENT REQUEST NUMBER 4 For the Period from 10/27/73 to 11/30/73 Inc]! ITEM AMOUNT PREVIOUS THIS COMPLETED % 1. Project Overhead & Bond $ 4,600.00 3,910.00 460.00 4,370.00 95 2. Demolition Work 6,000.00 6,000.00 - 6,000.00 100 3. Pre -Cast Concrete Panels 12,000.00 12,000.00 - 12,000.00 100 4. Concrete Work 2,000.00 1,800.00 200.00 2,000.00 100 5. Carpentry Work 5,000.00 5,000.00 - 5,000.00 100 6. Masonry Work 750.00 - 750.00 750.00 100 7. Misc. Steel Work 1,350.00 1,350.00 - 1,350.00 100 8. Sheet Metal Work 1,200.00 720.00 480.00 1,200.00 100 9. Lathing & Plastering 1,500.00 1,125.00 375.00 1,500.00 100 10. Ceramic Tile 2,200.00 1,320.00 880.00 2,200.00 100 11. Painting 1,600.00 560.00 800.00 1,360.00 '85 12. Finish Hardware 1,500.00 1,500.00 - 1,500.00 100 13. Plumbinq Work 52,000:00 31 200.00 15 600.00 46 800.00 90 14. Electric Work 2,000.00 1.600.00 200.00 :11800.00 90 15. Landscaping Repair 500.00 500.00 - 500.00 100 16. Final Cleaning 1,000.00 300.00 700.00 1,000.00 100 ORIGINAL CONTRACT $95,200.00 68,885.00 20,445.00 89,330.00 94 REVISIONS: - REVISED CONTRACT I hereby certify that the above estimates of value of materials and labor performed era rnrrert_ TOTAL COMPLETED TO DATE $89,330.00 LESS 10% TO BE RETAINED $8,933.00 TOTAL PAYMENTS EARNED $80,197.00 LESS PREVIOUS PAYMENTS $61,996.50 AMOUNT DUE THIS REQUEST $18,400.50 MEANS & ULRICH PROJECT: ERATIONS & REPAIRS 1629 East Edinger Avenue i CHFRONT RESTROOMS Santa Ana, California 92705 b beacnTront bites (714) 543 -8413 Newport Beach, California -' Contract #1468 PAYMENT REQUEST NUMBER 4 State License #193343 For the Period from 10/27/73 to 11/30/73 Incl ITEM AMOUNT PREVIOUS THIS COMPLETED % 1. Project Overhead & Bond $ 4,600.00 3,910.00 460.00 4,370.00 95 2. Demolition Work 6,000.00 6,000.00 - 6,000.00 100 3. Pre -Cast Concrete Panels 12,000.00 12,000:00 - 12,000.00 100 4. Concrete Work 2,000.00 1,800.00 200.00 2,000.00 100 5. Carpentry Work 5,000.00 5,000.00 - 5,000.00 100 6. Masonry Work 750.00 - 750.00 750.00 100 7. Misc. Steel Work 1,350.00 1,350.00 - 1,350.00 100 8. Sheet Metal Work 1,200.00 720.00 .480.00 1-12-0-0.0-0- 100 9. Lathinq & Plastering 1,500.00 1,125.00 375.00 1.500.00 100 10. Ceramic Tile - 2,200.00 1,320.00 880.00 2,200.00 100 11. Painting 1,600.00 560.00 800.00 1,360.00 85 12. Finish Hardware 1,500.00 1,500.00 1,500.00 100 13. Plumbing Work 52,000.00 31 200.00 15 600.00 46 800.00 90 14. Electric Work 2,000.00 1.600.00 200.00 1.800.00 90 15. Landscaping Repair 500.00 500.00 500.00 100 16. Final Cleaning 1,000.00 300.00 700 -.00 1,00-0.0-0- 100 ORIGINAL CONTRACT $95,200.00 68,885.00 20,445.00 89,330.00 94 REVISIONS: REVISED CONTRACT I hereby certify that the above estimates of value of materials and labor performed ara rnrrart TOTAL COMPLETED TO DATE $89,330.00 LESS 10% TO BE RETAINED $8,933.00 TOTAL PAYMENTS EARNED $80,397.00 LESS PREVIOUS PAYMENTS $61,996.50 AMOUNT DUE THIS REQUEST $18,400.50 r G� 1. 0 Inspector's OR Date-' No. 3610 VNEWPORT BEACH c �4 4 -DAILY -4 PUBLIC WORKS DEPT.,. ftISPECTORS REPORT � -, -�2, � � - lw,tv Project Name K_ltmv Location— Time 1, 411;. le /I Weather— Contractor IM4_ it nv Equipment on Job ..-kL4,-J Men on Job Nature, Quantity, and Location of Work This Inspection fig, r G� 1. 0 Inspector's OR Date-' No. 3610 CITY OF. NEWPORT BEACH, PUBLIC WORKS DEPT - AILY:. REPORT. DEPT. -7-ORS S� 0 Project Name "-4 Location Time 14D Weather Contractor Equipment on Job '4� Nature, Quantity, and Location of Work This.Inspection • Ile" v(- Plans for Next Day's Work g Inspector's Signature Date . ; jam' '4' No. 3611-- j.. • do C -fT NEWPORT BEAC-H-' PUBLIC WORKS DEFT..'- INSPECTORS DAILY REPORT Project Name Location Time &,"-if Weather �6�-4 Contractor Equipment on Job a4�1.�t Men on Job Nature, Quantity, and Location of Work This • Inspector's Signature 1� Ad Date No. 3612 CITY '01F EWPORT BEACH PUBLIC WORKS DEPT. -:INSPECTORS DAILY.-REPORT, 4 ga� Project NtAllg� (:? Time—, Weather Contractor Equipment on Job I Nature, and Location of Work This Inspection L . '411101 • CITY OF NEW-PORT MACH.:.-". PUBLIC WORKS DEPT. - :INSPECTORS DAILY. REPORT: Project Name Location Time � �o -fit Ci l.0 Weather. X' /-J Contractor Equipment on Job o)dL,-I!j i Men on Job Nature, Quantity, and Location of Work This 9 I A6 011 P,4 I&L 4CMZx�sr( Plans for Next Day's Work 414-C--t2 4.eo� aAd ho 4L. /,L/L I LA-4 oat AL. Inspector's Signature 4, • Date cle-e z M No. 3499 11 ProjectNam Location S.41/ Weather = 44�4j Time I Contractor Equipment on Job t v Men on Job z/i Y..'a ey) Nature, Quantify, and Location of Work This Inspection Aj i4A4,L at ZtL 44'U..... ..:.�',' rf AV� 40� ar 4zee • Inspector's -i- -.jl -.A-i " / - 9 .& 17 0 gnature Date No. 3498 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT..- INSPECTORS DAILY .REPORT .. Project Name'�� Adw ol1 LIZ Location !!L % -,A !✓. . P .. .. Time - Weather / fJ- 't -12-- '-a4 AL IL/ .. Contractor M& Equipment on Men on Job Nature, Quantity, and Location of Work This 1 Plans for Next Day's Work !ti'- e'%� -E' e • -� /! Inspector's Signature— �:�':'� --a. -� I No. 3497 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard Date Noygwber_ = ^1973. TO: N,eans and Ulrich 1629 E. Edinger Avenue Santa Ana, CA 92705 ATTENTION: SUBJECT: Replacement of Plumbing fixtures i hfront Public Restrooms -14 We are transmitting the following: No. Copies Description 3 Progress Payment Request No. 4 Remarks: Please sign the original and one copy and return to this office The third copy way be retained for your files. By: G. P. Dunigan, Jr. Copies to: Field Engineer GPD:jfd CITY OPNEWPORT BEACH - PUBLIC WORKS ARTMENT 1/72 PROGRESS PAYMENT REQUEST NO. 4 - -FOR PERIOD ENDING November 30, 1973 i PROJECT Replacement of Plumbing Fixtures in Beachfront Public Restrooms BUDGET NO. 02- 1095 -246 CONTRACT NO. 1468 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT AMOUNT COMPLETE EARNED 1. Rehabilitate Restrooms at Newport Pier, 15th Street; Balboa pier $55,700.00 ) Additive Item #1 15,700.00 ) 94% $89,330.00 Additive Item #2 16,700.00 1 i Additive Item #3 I 7,100.00 I ) 1 I i Original Contract $95,200.00 BECEI1EI Extras to Date PUBLIC WBQCS Contract to Date 95,200.00 iL DEC 11 1973 Amount Earned 89,330.00 ' ` GiY OF Less ND% Retention 4,760.00 V= Bum Less Previous Payments 61,996.50 x, , Amount Due this Request 22,573.50 I hereby certify that the above amounts and values are correct. SIGNED eid tng4nee� --� Q� 12 -12 —)3 SIGN Send payment to: Means and Ulrich 1629 E. Edinger Avenue Santa Ana, CA 92705 0- IMMEDIATE REPLY PLEASE .10 NOTE. I:ACLOSURES � ❑ REPLY NO LATER THAN ( \�\ W- To F—. Mr Pat Dunigan City of Newport Beach 3300 Newport Boulevard Newport Beach, California ME S & ULRIC e -iY�e I BUILDING 7RACTING- CONSTRU _ 1629 EAST EDINGER AVENUE „*SANTA ANA, CALIFORNIA 92708 (714) 543 -8413 "OUR 27th YEAR” . 4� SUBJECT MAT fYEftY .' J BEACHFRONT RESTROOM AL PROJECT �3„ Please find enclosed herewith:a letter received from Bowls. We have enclosed herewith their supplies letter explaining there, w for the delay in the receipt of these materials. cc: Rj�ejprt Offirp SENT DATES Sentl wh:,barul p:mk copiel with mrbon inbG. pink copy is returned with reply. RECEIVED PUBLIC WURIT- _.. ;1 V,-1. : ;nom CITY OF CALIF. n l ANSWI N s9 ident LORD- BAECOCK,Inc. 40d �.^ 1973 PLUMBinG • HEflTIIIG • InDUSTRIAL SUPPLIES MEANS !s� iLrtICH aaiN O/ ICE: 3015 LEONIS BLVD., LOS ANGELES, CALIFORNIA 90056 -587-2151 F"63.II1.Tdl�.�v�.1�� BRANCHES: BURBANK • SANTA ANA -SAN DIEGO -RIVERSIDE Nov. 26, 1973 Pacific Plbg. Co. P.O. Box 1494 Santa Ana, Calif. 92702 Attention: Fred Zech Per your request in regards to delivery of seven 2515.013 American Standard closet bowls. Our order number SA 91059 was placed on April 3, 1973 with American Standard for immediate release. American Standard china ware plants were on a labor strike July 1, 1973 to Sept. 31,1973. We were unable to recieve any china in this period of time, we have checked this order many-times between Sept. 30 and this date. I have recieved confirmation that the bowls have been made and will be packaged rjnd shipped LCL from American Standard in San Pablo, Calif. plant on Wed. Nov. 28, 1973. These bowls are being shipped LCL freight to our warehouse in Santa Ana. Expected arrival date Friday Nov. 30, 1973 or Mon. Dec. 3. LORD- BABCOCK, INC., Branch Manager WaynGGrebel ❑ IMMEDIATE REPLY PLEASE Ki NOTE ENCLOSURES ❑ REPLY NO LATER TO F G. P. Dunigan City of Newport Beach - 3300 Newport Blvd. Newport Beach, Californu,:926fi0 L- 'v MEANS & ULRICH BUILDING —CONTRACTING —CONSTRUCTION 1629 East Edinger Santa Ana,.. "hfornia 92705 a 543 -8413 AV "OUR 27th YEAR" SUBJECT cow � 'iRlrerslrRrnv�r TtF.� find enclosed herewith 2 additionA copies of ouT—,+ana As 1973 letter relative to the delaying f of the completion date on the above refe;Fcged project.`4 1, LLM:eh cc: Pro DATE I s 'iiw ?C= ANSWERED BY thiteeslgils copies with carbon intact. Pink copy is returnedwith reply ' Form iPK -1 ©Business Envelope Mfrs. Inc. ti �, - - Pearl River, Ngw Xwk a . Melrose Park, III. 8 •a QA4 MEM�6ER r ` MEANS & ULRICH ' BUILDING —CONTRACTING - CONSTRUCTION 1629 EAST EDINGER SANTA ANA. CALIFORNIA 92705 ( 714) 543.8419 June 28, 1973 Mrr. Kenneth Per `Gity.of Newport "Beach ' .3300 1ewpoK Blvd. Mewport Beach, Cal 92660 Ref: Contract 91468 Beachfront Restrooms f : Nr. Perry: ,In accordance with your recent meeting with Ken Ulrich of this firm,: we wish to confirm the following relative to the above referenced (' project. iiith.reference to the proposal of the City of Newport Beach,, we agree.:. that delaying the completion of this project until after the summer.. would be advantageous to us both. Our plumbing subcontractor -stilt lacks some materials as well as a severe shortage of qualified manpower . >- and this delay would most assuredly solve our material problem. —'. Therefore, we agree to stop all work on this project until October 1, f 1973 subject to the following conditions. (� 1) That we be allowed to complete all work underwaLy at the: Newport Pier and Fifteenth Street sites. .2) That we are paid for all materials purchased and now stored in our warehouses but not installed. 3) That we are not penalized and the contract comOletion j( date is extended for the period of time we and our C • subcontractors could not secure the required materials �J through no fault of ourselves. Trusting the above is satisfactory, we remain Yours very truly. MEANS b ULRICH." BY Larry L. Means Executive Vice President ❑ IMMEDIATE REPLY PLEASE NOTE ENCL=OSURES D REPLY NO LATER THAN To Mr. Ken Perry Assistant City Engineer City of Newport -Beach 3300 Newport4pel7:evard Newport Beau;'- California DATE N3 & ULRICH WING — CONTRACTING— CONSTRUCTION 1624 Fp# -Ana, California 92705 >r Phone 543-8413 "OUR 27th YEAR" SUBJECT CHANGE ORDER NO. 1 BEACHFRONT RESTROOM ALTERATIONS please find enclosed herewith a copy of the Change Order /fl dated July 3. 1973 and our letter of transmittal dated July 6 1973. The original signed Change Order was delivered to Mr. Dunigan in person by our secretarv. I trust the information sunulied is satiefactorv. LLMteh cc: Project Manager Y Reamr, ATE 1ECEITE1 1973110- CITY OF NEWPORT B i��1F . _ 1 " Ll ANSWERED BY Send while and pink c.,ocr with corbon inta<C Pink copy J, relom d with roPly. Form APK-1 © Business Envelope Mt {s.. Inc. Pearl Riv r :7. :� _... _r•• .. _... : . ,., .:: Y M E M B E R MEANS & ULRICH BUILDING - CONTRACTING - CONSTRUCTION 1629 EAST EDINGER SANTA ANA, CALIFORNIA 92705 (714) 543 -8413 July 6, 1973 "Our 27th Year" V We have also noted that you have entitled this delay as change order 81, although, we have previously submitted another change order 01 on this project. Would you please advise us, of the status of that proposed change order. 1 Trusting the enclosed material as amended are satisfactory, we remain Yours very truly, I MEANS h ULRICH By Larry L. Wans, Exec. Vice-President LLM/ka Enclosure 1 cc: Project Manager Mr. Benjamin Noland City Engineer City of Newport Beach l; J' 3300 Newport Blvd. Newport Beach, California Ref: Beachfront Restrooms Contract (1468 i; Mr. Noland: We are in receipt of your letter dated July 3, 1973, relative to extending the completion date on the above referenced project. Ile have noted that the change order 91 enclosed with your letter, did not include the conditions of our offer to delay the project as detailed in our letter of June 28, 1973. We have therefore, amended change order fl to include these conditions and have enclosed herewith the executed copies. We have also noted that you have entitled this delay as change order 81, although, we have previously submitted another change order 01 on this project. Would you please advise us, of the status of that proposed change order. 1 Trusting the enclosed material as amended are satisfactory, we remain Yours very truly, I MEANS h ULRICH By Larry L. Wans, Exec. Vice-President LLM/ka Enclosure 1 cc: Project Manager ❑ IMMEDIATE REPLY PLEASE ❑ NOTE ENCLOSURES ❑ REPLY NO LATER THAN MEANS & BUILDING— CONTRACTII 1629 EcO Santa Ana, California 927Q5 , _ To F Mr. G. P. Dunigan, Field Engineer City of Newport Beach Public Works Department 3300 W. Newport Blvd L Newport Beach,.47ifornia DATE-i W-1 N Y. Phone 543-0413 SUBJECT Pay . Request #3. "4% Bealc4ilsont Res'*mAlterations ehOesed herewith two (2) copies of fold the signed PAYMMMMEST #314ii�.referenced: project Ill amount of $41,829.30 LLM/ms i3y/s/Larry L. Means, Ex,ec. Vice4resident cc: Project Manager RECEM 2) AD WORKS JZ� NOV6 1973111ill - \Atill IT ut" NEWPORT- BEACH, —ANSWERED BY he and Pink copies with carbon intact. Pink copy isret urned with reply. Form #PK-I Business Envelope Mfrs. Inc. Rive,, Now York • Melrose Park, Ill. _fs7rf 0 TO: MEANS & ULRICH 1629 East Edinger Ave. Santa Ana, California 92705 (714) 543-8413 I/WE HEREBY AUTHORIZE MEANS& 460#1 TO PROCEEDWITH THE FOLLOWING: ❑ ADDITIONAL WORK FLI SEPARATE TRACT ❑ OVERTIME WORK EISPECIFICATION CHANGE 171 OTHER :SCRIBED AS: Provide the la sub contracts and -services necessary to remove the existing Concrete block top6pse drain, repair I drain and install new line for drinking fountain is directed. ABOVE WORK TO BE PERFORMED IN ACCORDANCE WITH STANDARD WITH PAYMENT ON THE FOLLOWING BASIS: COST PLUS 15% FEE ❑ NO CHANGE IN PRICE GUARANTEED MAXIMUM OF $ ❑ AGREED PRICE OF $ E] OTHER: MEANS & ULRICH, CONTRACTORS ACCEPTED: BY: /s/ Kenneth C. Ulrich TITLE: Project Manager DATE:. November 19, 1973 s/ Tom Hogan and Pat Donegan TITLE: Owners Representatives DATE: November 19,1913--h -$LTEI'�'F�K xe, ❑ IMMEDIATE REPLY PLEASE ❑ NOTE.ENCLOSURES J J C� /Y68 ME PAS & ULRICH. . ❑ REPLY NO LATER THAN.':.. BUILDf1116NTRACTING— CONSTRUCTION 1629 East Edinger Santa Ana California 92705 Phone 543 -8413 Mr. G. P. Dunigan ty of Newport Beach 3300 New . rt Boulevard Newporach, California L K ' "OUR 27th YEAR" SUBJECT ;,-PRDP05ED CHA BEACHFRW'kSTROOM ALTERATIONS ` AN anv writtan varifiratinn nr `- ANSWERED BY Sand wluryard pink copies with carbon int L i �sopy is returned with reply. - - Form NPK -1 O Business Envelope Mfrs. Inc. Pend z er,Ne York Perk, CAL W. WPRELIMINARY Coda MCivill Provedsweland Soction.4210i YOU ool. �.V AIM LENDER or ction Lender, if any 1� Y ORIGINAL CONTRAeTOR or Reputed Contractor, if.any -I ment or material) Pau" (address of person or firm furnis !no I 7�7 "hint w material . has furn'" furnish labor, services equipment or materiah'of itie follifiving general description: *rw41 ooi-6f, the labor, services, equipment or matorwl Znhhod or to be furnished) for the'bW14 structure or other work of improvement.,.�' (adtinest, or description of job site The-name of person or firm who contracted for the PUT—. chase of such labor; services, equipment or. material is: joksaft -2N (address of above person or firm) An estimate of the total price of the labor, services, equip• ment or materials furnished or to be furnished is: $ (this must be furnished to construction lender—optional a to owner or contractor) If bills are not paid in full for.bW. equlpnefit .' or materials furnished or to be Wished, the property may be subject to mechanic's liens. Date • MOW A, Z (title) aw this form 6, nseerimad by the following organisations WILD CIREDDIT ASSOCIATfOlF- _ MA IAL OEALM AfSN AT i AT 11111111w, IA: 0 E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard Date Novo' 1. 1973 TO: Means and Ulrich 1629 E. Edinger Santa Ana, CA 92705 ATTENTION: SUBJECT: t of Plumbing Fixtures in Beachfront Public Restrooms C -146 ) We are transmitting the following: No. Copies Description Remarks: 3 Progress Payment Request No. 3 Please sign the original and one copy and return to this office. The third copy may be retained for your files. By: G.P. Dunigan Copies to: Field Engineer GPD /em Ot A 1, �V, -:t- 4 IA -,k 45 4 Jr. ... ..... .. F SEC Ot MEANS & ULRIM Building - Contracting - C4111DUction 1629 East Edinger Avenue SANTA ANA, CAUFORNIA 92705 (714) 543.8413 TO THE CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, California GENTLEMEN: WE ARE SENDING YOU IN Attached ❑ Under separate cover via the following items: • Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications • Copy of letter ❑ Change order ❑ LETi -R OF IAN5IYIITTAL .PATE October 26 1973 I Joe No. " .ATTENTION G. P. Duni an NBeachfront Restro Contract No. 146 10-26-73 3 PROGRESS PAYMENT APPLICATION COPIES DATE NO. DESCRIPTION 2 10-26-73 3 PROGRESS PAYMENT APPLICATION THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted 11 As requested ❑ Returned for corrections • For review and comment ❑ • FOR BIDS DUE 19 COPY 70 Proiect Manager ❑ Resubmit copies for approval ❑ Retum corrected prints ❑ PRINTS RETURNED AFTER LOAN TO US I . n encft ro m not. as. mbd, krndy "Oft u. st Once. . . ` r cloo MEANS & ULRICH 1629 East Edinger Avenue Santa Ana, California 9270 (714) 543-8413 State License #193343 PROJECT: * ALTERATIONS & REPAIRS UFRNT RESTROOMS 6 BeacTTrontSites Newport Beach, California Contract #1468 PAYMENT REQUEST NUMBER 3 For the Period 11 26/73 Incl ITEM AMOUNT PREVIOUS THIS COMPLETED % - - — — ------ 1. Project Overhead & Bond $ 4,600.00j 1,840.00 2,070.00 3-910.00 85___� 2. Demolition Work 6,000.00 1,200.00 4,800.00 6,000.00 100 3. Pre-Cast Concrete Panels 12,000.00 7,800.00 4,200.00 12,000.00 100 4. Concrete Work 2,000.00 300.00. 1,600.00 1,800.00 90`` 5. Carpentry Work 5,000.00 1,500.00 4,500.00 5,000.00 100.' 6._ Masong Work 750.00 - O 7. Misc.-Steel Work 1,350.00 202.00 1.148.00 11350.00 100 8. Sheet Metal Work 1,200.00 156.00 564.00 720.00 60 9. Lathing & Plastering 1,500.00 - 1,125.00 1,125.00 75 10. Ceramic Tile 2,200.00 440.00 880.00 1,320.00 60 11. Painting 1,600.00 320.00 240.00 560.00 35' 12. Finish Hardware �1000 �00 1, 00.00-LML" .13. Plumbing Work --- ------- 52,000.00 7�8 K,VQ_ 23,400.00 31.200.00 60 ,14 Electric Work 2,000.00 . .200.00. 1.4400.00 1 600.00 80 15. Landscaping air 500*00 500.00 500.00 100, 16 Final Cleaning 1,000.00 150 O0 _. isn nn ion-on. -L3a- ORIGINAL CONTRACT $95,200.00 $22,408.00 $47,577.00 $68,885.00 722 CHANGE ORDER 1A j PENDING CHANGE ORDER 1B j PENDING --- ----- ------ Z. 7 REVISED CONTRACT i L I hereby certify that the above estimates of value of materials and labor performed are correct. �'9NS &,,ULRI Z E"u' , , E xecuti ;4 Vice Pres TOTAL COMPLETED TO DATE $68,885.00 LESS 10% TO BE RETAINED $6,888.50. TOTAL PAYMENTS EARNED $61,996.50.-_ LESS PREVIOUS PAYMENTS $20,167.20 AMOUNT DUE THIS REQUEST $41,829.30 MEANS & ULRICH Y PROJECT: ALTERATIONS & REPAIRS 1629 East Edinger Avenue EACHFRONT RESTROOMS Santa Ana, California 92705 6 Beachfront Sites (714) 543 -8413 Newport Beach, California Contract #1468 �a PAYMENT REQUEST NUMBER 3 State License #193343 For the Period from 6/15/73 to 10/26/73 Incl ITEM AMOUNT PREVIOUS LS.TIMA�T -_.__. THIS - COMPLETED - - -- 1. Project Overhead & Bond $ 4,600.00 1,840.00 2,070.00 3,910.00 85 ...2. -_�- Demolition Work 6,000.00 12 000.00 II 2,000.00 1,200.00 `7,800.00 30_0.00 4,800.00 6,000.00 100 3. v 4. Pre-Cast Concrete Panels_ Concrete Work - - 4,200.00 1,600.00 12,000.00 1,800.00 100 _ 90 5. Carpenter Work _ 5,000.00 _ 1,500 _00 _ _ 4,500.00 5,000.00 100_ 6. Masonry Work 750.00 - 0 7. Misc. Steel Work - 1,350.00 _- 202.00 1,14-8-0-0- 1,350.00 100 8. Sheet Metal Work 1,200.00 156.0.0 564.00 720.00 60 9. _ Lathing & Plastering -�� 1,500.00 - - _ 1,125.00 1,125.00 75 10._ 11. Ceramic Tile _ Painting-� 2,2_00.00 - 1,600.00 - 440 .000 320.00 -- 880.00 240.00 `1,320.00 560.00 60 35 12. _ Finish Hardware 1 500.00 50o,.oQ, 1 oo.00 1. 500.00 13. __ Plumbing Work _ --- _ - 52,000.00 - 7 ;800,.Qg _.- 23. 400.00 31,200.00 .--6.Q- 14. fV15. Electric Work Landscaping Repair - ,- 2,000.00 500.00 200.00 - - - _ 1.400.00 500.00 ` 1,600.00 500.00 80 100 16. Final Cleaning 1,000.00 1-,o no_ 1 sn nn no ORIGINAL CONTRACT $95,200.00 $22,408.00 $47,577.001 $68,885.00 72% CHANGE ORDER 1A i PENDING CHANGE ORDER 1B ' PENDING REVISED CONTRACT I hereby certify that the above estimates of value of materials and labor performed are correct. AS & LRI Executixi: Vice Preside TOTAL COMPLETED TO DATE $68,885.00 LESS 10% TO BE RETAINED $6,888.50 TOTAL PAYMENTS EARNED $61,996.50 LESS PREVIOUS PAYMENTS $20,167.20 AMOUNT DUE THIS REQUEST $41,829.30 to TO: CITY COUNCIL FROM: Public Works Department 0 July 9, 1973 CITY COUNCIL AGENDA ITEM NO. H -2 (n) SUBJECT: REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS (CONTRACT 1468) RECOMMENDATIONS: Adopt a resolution approving an amendment to Contract No. 1468 with Means & Ulrich, extending the date of completion to October 31, 1973; and authorizing the Mayor and City Clerk to execute the amended contract. DISCUSSION: On February 26, 1973 the City Council awarded the subject con- tract to Means & Ulrich. The estimated date of completion was June 5, 1973 The contract date of completion was July 19, 1973. Because of inability to obtain the necessary materials, and a shortage of plumbers caused by the activity in commercial building projects, the contractor has fallen behind on the schedule of work. To date only the Newport Pier public restroom has been completed. The number of people using the public restrooms at this time of year makes it undesirable to take any of the remaining restrooms out of service. Balancing the inconvenience to the public and the expense to the contractor in attempting to finish the contract during the summer season against the inconvenience to the City in maintaining the five deteriorating restrooms through the rest of the summer, it is the staff's recommendation that the contract should be extended. APPROVED BY CITY COUNCIL DATE JUL 9 1973 J seph Ti evlin P lic Wo s Director P:hh 4k +0_d lrlF CITY XWPORT BEACH- PUBLIC WORKS AMEN 0 70 PROGRESS PAYMENT REQUEST NO. 1 FOR PERIOD ENDI PROJECT Reelacesant of Plumbing Fixtures in Beach front Public BUDGET NO. 02 -1095 -246 CONTRACT NO. . Aprii 306 1973 1468 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCE COMPLETE AMOUNT EARNED Base .'U I O Send pkmnt Bid Rehabilitate Restrom at Newport Pier \ 1629 E. Edinger A N 15th Stmt. Balboa Pier $55.700.00 13.11' $7e302.00 Addit Itm No. 1 156700.00 0 0 AddiVve Item No. 2 16,700.00 0 0 Addit Item No. 3 7.1w.00 0 0 Total Arrant Earned :7.302.00 *See breAdwn by Contrattor. dated 4/25/1973 Original Contract $959200.00 Extras to Date 0.00 Contract to Date 950200.00 Amount Earned 7s302.00 Less 10% Retention 730.20 Less Previous Payments 0.00 Amount Due this Request 60571.80 I hereby certify that the aboveyamoo SIGNED Sants Ana. CA 92705 and values are correct SIGNED </'­MEA S Project Engineer � M5--? =)3 La r an �� Exec ve Vice President O .'U I O Send pkmnt NEVJPCALIFEACM, ?OR /' Means i Ulrich 'Q \ 1629 E. Edinger A N Sants Ana. CA 92705 and values are correct SIGNED </'­MEA S Project Engineer � M5--? =)3 La r an �� Exec ve Vice President f EE SMITH & COMPANY ' . UNITED PACIFIC % RELIANCE INSURANCE COMPANIES TACOMA, WASHINGTON CERTIFICATE OF INSURANCE to Effect on Date of This Certificate IN LIEU OF PREVIOUS CERTIFICATE ISSUED 3 -51773 This is to certify that the policy described below has been issued by the UNITED PACIFIC INSURANCE COMPANY or RELIANCE INSURANCE COMPANY, as insurer, only to the Insured named below. Any requirements or any provisions in contracts or agreements between the Insured and any other person, firm or corporation shall not enlarge, alter or amend the definition of Insured or any of the terms, conditions, exclusions, or limitations of the policy described below. That policy, subject to all of its limitations of liability, coverages, hazards, exclusions, provisions, conditions and other terms, is in full force and effect as of the date this certificate was issued. Name of Insured MEANS & ULRICH SINGLE LIMIT PLAN Bodily Injury Liability Automobile $ Each Occurrence Property Damage liability Other than Automobile $ Each Occurrence $ Aggregate In accordance with the above, the captioned policy insures the liability of the Insured named above arising from (1) operations by or on behalf of the Insured, or (21 premises or property used by or on behalf of the Insured in connection with such operations; subject, however, to all the provisions, exclusions and limitations of the policy. JOB. REPLACEMENT OF PLUMBING FIXTURES IN BEACHFRONT PUBLIC RESTROOMS (CONTRACT #1468) The policy provides, under the Insuring Agreements, contractual liability coverage with respect to any contract or agreement wholly in writing. Such contractual coverage is subject to all the exclusions, conditions and other provisions of the policy. (SEE REVERSE) NOTICE This certificate is issued as a matter of information only and, as such, neither affords any insurance nor confers any rights upon the holder. It neither affirmatively nor negatively amends, extends or alters the coverage afforded by the policy identified above. Except as specifically provided for in this certificate, United Pacific Insurance Company or Reliance Insurance Company has no duty to notify the party to whom this certificate is addressed as to any changes or cancellation of the policy and shall not be responsible for any failure to do so. THE CITY OF NEWPORT BEACH IS NAMED AS AN ADDITIONAL INSURED AS RESPECTS THIS JOB. Date APRIL 4, 1973 To CITY OF NEWPORT BEACH CITY HALL, 3300 NEWPORT BLVD. 5 / Address NEWPORT BEACH, CALIFORNIA Countersigned by AUTHOPIZEO REItAM TATIV.EZ--, L -3351 9-72 - 04594 3.72 1629 EAST EDINGER STREET Address of Insured SANTA ANA, CALIFORNIA Policy Number LP 9- 28 -28 -63 Effective 2 -1,73 Expires 2-1 -74 COVERAGES I LIMITS Of LIABILITY MULTIPLE LIMIT PUN: Bodily Injury Automobile $ 300,000. Each Person $ 500,000, Each Occurrence Liability Other than Automobile $ Each Person $ 500, 000, Each Occurrence $ 500, 000; Aggregate Products Hazard and Completed Operations Hazard Property Damage Automobile $ 100,000, Each Occurrence Liability Other than Automobile $ 500,000. Each Occurrence $ 500,000. Aggregate SINGLE LIMIT PLAN Bodily Injury Liability Automobile $ Each Occurrence Property Damage liability Other than Automobile $ Each Occurrence $ Aggregate In accordance with the above, the captioned policy insures the liability of the Insured named above arising from (1) operations by or on behalf of the Insured, or (21 premises or property used by or on behalf of the Insured in connection with such operations; subject, however, to all the provisions, exclusions and limitations of the policy. JOB. REPLACEMENT OF PLUMBING FIXTURES IN BEACHFRONT PUBLIC RESTROOMS (CONTRACT #1468) The policy provides, under the Insuring Agreements, contractual liability coverage with respect to any contract or agreement wholly in writing. Such contractual coverage is subject to all the exclusions, conditions and other provisions of the policy. (SEE REVERSE) NOTICE This certificate is issued as a matter of information only and, as such, neither affords any insurance nor confers any rights upon the holder. It neither affirmatively nor negatively amends, extends or alters the coverage afforded by the policy identified above. Except as specifically provided for in this certificate, United Pacific Insurance Company or Reliance Insurance Company has no duty to notify the party to whom this certificate is addressed as to any changes or cancellation of the policy and shall not be responsible for any failure to do so. THE CITY OF NEWPORT BEACH IS NAMED AS AN ADDITIONAL INSURED AS RESPECTS THIS JOB. Date APRIL 4, 1973 To CITY OF NEWPORT BEACH CITY HALL, 3300 NEWPORT BLVD. 5 / Address NEWPORT BEACH, CALIFORNIA Countersigned by AUTHOPIZEO REItAM TATIV.EZ--, L -3351 9-72 - 04594 3.72 M a 41'30VURAOO NI NOIIORQH2I NO NOIIV'I'IHONVO HORS 30 30IION NHIIINM aRSHISIOHx V 30 VItaloalwo HOVHq I)IOdMHN `TIVH AIIO `HOVH>; IIIOdMHN 30 I.IIO HHI 30 xNH'IO X110 HHI Aq IdIHOH)I IIH.i3V SBVQ (01) NHI 'IIINR HSdV'I OI QHMO'IgV AOI'IOd HHI IION `QHONVHO AgIVI'IHIVW `QH'I'IHONVO H8 ION AVW S21AM HIVOIAII)IHO SIHI HOIHM 01 7DIWd HHI IVHI Q3211I0V QNV QOOISNHQNR MHH21HH SI II,, ^c • * LEE SMITH & COMPANY ADDITIONAL INSURED ENDORSEMENT (Operations Let or Sublet to Designated Contractor) ENDORSEMENT NO. 4 If this endorsement is issued concurrently with the policy. the Attaching Clause need not be completed. Effective Date Insured Additional Premium Issued by Co. No. Company Numbers 3 -5 -73 MEANS & ULRICH $ -- 6 1 = Reliance Insurance Company 6 = United Paci {rc Insurance Company Attached to and forming pan of Policy No. Count igned by (Authori Representative) Return Premium Premium LP 9- 28 -28 -63 .019 $ -- ® to a dit All terms and conditions of the policy rerbain unchanged except as amended by this endorsement. Such insurance as is afforded by this endorsement applies only with respect to: 1. Named Insured 2. Address of Named Insured SCHEDULE CITY OF NEWPORT BEACH CITY HALL 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA 3. Description of Covered Operations REPLACEMENT OF PLUMBING FIXTURES IN BEACH -FRONT PUBLIC RESTROOMS (CONTRACT #1468) 4. Designated Contractor MEANS & ULRICH, A CALIFORNIA CORPORATION 1629 EAST EDINGER STREET 5. Contractor's Address SANTA ANA, CALIFORNIA The insurance afforded is only with respect to such and m many of the following coverages as are indicated by insertion of the limit of the Company's liability opposite the coverage. The limit of the Company's liability for each such coverage shall be as stated herein, subject to the terms of this endorsement having reference thereto. COVERAGES LIMITS OF LIABILITY MULTIPLE LIMIT PLAN: EACH.00CURRENCE AGGREGATE Bodily Injury Liability $ 500,000. Property Damage Liability S 500,000. $ 5000000. SINGLE LIMIT PLAN: Bodily Injury Liability and Pronerty Daman 1. iahilim A A Classification of Operations Code No. Premium Base Cost Rates per $100 of Cost Estimated Premium BI PD BI PD CONSTRUCTION OPERATIONS - CONTRACTOR 0514 BY AUDIT .030 .019 BY AUDIT Total Estimated Premium $ BY AIIDIT Check here if the following provision is applicable: The person or organization designated as the Contractor has undertaken to pay the premium for this endorsement and shall be entitled to receive any return premiums which may become payable under the terms of this endorsement. [See Reverse Side for other Provisions Applying to this Endorsement) RMimaL4 [J {73 CLP -112 3 -72 I. COVERAGE A — BODILY INJURY LIABILITY COVERAGE B — PROPERTY DAMAGE LIABILITY The company will pay on behalf of the Insured all sums which the Insured shall become legally obligated to pay as damages because of Coverage A. Bodily Injury or Coverage B. Property Damage to which this endorsement applies, caused by an Occurrence and arising out of (1) operations performed for the Named Insured by the contractor designated in the schedule at the location designated therein or (2) acts or omissions of the Named Insured in connection with his general supervision of such operations, and the company shall have the right and duty to defend any suit against the Insured seeking damages on account of such Bodily Injury or Property Damage even if any of the allegations of the suit are groundless, false or fraudulent, and may make such investigation and settlement of any claim or suit as it deems expedient, but the company shall not be obligated to pay any claim or judgment or to defend any suit after the applicable limit of the company's liability has been exhausted by payment of judgments or settlements. Exclusions. This endorsement does not apply: (a) to liability assumed by the Insured under any contract or agreement except an Incidehtal Contract; but this exclusion does not apply to a warranty that work performed by the designated contractor will be done in a workmanlike manner; (b) to Bodily Injury or Property Damage occurring after (1) all work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the Named Insured at the site of the covered operations has been completed or (2) that portion of the designated contractor's work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. (c) to Bodily Injury or Property Damage arising out of any act or omission of the Named Insured or any of his employees, other than general supervision of work performed for the Named Insured by the designated contractor; (d) to any obligation for which the Insured or any carrier as his insurer may be held liable under any workmen's compensation, unemployment compensation or disability benefits law, or under any similar law; (e) to Bodily Injury to any employee of the Insured arising out of and in the course of his employment by the Insured; but this exclusion does not apply to liability assumed by the Insured under an Incidental Contract; (f) to Property Damage to (1) property owned or occupied by or rented to the Insured, (2) property used by the Insured, (3) property in the care, custody or control of the Insured, or any of his empbyees, -or as to which the Insured or any of his employees is for any purpose exercising physical control, or (4) Work performed for the Insured by the designated contractor; (g) to Bodily Injury or Property Damage due to War, with respect to (1) liability assumed by the Insured under an Incidental Contract, or (2) expenses for first aid under the Supplementary Payments provision of the policy. (h) to Property Damage arising out of any substance or material released or discharged from any Aircraft. (i) to Bodily Injury or Property Damage arising out of any professional services of an architect, engineer, or surveyor performed by or for an Insured including (1) the preparation or approval of, maps, plans, opinions, reports, surveys, designs or specifications and (2) supervisory, inspection or engineering services. (j) to Bodily Injury or Property Damage arising out of the discharge, dispersal, release or escape of smoke, vapors, soot, fumes, acids, alkalies, toxic chemicals, liquids or gases, waste materials or other irritants, contaminants or pollutants into or upon land, the atmosphere or any water course or body of water; but this exclusion does not apply if such discharge, dispersal, release or escape is sudden or accidental; (k) to the lass of use of tangible property which hes not been physically injured or destroyed resulting from: (1) a delay in lack of performance by or in behalf of the Named Insured of a contract or agreement, or (2) the failure of the Named Insured's Products or Work performed by or on behalf of the Named Insured to meet the level of performance, quality, fitness or durability warranted or represented by the Named Insured; But this exclusion (k) does not apply to loss of use of other tangible property resulting from the sudden and accidental physical injury to or destruction of the Named Insured's Products or Work performed by or on behalf of the Named Insured after such products or work have been put to use by any person or organization other than an Insured. None of the exclusions of the policy to which this endorsement is attached-apply to the insurance afforded by this endorsement except exclusions and definitions applicable to the hazards of nuclear energy and other hazards related thereto. 11. PERSONS INSURED Each of the following is an Insured under this endorsement to the extent set forth below: (a) if the Named Insured designated in the schedule is an individual, the person so designated; (b) if the Named Insured designated in the schedule is a partnership or joint venture, the partnership or joint venture so designated and any partner or member thereof but only with respect to his liability as such; (c) if the Named Insured designated in the schedule is other than an individual, partnership or joint venture, the organization so designated and any executive officer, director or stockholder thereof while acting within the scope of his duties as such; and (d) any person (other than an employee of the Named Insured) or organization while acting as real estate manager for the Named Insured. 111. ADDITIONAL DEFINITIONS "Incidental Contract" means any written (1) lease of premises, (2) easement agreement, except in connection with construction or demolition operations on or adjacent to a railroad, (3) undertaking to indemnify a municipality required by municipal ordinance, except in connection with work for the municipality, (4) sidetrack agreement, or (5) Elevator maintenance agreement; When used in reference to this insurance "Work" includes materials, parts and equipment furnished in connection therewith. .When used as a premium basis: "Cost" means the total Cost to the Named Insured with respect to operations performed for the Named Insured during the endorsement period by independent contractors of all Work let or sublet in connection with each specific project, including the cost of all labor, materials and equipment furnished, used or delivered for -use in the execution of such Work, whether furnished by the owner, contractor or subcontractor, including all fees, allowances, bonuses or commissions made, paid or due. IV. ENDORSEMENT PERIOD This endorsement applies only to Occurrences happening on or after the effective date hereof and during the policy period. of . I - CO 1 0.10- 11 t 9 71, 1 616� r.E KEY *111tYiGE C*Sft mom, caw"1111110 "M AO 'DEPT, 'ATE // �lC 19_.i � e -, . of — _ --- G: I iA —A i .. KEEP THIS SLIP FOR REFERENCE Codify'. 5533 .. r SOLD BY CASH I C.O.D. CHARGE ON ACC'7 I MOSS. REID. I PAID OUT _ Y OUAN. DESCRIPTION - - -PMCC' - AMPUNT a Z 3 a d 5 f 6 7 + t op 8 9 10 11 12 13 44 CUSTOMER'S ORDER NO. G: I iA —A i .. KEEP THIS SLIP FOR REFERENCE Codify'. 5533 .. r F. T. ANDREWS INC • CONSULTING ENGINEERS • TELEPHONE area code 714.525 -1112 1343 West Valencia Drive • Fullerton. California 92633 October 24, 1973 INVOICE CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, CA 92660 Attention: Mr. Kenn Perry Contrac #1478 For professional mec heal engineering the inspection, shop drawings, checking system for the Newport Beach City Restri of June 25, 1973 thru October 11, 1973. Terms: Net FTA Job #72 -51 services rendered in connection with and coordination of the plumbing )om Rehabilitation for the period RATE HOURS TOTAL Eng/Designer T. Puckett $20.00 3.5 $ 70.00 Architectural Services D. Brown $20.00 8.5 $ 170.00 INVOICE TOTAL t $ 240.00 Prior Billing MAK- L nNfvV 1 $5,923.75 Total Billed $7,177-7-r5 Paid to 10/11/73 ��(���o° ,/ $5,923.75 BALANCE DUE $__240 00 Thank you- F. T. ANDREWS, INC. 0 !u!�,oi� ❑ IMMEDIATE REPLY PLEASE ❑ NOTE ENCLOSURES ❑ REPLY NO LATER THAN _ TQ FMr. Kenneth L. Perry Assistant City Engineer City of Newport Beach 3300 Newport Boulevard Newport Beach, California L DATE MEA1IS & ULRICH BUILDING qjp�WRACtING — CONSTRUCTION 1629 East Edinger Santa Ana, CaliPorrtio 92705 '" Phone 543 -8413 "OUR 27th YEAR" SUBJECT CONTRACT NO. 1468 JVVAPU VDnWT VI?QTRIUIM AA'PRRATTfW.R ofd 1973 memo we are encTA *_h 2 additional quotation dated June 7, 1973. Please note that i. No. 1, we have never received a signed and /or ap dated July 3 1973 and signed b Vj n July 6 1 pletion date of the contract and lWadditional Order by us. LLM:eh cc: Project Manager ,SENT B•YA- or our ion to copy of - -- 1973 1;15 DFFIC6 CAnJ Fiat" OCT'> DIP YJ C11 (rnPY 6F 11- , CJ.,AJ .9 l)t311 CI �USO MMPORT BEACH. `Iou 00 JIJLY 61 1973. SG5W 0S A C*PY c F bend while and pink copies with carbon intact. Pink copy is rot~ — If6'reply. 21, ge Order No.l in the com- on n -a • -- ANSWERED. @Y Dywr� y- f 'Form ►PK-1 © Business Envelope Mfrs. Pend River -New York. • Melrose Park, 6 BEACH RESTROOM RECHA.BICL,ITATIOII - NEWPDXf BE CE, CALIFORVIA F.T. ANDREWS, IN ". Consulting Engineers 1343 West Valencia Drive, Fullerton, California 626-1112 D. M. BROWN AIA Archit -ect 1720 West La. Palma, Anaheim, California 533 -1205. MEANS 9- ULRIC{ General. Contractors 543 --8413 1629.East Edinger, Santa P_na, California: CONSIDERED CHANGE I3av 16, 1973 The following changes are Considered and Cos`k- 'Proposals are requested, With acceptance b Owner; a CHI NTG ORDER w *ill' be issued to m � modify the Contract .Documents. TOILET ROOM ACCESSORIES The aitached drawing C1. describes the requirements for :Pu.rnishing and installing accessories in each of the. restroom facilities. COST-PROPOSAL ADD J _ _ ($ -� -) NEWPORT.PIER - Enclosure doors (Re.fereTU:e sheet A3) On the MENS side of this facility, three toilet enclosure door units shall be provided and installed as shoran by drawings. COST 'PROPOSAL ADD �. ...__ ( A An. NEWPORT PIER -Water service (reference sheet P2) The described wate- service line, arprox. 70' in length as shown bydrawings and the related work of install ;,.'tion, Saw cutting of concrete, installation of drinking j'ounta_in, ins!:alla:tien of pipe, and the replacement of concrete, shall be d eted from cntract o Work as the installation of ser. ,74CC to the ,:oint of co?i,:_ec:tion of copper pipe has been completed by the Ow7ner prior to the start of work under this contract. COST-PROPOSAL DEDUCT The above cost amounts reflect the differences to be ADDED or DEDUCTED from the Contract Sum for the various Consiidered Changes should the Owner accept any or, all of the items proposed. MEANS E ULRICI' by arrq L.ae, Date T.... General Contractors 4fteciv V eeident 7 1 ^,�3 644 MEMBER C� MEANS & ULRICH .. BUILDING - CONTRACTING - CONSTRUCTION 1629 EAST EDINGER SANTA ANA. CALIFORNIA 92705 17141 543 -8413 October 16, 1973 "OUR 27th YEAR" Mr. Fred Zech Pacific Plumbing Company of Santa Ana 615 East Washington Santa Ana, California Ref: Beach Front Restrooms Newport Beach, Calif. Mr. Zech: In accordance with our recent telephone conversation and messages to your office, we wish to confirm the follow- ing relative to the above referenced project. The City of Newport Beach has been extremely displeased with your progress on this project. We find we must agree that your present man power, consisting of one plumber, has fallen behind and has caused a serious delay in our already tight schedule.. We respectfully request that you review this project and assign additional man power immediately to avoid further delays and penalties. Trusting your prompt attention, we remain Yours very truly, MEANS & ULRICH By Larry L. Means Executive Vice President LLM:eh ,opr -,,, Pr4ect Manager J,,-.c`c: Mr. Dunigan <- J BUILDING SOUTHERN,CALIFID )A SINCE 19461 M41L_ "WED � *WWKS OCT} ; i973b- - 7. III -Wpp �EACq 0 CITY OF NEWPORT BEACH • REQUEST FOR FUNDS October S. 1973 TO: FINANCE DIRECTOR FROM: Public Works Department SUBJECT: REQUEST FOR FUNDS -- CONTRACT 1486 (Replacement of Pluming Fixtures in Beach Front Public Restrooms) Request for additional funds, $7,000.00 Funds are not available in the current budget. Additional appropriation to Account x"02- 1095 -246 is requested. Additional funds are needed for: 1. Requested Change Order No. 1 to provide toilet room accessories that were not included on original plans. 2. Contingencies not foreseeable at this time. RE ;:1PITULATI ON : Contract C. 0. No. 1 Request Supervision and Plans $95,200.00 4,800.00 6,400.OU Total Project (No Contingencies) $106,400.00 1972 -73 Appropriation $106,400.00 Expended - 26,187.59 Encumbered (73 -74) 75,509.05 Returned to surplus $ 4,701.36 REQUESTED BUDGET AMENDMENT Total Project (Flo t/ontingencies) $106.400.00 Expended 26-08.92-59 ,- Obligated (if C. 0. Approved) A iw 1 a� Encumbered 75 509.05 Deficit $`4x701.36 Approx. 2.8% Contingencies (on $80.810.41 Obligated) $ 2,298.64 $ 7,000.00 APPROVED: partmel Head) �nt a City pager nance uIrector i t. ;.> to) ❑ IMMEDIATE REPLY PLEASE 0 NOTE ENCLOSURES IKAJAG & ULRICH REPLY NO LATER THAN ONTRACTING— CONSTRUCTION [I 1629 East Edinger C--&— A-- 097i%C ta� above referenced our Toilet Room Accessories immediately if we are to avoid a�,.-Relavr in their receipt. According to our records, you have never advised ua.AP= are Roing to accept our Change Order #1A quotation which included this i erwvirk will be appreciated. an LLM/ms L S, Yx c. Vice AT L. According to our records we did not rece� 'V'00'?, UP the quotation. We request that a copy be 1� 9 C4.1 "4 forwarded for our consideration. I A ANSWERED Send white and pink topics with carbon intact. Pink ropy is returned with reply. Far. DA���P" P'arV River, New York - MeIrsai F. T. Andrews, Inc. 1343 West Valencia Drive' Fullerton* California 92531 Attention: Mr. Frank David 1, 4$�-: Subject. Beach Front public ftstrAm (Contract 1468) July 2. 1973 Gentlem. "rding rehabilitation of the beach fftnt public restrami a,pmblm has arisen regarding connecting fresh water piping, 49 Us Meals In cues where the urinals are wonted an new forradVOIS. The problem is that there are slip joints behind the wall and no my to make up the connections after the urinals areftonted. It is requested that detall.F/Pl on the plans be reviewed, and suggestions made as to how the plabing can be connected. If there are any questions, please call.me. Very truly Purse M004th L. " AM%$mtWt City Engineer KLP:Jfd PUBLIC M►OR DEP *ENT City of N A port Beach N0. I INIT. DATEIACTION 1. Handle DIREC70R Review and Comment 2. - 7. SST. P. W. DIRECTOR 3. Information 8: Prepare Reply UTILITY SUPE TE D NT File 9. Post on Atlas Map 5. TRAFFIC ENGINEER 10. For your Approval ADMINISTRIATIVE ASST. ASST. CITY GIN ER DESIGN ENGINEER SUBDIVIS ENGINEER CO-OP PROJECTS EGN R F ELD ENGINEER SECRETARY rLtA3t 1. Handle 6. Review and Comment 2. See P.W.D. 7. Prepare Written Report 3. Information 8: Prepare Reply 4. File 9. Post on Atlas Map 5. Signature 10. For your Approval REMARKS: n 0 0 . .. .. ..... -4-4 �--'---C -4c 04� d76 ........... 4z 1 - i 7 171 Cc ���` _oJJ vu All- TO: U Q MAYOR 0 COUNCIL Q MANAGER Q ATTORNEY Q BUILDING Q CITY CLERK Q FINANCE Q FIRE Q GEN. SERVICES a HARBOR & TIDELANDS r7 LIBRARY Q MARINA PARK Q MARINE SAFETY Q PARKS & REC. PERSONNEL Q PLANNING Q POLICE Q PUBLIC WORKS PURCHASING Q TRAFFIC FOR :Q ACTION & DISPOSITION ,fie % • i a: ota M E M B E R MEANS & ULMCH BUILDING - CONTRACTING - CONSTRUCTION 1629 EAST EDINGER SANTA ANA CALIFORNIA 92705 413 RECEIVED PUBLIC WORKS JUN151973s.; CITY OF NEWPORT BEACH, / �CALIF,� Mr. Benjamin B. Nowland City Engineer City of Newport Beach 3300 Newport Boulevard Newport Beach, California June 14, 1973 "Our 27th Year" Ref: Beachfront Restrooms Contract # 1468 Mr. Nowland: In accordance with our telephone conversation of today, I wish to confirm the following relative to the above referenced project and also as a reply to a letter received today from a Mr. G. P. Dunigan, Jr., a Field Engineer with the City of Newport Beach. To begin, I find myself in a peculiar situation of defending, at your request, myself and my firm against the obviously distorted and false allegations contained in the subject letter. As I mentioned today, I previously have had conversations and correspondence with Mr. Kenneth Perry, the Project Engineer for this contract, relative to the status of this project, the reasons for the delay in the starting of work on the remaining five sites and about the mis- conduct of a city employee. My last conversation with Mr. Perry was on the afternoon of June 7, 1973 and was confirmed in detail by my letter of June 8, 1973. After the award of this contract we were advised that Mr. Perry was assigned to the project as the coordinator and I have so directed all my correspondence, payment applications, request for color selections and all other matters relative thereto. The cause for the delay in completing the project as previously reported is the availability of the plumbing fixtures, the special drinking fountains and the special hardware for the toilet partitions and is not due to lack of per- formance on our or our subcontractors part. Anyone familiar with the project and the work completed at the Newport Pier site can verify that we have made every effort to speed up the project by installing temporary materials even though we will double our labor cost re- installing the final new and as specified parts and hardware at a later date. BUILDING SOUTHERN CALIFORNIA SINCE 1946 Mr. Benjamin B. Nowland June 14, 1973 page 2 Pending our receipt of the remaining fixtures and partition hardware, we will have all the remaining five sites completed within four to five weeks from this date. This means that the actual construction time will be considerably less than the 105 days originally allowed. Without the personalities involved and based solely on the facts, I think it is obvious to all that the letter prepared by Mr. Dunigan was not warranted nor a true and factual report on the status of the project. I am sure Mr. Dunigan has just been trying to do his job however, his letter and personal attacks against my firm, my office staff and myself have severely and unjustly damaged our reputation. It is therefore, our request that a letter from a representative of the City of Newport Beach be directed toward my Bonding Company, your City Attorney, your City Manager and any other party or parties that received a copy of the subject letter , correcting any misinformation or misunder- standings relative to our performance of this contract. Trusting the information provided herein is satisfactory, we remain Yours very truly, MEANS & UL LLMjka cc: Robert L. Wynn, City Manager Dennis O'Neil, City Attorney American Insurance Company , Executive vice A,,J tpq- -- ----------- ------ _rLa Vlk 76 . ...... ........ ----- -- - - ----- IA . ...... ... r `Y April 24, 1973 Cwininq Laboratories of cSouff E eufi fovz ia, uliC PC, BOX 4? , 33!6 AIRPORT WAY . LONG BEACH CALIF. 40801. {213 4263355 • (213 6362386 (Y SRANCN G -0FICES' ISH.D NmM Ha.m�Sr.ee. N +r Oetl.ucrne T.Hm, Seine Ana C.:4—o: d VIS5 Redd. A-< PO Bart/ .2M5 I 4 W., N-1, Ce11, e0801 I23) 6303386 Means S Ulrich Attn: Mr. Ken Ulrich Examination: SC73-2590 COMPRESSION TESTS ON CONCRETE CYLINDERS 1629 E. Edinger Santa Ana, California 92705 PROJECT NEWPORT BEACH RESTROOMS REHABILITATION e ADDRESS Six locations in City of Newport Beach SAMPLE FROM Toilet Partition precast panels ARCHITECT CONTRACTOR F. T. Andrews, Inc. Means t Ulrich ENOINEER SUBCONTRACTOR - Frank David - Same - SPECIFIED MIX 5.8 sk. - 3/4" Rock Max. STRENGTH 2,500 psi DATE CAST 3-27 -73 SLUMP DATE TESTED 4 -24 -73 C-r 00 9 � � CYLINDER NO. Cacti COMPRESSION 28 -Day Q. vQQQ�OR �1 TOTAL LOAD, LBS. 92,000 POUNDS PER SO. IN. 3,255 / Ci COMPLIANCE CYLINDERS 28 -day test compiles with specifications. MADE BY DELIVERED BY RECEIVED ON Contractor Dave DISTRIBUTION: Means s Ulrich - 2 F. T. Andrews, Inc. Attn: Frank David 1343 W.Valencla Dr., Fullerton 92633 Newport Beach Bldg. Dept. ) Attn: Mr. Ken Perry 3300 Newport Blvd., NO 92660 �/Gfr3� -.rte ALL REPORTS ARE SUBMITTED AS THE CONFIDENTIAL PROPERTY OF CLIENTS. AUTHORIZATION FOB PUOLICATION OF, TRACTS FROM OR REGARDING THEM IS RESERVED PENDING OUR WRITTEN APPROVAL AS A MUTUAL PBOTLCTFON YO t( 330-12 4-4 -73 s e April 3, 1973 Means 3 Ulrich 1629 E. Edinger AMIA Santa Ana, G 92705 Subject: Mpltcemant of Plumb Pfxtures in Beach front Public Restrooms (Contract 1458) Gentleman: This litter will serve as a "so to proceed with the construction in accordance with the contri t documents, The cagtract provides that all work shalt be completed within i06 dqs from the dote of this notice, To confirm Items that wart discussed at a pro- construction meeting held on Hard► 190 1973: 1. Them is a delay in obtaining materials. Fabrication of toilet roe partitions will co m once /wdiately in the contractor's yard. Construction at the restrooms will commence the day attar Easter, Monday, April 23, 1979. 2. All contract administration will be handled by LM Public Works Department. Than wilt not be a fill time inspector assigned to the project. Request for inspection shall be made to the Public Works Depart- mart, 673 -21109 extension 271, The City will use F. T, Andrews office to answer technical questions and make occasional fieid inspections. 3. The requirament of a building permit has been waived by the Building Department, 4. Three sets of keys to the restron buildings have been Vivo to Nr. Zed: of Pacific Plumbing. Contractor's vehicles that Nor distinctive markings and which are necessary to the work will N allowed to park: a. On the sidewalk adjacent to the restroom at the Newport Pier and at iSth Street. b. On the volleyball court in the parking lot adjacent to the building at the Balboa Pier. The small No. 311 key unlocks the chain. Progress pkvmt vwpmts my be siftitted to the Public Works Depart- sent pace per moth, The recommended prooNum it to pbm in the estleated Dei"anteGe of cesnpiettan of aacA pay, The City will than prepare its am progress payment roqustt two send it to you for signature and return. Tbsn is no particular date when the re- quests should be received. It then are my questions, plane call me at 672 -2It6. extension 271. Very truly yours, Kenneth L. Perry Assistant City Engineer KLP :hh cc: P. T. Andrew , Inc. General Sandcas Departeent _0 # D. M. BROWN A.I.A. ARCHITECTURE • PLANNING 1 7 2 0 W . L A P A L M A A N A H E I M . CALIF. 9 2 5 0 1 1 7 1 4) 5 3 3. 1 2 0 5 May 16, 1973 Mr. Ken Perry Assistant City Engineer City of Newport Beach 3300 Newport Boulevard Newport Beach, Calif. 92660 Re: BEACH RESTROOM REHABILITATION T R A N S M I T T A L 4 copies ... Considered Change description and proposal request. Drawing Cl. dated May 16, 1973 Following my meeting with Wade S. Beyeler and Jim Brown, I visited the site, Newport Pier, and observed the work in progress. Our meeting was for the purpose of establishing the need and method of installing toilet room accessories. The visit to the job and discussion with the Contractor brought out two other Considered Changes. These I have incorporated into the transmitted material for your review, and with approval distribution to the General Contractor for his cost proposals. As the sums are known, Items accepted for Change by the City should be listed by Change Order modifying the Contract Sum. Please call should there be any questions. o D. M. Brown AIA 100 X4 n% y n 2 cc: Wade S. Be ��tV Og�pCH. F. T. Andrews, Inc. p ^� B BEACH RESTROOM REHABILITATION - NEWPORT BEACH, CALIFORNIA F.T. ANDREWS, INC. 1343 West Valencia D. M. BROWN ALA 1720 West La Palma MEANS & ULRICH 1629 East Edinger, Consulting Engineers Drive, Fullerton, California 525 -1112 Architect Anaheim, California 533 -1205 General Contractors 543 -8413 Santa Ana, California CONSIDERED CHANGE May 16, 1973 ... The following changes are Considered and Cost Proposals are requested. With acceptance by Owner, a CHANGE ORDER will be issued to modify the Contract Documents: TOILET ROOM ACCESSORIES The attached drawing Cl describes the and installing accessories in each of COST PROPOSAL ADD requirements for furnishing the restroom facilities. NEWPORT PIER - Enclosure doors (Reference sheet A3) On the 14ENS side of this facility, three toilet enclosure door units shall be provided and installed as shown by drawings. COST PROPOSAL ADD <$ ) NEWPORT PIER -Water service (reference sheet P2)' . The described water service line, approx. 70' in length as shown. bydrawings and the related work of installation, saw cutting of concrete, installation of drinking fountain, installation of pipe, and the replacement of concrete, shall be deleted from Contract Work as the installation of service to the point of connection of copper pipe has been completed by the Owner prior to the start of work under this contract. C08T PROPOSAL DEDUCT ($ ) The above cost amounts reflect the differences to be ADDED or DEDUCTED from the Contract Sum for the various Considered Changes should the Owner accept any or all of the items proposed. MEANS & ULRICH General Contractors by Date 1973 MA *,O-.. AC741 13 - - - -. te. A vl � -� .. _... MSC 5 - Lim rI I ___._- 1.._ -. a TO: D A T E.......Alk. J-":3..... ............ Q MAYOR COUNCIL Q MANAGER ATTORNEY E] BUILDING Q CITY CLERK FINANCE FIRE Q GEN. SERVICES O HARBOR & TIDELANDS Q LIBRARY Q MARINA PARK Q MARINE SAFETY Q PARKS & REC. Q PERSONNEL Q PLANNING Q POLICE WPUBLIC WORKS lr.. PURCHASING Q TRAFFIC FOR :O ACTION & DISPOSITION FILE Q INFORMATION Q REVIEW & COMMENT 0 RETURN REMARKS: .... . GF'_. M--. �1! ... 7 1J !%- LS.OeLQ.a.�.( ... ........... 1� ... ............. ....... FROMs ........ .. ..... .... . a =VAV "'M P.O. BOX 47 3310 AIRPORT WAY A LONG BEACH, CALI,fSQ6Dl Ak TEMG Ne 1514.0 N-11, SI-1 Lnla nn. 92703 A im H ('141531-2045 May 31, 1973 44M - in I AN". Means 9 Ulrich COMPRESSION TESTS ON CONCRMZ -D, rs g Attn: Mr. Ken Ulrich 1629 E. Edinger Santa Ana, California 92705 PROJECT NEWPORT BEACH RESTROOMS REHABILITATIONt ADDRESS Newport Beach Pier SAMPLE FROM Men6s T. Room floor ARCHITECT Brown 9 Hallett CONTRACTOR Means & Ulrich ENGINEER F. T. Andrews, Inc. SUBCONTRACTOR Same MIX 5.2 sock SPECIFIED STRENGTH DATE CAST 5-2-73 SLUMP DATE TESTED 5-30-73 CYLINDER NO. I COMPRESSION 28-0" TOTAL LOAD, LOS. 719000 POUNDS PER SQ., IN. 2,510 COMPLIANCE CYLINDERS 28-day test complies with specifications. MADE BY DELIVERED BY I Tom Hogan, Inspector nave DISTRIBUTION; Means & Ulrich 2 F. T. Andrews, Inc. Attn: Mr. Frank David 1343 W.VAlencle Dr., Fullerton 92633 Newport Beach Bldg. Dept. Attn: Mr. Ken Perry 3300 Newport Blvd., NO 92660 i� 4110 ALL REPORTS ARE SUBMITTEO AS THE CQHF I DENTIAL PROPERTY OF. TRACTS FROM OR AMCAROINA THEM IS, RESERVED Pir"O'MIF, OUR SIR 2,000 psi S f Attention: Subject: Gantlew: 5 Mr. Kan 111Mch Replacment of Beach Front PPublliic i I (Contract I.M) On July 9. 1973. the City Cou of the City of Newpsrl Ned► adopted a resolution approving an mandunt to the subject contract whereby the tier of coapletias is axtanded to October 31, 1973. It is therefore requested that the original and one copy of the attached agrsaoent mending the subject contrast be executed by Now & UiMcb, and then returned to the City for execution. The otbar copy my be retained for your files. If there are any quest ions, please call w at 67341100.Extw4ion Y71. very truly yours, Kenneth L. Perry Aslistant City Engineer KLP:jfd Att. �Ifltfll� a,�c� MEMBER MEANS & ULRICH BUILDING - CONTRACTING - CONSTRUCTION 1629 EAST EDINGER SANTA ANA, CALIFORNIA 92705 (714) 543 -8413 July 12, 1973 "Our 27th Year" Mr. Fred Zech Pacific Plumbing of Santa Ana P. 0. Box 1494 Santa Ana, California Re: Beachfront Restroom Alterations City of Newport Beach Contract 111468 Mr. Zech: In accordance with our telephone conversation of today, we wish to confirm the following relative to the above referenced project. Contrary to your telephone discussions with Mr. Dunigan of the City of Newport Beach, we wish to confirm that we have never received any progress payment on the referenced project. We have, however, signed a payment application which was forwarded from Mr. Dunigan and promptly returned to his office. With reference to the proposed extension of the completion date, we wish to confirm that we have signed and returned Change Order 111 which extended the completion date to a starting of October 1, 1973. As of this date, we have not received formal written exceptance however, we understand that this Change Order 111 has been approved. ��JCd -�`-•` �c 2 Z J LLM /ka r' cc: Pro' anager . Dunigan - �::) Sincerely yours, MEANS & ULRICH By Larry L. Means, Executive Vice President a RECEIVED, PUBLIC WORKS .`0 J U L l G 1973 CITY OF NEWPORT BEACH, CALIF. BUILDING SOUTHERN CALIFORNIA SINCE 1946 F. T. ANDREWS INC • CONSULTING ENGINEERS • TELEPHONE area code 714.525 -1112 1343 West Valencia Drive • Fullerton. California 92633 Mr. Kenneth L. Perry, CITY OF NEWPORT BEACH 3300 Newport Blvd. Newport Beach, Calif. Assistant City Engineer 92660 July 9, 1973 Subject: Beach Front Public Restrooms (Contract 1468) FTA Job #72051 Dear Sir: In response to your letter dated July 2, 1973 concerning the accessibility to the slip joints on the urinals, a review of the equipment to be installed was made. The flush valves that are to be installed in the furred walls will be furnished with access panels for connections and maintenance. We trust the above is the information you desired. If not please contact us. Very truly yours, pF F T, INC. � Frank G. David Vice - president FGD /jk City OF 373 ® �� NEWPORT H C\ � CAL/ BFAC O • I� -tion Time Weather Contractor Y4 •i,c.._a -..� - Equipment on Job Men on Job Nature, Quantity, and Location of Work This Inspection % %L+'7 :• Lam-. G - (l..JJ /!J -f`1 /= :c/1�- /-sL ���L�[2/— �ll-U��i r ?.s �^ Plans for Next Day's Work Inspector's Signature_r=;,j� CIff OF ; MEVIIPQRT PUBLIC WORKS: DEPT., • INSPECTORS DAIMMO RT Project Time 1. y/ ,)Jeather #4;:i?,e -ez Con1[Qtt4r�� Equipment on Job Men on Job Nature, Quantity, and r of Work This Inspection! >L ) ' /,l I Plans for Next Day's . Inspector's � T J y: 4 _r Date No. 3477_:... Project Name 4'Z Contractor Equipment on Jobs Men on Nature, Quantity, and of Work This 7, Weather Ze,-' e la� Inspector's Signature Date No. 3476'1.-�—. Z3i-/, 4e-�14 Project Name Location n. Time 3,0 )Weather Contractor Equipment an Men on Job L- Nature, Quantity, and Location of Work Gins Inspection �2 :z Plans for Next Day's • Inspector's rig—, I Men on Job ; Nature, quantity, and LocAon of Work This Plans for Next Day's • Inspector's FA, Equipment on Job Men on Job Nature, Quantity, and Location of Work This • Inspector's Date No. 3481 CITY NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO sk Date TO: FROM: POT �,C, /G A� SUBJECT: A.,'Cr a (0onr tra ie.ow." (ryccc -» <c,t..(.f„eica/ A.,C-vedA YaO gwc.G.Cxd o rr 4�0 C-10 Tirc Y U4 t✓.yC^J 7sV y seen C COWM. G 7W FY 7-*'+' . Copies to: S1gne�fc I T / /.'saA•/� 4/z�/�3 PUT IT IN WRITING . . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS • ut �%29 1. Ed Santa Ana,. Subject: Gentlemen: July 39 1973 Mr. Larry L. Maps, Executive Vice President Contract 1*0 E ' ,', 1itation of Bomb Front Public On Teesday, June 269 1973, repra of the City at with Mr. Ken Ulrich at the job site in - to discuss IN progress of the work. The contract period ends July 19. 1973. A suction was side by the City that it might be adreetageous to both parties for you to cease work until October 1, 1!'i uuhd then to complete all work during he month of October at`no change in the contract price. Mr. Ulrich tentatively agreed to the proposale and promised to check with his offi.eo. 'A call to Mr. Ulrich on July 2 indicated that your office has agreed to the proposal. A modification of this extent to a Pubiie Works Contract requires approvai by the City Council and execution by the YAW and City Clerk. Accordingly, it is requested that the enclosed Change Order No. 1 extendin the time of the contract until October 31, 1973 at no change in the contract price be sued by Means A Ulrich and returned to this office at the earliest opportunity. If there are any questions please call Ken Perry or me at 673.2110, extension 271. Very truly yours, G� /'/ i Benjamin B. Nolan City Engineer ;f KLP:hh mt. MEANS & ULRlh _ Building -Contracting Co coon a 1629 East Edinger Avenue SANTAANA,CALIFORNIA 92705 (14) .543 -8413 TO THE CITY OF NEWPORT REACH 3300 Newport Blvd Newport Beach, California 101 IT, R O)F i RANS V_ DATEJune 20, 1973 JOB NO. ATTENTION G.P. Diinigan RE: rnntrart #1468 GENTLEMEN: WE ARE SENDING YOU XX Attached ❑ Under separate cover ❑ Shop drawings ❑ Prints ❑ Plans ❑ Copy of letter ❑ Change order ❑ the following items: ❑ Samples ❑ Specifications COPIES DATE NO. DESCRIPTION 2 6/15/73 2 PROGRESS PAYMENT APPLICATION THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted ❑ For your use ❑ Approved as noted XU As requested ❑ Returned for corrections ❑ For review and comment ❑ ❑ FOR BIDS DUE 19 R • Resubmit copies for approval • Submitcopies for distribution • Return corrected prints ❑ PRINTS RETURNED AFTER LOAN TO US COPY To PROJECT MANAGER \ SIGN ED:/ s/ Larry L Means EXCG resident It eftcf + lift not as ACIPPA "MW !1*tffP M ✓a u0n�; 4 ""t..��..'- - • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard Date June 15, 1973 TO: Means & Ulrich 1629 E. Edinger Santa Ana, CA 92705 ATTENTION: SUBJECT: (!! r of Plumbing Fixtures in Beachfront Public Restrooms We are transmitting the following: No. Copies Description Remarks: 3 Progress Payment Request No. 2 Please sign the original and one copy and return to this office. The third copy may be retained for your files. By:� G.P. Dunigan Copies to: Field Engineer CITY OF NEWPORT BEACH - PUBLIC WORKS D RTMENT � =J�l� MEMO T 46 Date &C,.d sin FROM: P,4 7- f- ',,A,iGA.v SUBJECT: ,LJLhuP`2T �t /r.Ar7 .Or P. di. ?cecc eV /1%yc s r �[ ¢�C�V 'a �.tifiaEgl Tis t7r� TiiMT AEG POBTifBc.L^s �Y.✓D BC'�iJ .eCm�vC17 /3uT Tis�T � a� f /l1sx.S S /Olr cuiS S to c� Tp Co. wel- -T� e..O -CS ra 77re- Fc /c s.s� &,,oAd rM Ai2 Ci.G /tidGS_ /ir /S S.irRicO �C' GL.c.F �Y 'Tmrse2R.ex.J l �i1.ioiY� Owl, se 771+JT. Tai' -" CX7 MOZG' Be-OG CIOti BC' GJSd!cD .Z�Ac, /s 7y" BY jJ /%f jftJ 1 src.eor�zy �,or '/l1,e mcv+�r H40 S�ea'saY u�.ny w'i/.r "i0ti.c Tld7T,/�(�[i Copies to: a OwCo Cgcc .roc AdeCK ��5 /�Y. T °✓?'- 79d Signed — 4!ZC -70cic /d4j e4.i44- e4C' /.v %a AA4po OZ /t�-� a PUT IT IN WRITING . . . . . . WRITTEN MESSAGES SAVE TIME D AVOID ERRORS 4,�� x7 C- C' t t. r e A-- '14 P • �- iw rte. F. T. ANDREWS INC • CONSULTING ENGINEERS • TELEPHONE area code 714.525 -1112 1343 West Valencia Drive • Fullerton, California 92633 June 14, 1973 Mr. Ken Perry Assist. City Engineer NEWPORT BEACH CITY HALL 3300 Newport Blvd. Newport Beach, Calif. 92660 Subject: Newport Pier Restrooms Facility FTA Job #72051 Dear Ken: Mr. Don Brown made an inspection on the subject job and made the following observations. 1. A bead of silicone (clear) should be run around the base of steel posts to prevent water from standing at that point. 2. Painting of plywood- smears on edge banding should be cleaned - perhaps a light sanding would clean the partitions adequately. •3. The urinal wash down was not flowing evenly over the urinal back -maybe volume of water low or plugged holes in trough. 4. Floor drain covers were not replaced. 5. The toilet tissue dispensers (one per stall) were mounted on back of doors probably ok. 6. A coating of clear silicone should be applied at top of concrete panels to cover the exposed steel re -bar used for erection of panels. Very Truly Yours, F. T. ANDREWS, INC. Frank G. David FGD /jk co � _l... was CdY V j� PU LIC WORKS DEP*MENT City of Newport Beach N0. INIT. DATE ACTION 6. C and Comment 2. See P.W.D. 7. Prepare SST. P. W. DIRECTOR Information 8. Prepare Reply UTILITY TU—PRUNTENDENT File 9. Post on Atlas Map 5. TRAFFIC ENGINEER 10. For your Approval ADMINISTRIATIVE ASST. ASST. CITY E GIN R DESIGN ENGINEER SUBDIVISION NG NE CO-OP PROJECTS ENGINEER FIELD ENGINEER Z i SECRETARY C — Y6 'PLEASE 1. Handle 6. Review and Comment 2. See P.W.D. 7. Prepare Written Report 3. Information 8. Prepare Reply 4. File 9. Post on Atlas Map 5. Signature 10. For your Approval REMARKS: CIT1PF NEWPORT BEACH - PUBLIC WORKS•PARTMENT PROGRESS PAYMENT REQUEST NO. 2 FOR PERIOD ENDING June 15, 1973 PROJECT Replacement of Plumbing Fixtures in Beachfront Public Restrooms BUDGET N0. 02 -1095 -246 CONTRACT NO. 1468 (ITEM CONTRACT PERCENT AMOUNT NO. CONTRACT ITEM PRICE COMPLETE EARNED 1. Rehabilitate Restrooms at Newport Pier, 15th Street; Balboa Pier Additive Item #1 Additive Item #2 Additive Item #3 *See Contractor's Payment Request dated 6 -15 -73 $ 55,700.00 15,700.00 16,700.00 7,100.00 0(1213 zerueka 1/72 40.23 22 ,408.00 I 22,408.00 71-4) r Su�Aws 26189.s9 ) 01,�98.� y q8,G 4, -7o 1.3 r, Original Contract $95,200.00 Extras /0V ContractotoaDate 95,200.00 tll Amount Earned 22,408.00 4J��21��� } Send payment to: Less 10' Retention 2,240.80 °Oq�g, ��j !deans and Ulrich Less Previous Payments 6,571.80 \ Gg47F 1629 E. Edinger Avenue Amount Due this Request 13,595.40 ®rrec)t" Santa Ana, CA 92705. I hereby certify that the above amounts and values a -f SIG NED �� SIGNED ME 5 1 ULRICH Field Contra o BY arry.. Means, EMOdtiveNice , President 0 0 k_1 F. T. ANDREWS INC • CONSULTING ENGINEERS • TELEPHONE area code 714.525 -1112 1343 West Valencia Drive • Fullerton, California 92633 June 14, 1973 Mr. Ken Perry Assist. City Engineer NEWPORT BEACH CITY HALL 3300 Newport Blvd. Newport Beach, Calif. 92660 Subject: Beach Restroom Rehab FTA Job #72051 Dear Ken: It was called to our attention that the Considered Change letter dated May 16, 1973 had included the deletion of the drinking fountain at the Newport Pier. We believe this is incorrect and that the fountain should remain. Would you please check this and instruct the contractor accord- ingly? Please call us if you have any questions. Very Truly Yours, F.T. ANDREWS, INC. Frank G. David FGD /jk BEACH RESTROOM REHABILITATION - NEWPORT BEACH, CALIFORNIA F.T. ANDREWS, INC. 1343 "West Valencia D. M. BROWN AIA. 1720 West La. Palma MEANS 6 ULRIC({ 1629 East Edinger, Consulting Engineers Drive, Fullerton, California 525 -1112 Archi_tee Anaheim, lifornia 533 -1205 General Contractors 543 -8413 Santa Ara., California CONSIDERED CHANGE Hay 16, 1973 The following changes are Considered and Cost Proposals are requested. With acceptance by Owner; a CHANGE ORDER will be issued to modify the Contract Documents: TOILET ROOM ACCESSORIES The attached drawing Cl describes the requirements for furnishing and installing accessories in each of the restroom facilities. COST PROPOSAL ADD f$.. . ) NEWPORT PIER - Enclosure doors (Reference sheet A3). On the MENS side of this facility, three toilet en<?losvre door units shall be provided and installed as shown by drawings. COST PROPOSAL ADD <$ ) NEWPORT. PIER -Water service (.reference sheet P2) The described water service 'line, approx. 701 in length as shown. bydrawings and the elat stallation, saw cutting of concre installation of drinking :Eoun, ?._ installation of pipe, an the re eted from Cont act Work as the installation of service to the point of connection of copper pipe has been completed by the Owner prior to .-the start of work under this contract. COST PROPOSAL DEDUCT f; ) The.above cost amounts reflect the differences to be ADDED or DEDUCTED from the Contract Sum for the various Consider ed C ?ranges should. the Owner accept any or, all of the items proposed. D 4 MEANS 6 ULRICH General Contractors by Date i TO MEANS & ULRICH& Building • Conlractiog on 1629 East Edinger Avenue SANTA ANA; CALIFORNIA 92705 (714) 543.8413 The City of Newport Beach' 3300 Newport Blvd. Newport Beach, California`' C - /Y�K i oerE ATTENTION Mr. Kenneth Perry NE Be.achfrontRestrooms Contract #1468 6/15/73 PROGRESS PAYMENT REQUEST # 2 GENTLEMEN: WE ARE SENDING YOU IX Attached ❑ Under separate cover via • Shop drawings ❑ Prints ❑ Plans ❑ Samples • Copy of letter ❑ Change order ❑ _the following items: ❑ Specifications COPIES DATE NO. DESCRIPTION 5 6/15/73 PROGRESS PAYMENT REQUEST # 2 THESE ARE TRANSMITTED as checked below: X For approval ❑ Approved as submitted ❑ For your use ❑ Approved as noted ❑ As requested ❑ Returned for corrections ❑ For review and comment ❑ REMARKS • Resubmit copies for approval • Submit copies for distribution ❑ Return corrected prints ❑ FOR BIDS DUE 19 ❑ PRINTS RETURNED AFTER LOAN TO US COPY TO Project Manager SIGNED: Larry L. Meads, Exec. Vice President N.a., is u .NC,ewre. ara.N„ ,. Nohp, oeWr .aoE aiw : ; MEANS & ULRICH 1629 East Edinger Avenue Santa Ana, California 92705 (714). 543 -8413 PROJECT: I} P,ATI0'S & REPAIRS HFRONT RESTROOMS eac Font Saes Newport Beach, California Contract #1468 PAYMENT REQUEST NUMBER 2 State License #193343 For the Period from4/26173 to 6/15/73 'Incl ITEM I AMOUNT PREVIOUS THIS COMPLETED .- Tom_ 1.� Project Overhead & Bond — $ 4,600.00 $1,242.00 $ 598.00 $ 1,840.00 40 2 Demolition Work 6,000.00 60.00 — 1,140.00 1,200.00 20 V_ ___ 3 Pre -Cast. Concrete Panels 12,000.00 6 000.00 ( 1,1 800.00 7,8Q0 .00 65 4. Concrete Work ( 2,000.00 �Dn_Dn 5. Carpentry Work 1,500.00 1,500.00 30 6. Masons Work 750.00 - - - - - -- -- --- - - - - - -- -- 7. Misc. Steel fork _ 1,350.00 - - -- - 202.00 202.00 15 B. Sheet Metal Work ( 1,200.00 --------- 156.00 156.00 13 9. Lathing & Plastering 1,500.00 --- - - - - -- ! ---- -- - --- I--- - - - - - -- -- 10. Ceramic Tile 2,200.00t - 1 440.00 440.00 20 --- ...._.... - _ 11. Painting 1,600.001 - -- 320.00 320 00 20 _.__.. 12. _Finish,Hardware — 1,500.00 - 500.00 j 500.00 30 - ---- j _. 13� _Plumbing Work — _ 52,000.00 - j 7,800.00 7,8.00.00 15 _ _ __- ; -_ _ -- - ._ _ -_ _ 14_J _Electric Work 15. —Lands cap.!jj Repair j16. Final Cleaning W ORIGINAL CONTRACT` REVISIONS: Change Order # 1 REVISED CONTRACT 2,000.00 --- - - - - -- 500.00 ---------- 1,000.00 Pending I hereby certify that the above estimates of value of materials and labor performed are correct. EANS & Carry � ./Means C Executive Vice President - 200.00 1 200.00 10 - -- - - - - -- I ---- - - - - -- 1 -- TOTAL COMPLETED TO DATE LESS 10% TO BE RETAINED TOTAL PAYMENTS EARNED LESS PREVIOUS PAYMENTS AMOUNT DUE THIS REQUEST $22,408.00 $ 2,240.80 $20,167.20 $ 6,571.80 $13,595.40 Jeae 1x, "73 Haan A Ulrich 1629 E. Edinger Avenue SOU Atha. CA 92705' Attention: Lathe 1.. Nuns Subject; 11ep1sosmMtt of" Fi fa Beaah/ront 1lsstroor 6sntleean: OA April 3s 1979 that..; .tr isstwtb project. The requires cal calendar days of idsr.dth of the no date of July 1T, l97l. To date you of the work, but you bare used near minded of Section 64 of the Standa omragaso notice to proceed an the subject Was of all work within 105 se, resulting in a Completion are performed appra:intely 249 '709 of the time. You are re- Specificatiotns Liquidated Your attention is further directed to �ti an 6 of On Standard Spec- ifications. This section deals th pr�sBiatttioa of the work. ;On April 23 you Closed the Newport rastmomw: File the spedfisa- tions require that a restroom not closed for tror'e than 30 Calendar dayse the work is stilt not completed at this site, servo ROMEO after closure. Ve realize that you had a problem in ebtainiag ne flush valves which did not arrive until June 6. 19730 but instaliation of those valves did not start until Jute 11. 1973, it appears that tba - , installation wiil.be completed by Jean 14, 197x. The latter part of tho weak of Noy 21* we talked to iM. Ivan Ulrich re- 9ardtn99 completion of the Newport Pier work and startsnp work on tlhe remaining 5 sites. We indicated that work could probably start the week of May 28. When no work had started by Nay 30s we again called and talked to Mr. Larry Maus. He indicated that you were getting the material and sub - contractors organized and that work would start on Monday. June 4. When no one arrived by Tuesday. June 5, another call was ads. Ve were told that the work would start "the latter part of the week". On Thursday Am 70 we called and wars, told that Mr. Means 'was busy on another call ". Awhile later we called again and were told that "Mr. Nam is in oenforenee ". We made two more Calls that days each time being told that Xr# Means was busy. On Friday. Jura 8, we made two more Calls to no avail. Finally Nr. Means did call back and told we that work would start Monday (June 11. We assumed that he mast an at least one of to remaining five situ. Mans ! Ulrich Page 2 June 19, 1973 fln Mondry, June 11, the plumber' id at the Newport Pier as men- tinned above. but no other work w ' at the other lecatlons. We called your office for either Mr. Ul c Mr, Meant and were told and were informed of the passingq of Mr. Ulrich's mother. We were further informed that any conversation was being tape-recorded. We were assured that Mr. Ulrich would call as et Tuesdayti a 12, When no call had been received by 10:00 a.m., wt;salled ton". We were asked who was calling and after replying were''t"d to wait while.the tape recorder was started. We were then told that fher Mr. Ulrich nor W. Means were in. Since that time we have call average of.4 times per daffy. We are always told that everyone is out or everyone is busy. and our calls are never returned. Based on. all of the foregoing,fxcts..wt`et forced to assume that you are not interested in completing the pr of in accordance with the specifications. Before instituting dings outlined in Section 6 -4 of the Standard Specifications. it byy Contracter, we would like to give you the opportunity to reply. We will expect a reply in writing to be in our hands not later than 4:45 P.M., Friday. June 15. 1973. Very truly yours. 8 P. Dunigan. Jr. Field Engineer BPD :hh cc: City Attorney City Manager General Services Director American Insurance Co., Attn: Edo. Reiter � <�3 �LI'7r •� S "^'jr �ri •t �,�� s �" = .i,..y ': '� ,�1 . a 1 , x�._-'�.� -45' MEANS & ULRICH BUILDING -CONTRACTING -CONSTRUCTION 1629 EAST EDINGER SANTA ANA. CALIFORNIA 92705 (7141 543 -8413 June 8, 1973 "Our 27th Year" Mr. Ken Perry City of Newport Beach 3300 Newport Boulevard Newport Beach, California Ref: Beachfront Restrooms Mr. Ken Perry: �\ RECEIVED h PUBLIC WORKS JUN 14 19731 ciry of NEWPORT BEACH, )7? CALIF. In accordance with our recent telephone conversations and your site discussions with Ken Ulrich, we wish to confirm the following relative to the above referenced project. The project has been delayed due to lack of availability of the specified plumbing fixtures and special flush valves. As we reported to you today, we have been notified that the flush valves were received by our plumbing subcontractors yesterday. The balance of the fixtures and drink' g fountains should be received within two weeks, however, we will go ahead and begin ydrk on two more Restroom Buildings the middle of next week in a renewed effort t plete this project as rapidly as possible. As I briefly mentioned, aside from the lack of the specified equipment, we have been performing our work as rapidly as possible and installed used valves in the Newport Pier Restrooms as a temporary measure to allow the use of the facilities. We have delayed removing any further restroom buildings from service until we had all the necessary parts to complete the work in one continuous operation. This was done to benefit the City of Newport and to cut down on the inconveinence to the public. I would appreciate it if you would advise all the departments and especially a Mr. Pat Dunagan of our schedule and completion plans. My office has received numerous calls from this City Representative threating to instigate action against our bond and having the City Attorney start legal action to enforce the contract. As we discussed these calls, unreasonable demands and threats are not warranted or required and certainly we will complete the work as efficently and rapidly as possible with as little inconveinence to the public as possible. Sincerely your, MEANS, & ULRICH WY rry L.,. eans, c(u Vi ce rest en LLM /ka BUILDING SOUTHERN CALIFORNIA SINCE 1946 M E M B E R MEANS & ULRICH BUILDING -CONTRACTING -CONSTRUCTION 1629 EAST EDINGER SANTA ANA. CALIFORNIA 92705 (7141 543 -8413 June 8, 1973 "Our 27th Year" Mr. Ken Perry City of Newport Beach 3300 Newport Boulevard Newport Beach, California Ref: Beachfront Restrooms Mr. Ken Perry: �\ RECEIVED h PUBLIC WORKS JUN 14 19731 ciry of NEWPORT BEACH, )7? CALIF. In accordance with our recent telephone conversations and your site discussions with Ken Ulrich, we wish to confirm the following relative to the above referenced project. The project has been delayed due to lack of availability of the specified plumbing fixtures and special flush valves. As we reported to you today, we have been notified that the flush valves were received by our plumbing subcontractors yesterday. The balance of the fixtures and drink' g fountains should be received within two weeks, however, we will go ahead and begin ydrk on two more Restroom Buildings the middle of next week in a renewed effort t plete this project as rapidly as possible. As I briefly mentioned, aside from the lack of the specified equipment, we have been performing our work as rapidly as possible and installed used valves in the Newport Pier Restrooms as a temporary measure to allow the use of the facilities. We have delayed removing any further restroom buildings from service until we had all the necessary parts to complete the work in one continuous operation. This was done to benefit the City of Newport and to cut down on the inconveinence to the public. I would appreciate it if you would advise all the departments and especially a Mr. Pat Dunagan of our schedule and completion plans. My office has received numerous calls from this City Representative threating to instigate action against our bond and having the City Attorney start legal action to enforce the contract. As we discussed these calls, unreasonable demands and threats are not warranted or required and certainly we will complete the work as efficently and rapidly as possible with as little inconveinence to the public as possible. Sincerely your, MEANS, & ULRICH WY rry L.,. eans, c(u Vi ce rest en LLM /ka BUILDING SOUTHERN CALIFORNIA SINCE 1946 TO FROM: �• SUBJECT CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO rAr DATE_ COPIES T0: IGNED PUT iT IN WRITING WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS r May 25, 1973 A Means and Ulrich 1629 E. Edinger Santa Ana, CA 92705 Subject: Replacement of PIW*iaa:Fixtures in Beach Front Public Restrooms (C -lW- :fr Gentlemen. Attached are two copies of a drawing and a proposed change order, indicating extra work proposed to be done under the subject contract. The work consists of furnishing and installation of 326 toilet tissue holders and 40 sanitary napkin holders; the construction of 3 additional toilet stall doors; and the deletion of approtiMtely 70 linear feet of water service line. It is requested that a price be suWitted to this office to cover cost of doing the extra work. If there are any questions please call me at 67'3 -2110, extension 271. Very truly yours, Kenneth L. Perry Assistant City Engineer KLP /em I tee*) CITY 0E-Ni~.,9EA PUBLIC WORKS DEPT. IHSPECTORS DAILY. REPORT-K-T-,;./�j Equipment on Job Men on Nature, Quantity, and Location of Work This Inspection • Inspector's Signature i LAY-2-0%f W%UU 5-i-AlLf FA Wf)'" No J-UtX lij PMS �... „,..,at • �.i .... ..:e.. • �.i .... 9 �i 6. r f i. r. J� j t r Equipment on Job Men on Job Nature, Quantity, and Location of Work This Plans for Next Day's Work Inspector's 11.7 Project Nam �,ytbl-rc/ Contractor 0�� �• C /1'J� L!,G , Equipment on Job 42" Men on Job A% yzu. ,4 / I—'a', Nature, Quantity, and Location of Work This Inspection 0 0 a r' • Inspector's Signature r •�'��*� ' .�rr1/ '4 1. ♦. . ,.. .'.y:: Date 7 ` r No. 3463 x Ll Project Time LJ 9 3O Weatherr� I T, A A Contractor P - y $ �� fq �2���� -o TESTING Ia P �W11li�Lq Laboratorieo of cSauiiie2n ea[Efocnuz, �W. 9.0 BOX 47 . 3310 AIRPORT WAY . LONG BEACH CALIF. 90801 . 12131 426.3355. 12131 6362386. 17141 8286432 BRANCw CF -ICES: H..pe.5n :el N:..Oes.c`..e imrinq •eA ^e Ce:BFmIe82)Ol e; S1i40a0 d �' 2RSRed: +do A— P,0, Ba..1 eac i T 5' .; •y Bh C. .l, 108;I ;2pi 6164186 E�OIX� Examination: SC73 -3705 COMPRESSION TESTS ON CONCRETE CYLINDERS Koll Center- Newport Attn: Mr. B. Murphy 4100 MacArthur Blvd. Newport Beach, CAlifornis 92660 PROJECT SPILLWAY STRUCTURE AND STORM DRAIN ADDRESS Koll Center Tract 07953 SAMPLE FROM Center of curve - bottom slab ARCHITECT ,CONTRACTOR Don Koll Const. Co. ENGINEER SUBCONTRACTOR Raub, Bain b frost Azusa - Western, Inc. SPECIFIED MIX 6.0 sack STRENGTH DATE CAST 5-30 -73 DATE TESTED 6 -6 -73 CYLINDER NO. 30A COMPRESSION 7 -Day TOTAL LOAD, LBS. 61,000 POUNDS PER SO. IN. 2,160 COMPLIANCE MADE BY CYLINDERS G. 1. Price SLUMP 6 -27-73 30B 28 -Day DELIVERED BY Dave DISTRIBUTION: Koll Center - Newport - 6 ort Beach Building Dept. rl�14i yon! Ce ALL REPORTS ARE SUBMITTED AS THE CONFIDENTIAL PROPERTV OF CLIENTS. AUTHORII.ETION R 'UR1ICAT-01-F OUR TRACTS FROM OR REGARDING THEM IS RESERVED PENOING OUR WRITTEN APPROVAL AS A MUTUAL ROTECT.ON TO SW 133014 .`. .6500..':'; 3,000 psi 4-1/211 30C "HOLD" RECEIVED ON 5-31 -73 NCLUSIONS. OR El'. '. "E MAY 25, 1973 �y Means and Ulrich 1629 E. Edinger Santa Ana, CA 92705 Subject: Replacement of Plumbing Fixtures in Beach Front Public Restrooms (C- 1468). Gentlemen: Attached are two copies of a drawing and a proposed change order, indicating extra work proposed to be done under the subject contract. The work consists of furnishing and installation of 325 toilet tissue holders and 40 sanitary napkin holders; the construction of 3 additional toilet stall doors; and the deletion of approtimstely 70 linear feet of water service line. It is requested that a price be submitted to this office to cover cost of doing the extra work, If there are any questions please call me at 673 -2110, extension 271. Very truly yours, Kenneth L. Perry Assistant City Engineer KLP /em F . M!7 1�1 • fill 4•P U w J', V Ly SZ QffoL4.4 Weathe Contractor Equipment on Job 7 Men on Job 27 Z / Nature, Quantity, and Location of Work This Inspection ff/// 110. j454l-.---��� TO F. T. ANDREW. Consulting Engi 1343 W. Valencia Drive FULLERTON, CALIFORNIA 92633 Phone 525.1113 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3309 West Newport: Boulevard N®wport Beach, California GENTLEMEN: WE ARE SENDING YOU ❑ Shop drawings ❑ Copy of letter LIEU *a of 7MMS OUM[L DATE 4 -25 -73 JOB NO 72 -51 •TTENTION Kenneth L. Perry RE. Beach Restroom Rehab. 2 Plumbing Fixture Submittals — APPROVED AS NOTED ❑ Attached ❑ Under separate cover via the following items: ❑ Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Change order IB submitf•aI s COPIES DATE NO. DESCRIPTION 2 Plumbing Fixture Submittals — APPROVED AS NOTED THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ For your use • As requested • For review and comment ❑ FOR BIDS DUE REMARKS ❑ Approved as submitted ❑ Approved as noted ❑ Returned for corrections ❑ Resubmit copies for approval • Submitcopies for distribution • Return corrected prints ❑ PRINTS RETURNED AFTER LOAN TO US COPY �. SIGNED: Terry Puckett: cg . Ns N„ -`. E.r.M'!e•b......4�AlY. : -: ' -1 rf .ne /ew,as A. n*t 'B. not.A, kMMy rrotliy p. It MEANS & ULRICH Building - Contracting - Co ction 1629 East Edinger Av e SANTA ANA, CALIFORNIA 92705 (l4) 543 -8413 To City of Newport Beach 3300 Newport Blvd. Newport Beach. California GENTLEMEN: WE ARE SENDING YOU • Shop drawings • Copy of letter [L mw D F m^aasaunk[L DATE 4/25/73 No. 184 ATTENTION Mr. Ken Perry eE: Beachfr nt Restrooms 6 Sites Contract #1468 5 4/25/73 1 A Attached ❑ Under separate cover via the following items: • Prints ❑ Plans ❑ Samples ❑ Specifications • Change order IX PAYMENT REQUEST COPIES DATE NO. DESCRIPTION 5 4/25/73 1 PAYMENT REQUEST #1 THESE ARE TRANSMITTED as checked below: Cii For approval • For your use • As requested • For review and comment ❑ FOR BIDS DUE • Approved as submitted • Approved as noted ❑ Returned for corrections ❑ Resubmit copies for approval • Submit copies for distribution • Return corrected prints ❑ PRINTS RETURNED AFTER LOAN TO US SIGNED: /s /Larry L. Means, Exec. Vice President f�NM- rw.rf+r s.r�ar: _ -Ir �ncfeEUraE �n Irot a.nafa;,_I±I<Y R�!rY ua�:�nw. - MEANS & ULRICH 1629 East Edinger Avenue ..i Santa Ana, California 92705 (714) 543 -8413 PROJECT: ` 4LTERATIONS & REPAIRS ,--ZEACHFRONT RESTROOMS eac Font Sltes Newport Beach, California Contract #1468 PAYMENT REQUEST NUMBER 1 State License #193343 For the Period from START to 4/25/73 Incll " IT €M AMOUNT PREVIOUS THIS COMPLETED % of value of materials and labor performed TOTAL .-_EST. TO DATE —. =1_ I. Project Overhead & Bond $ 4,600.00 - $1,242.00 $1,242.00 27% LESS — V RETAINED 730.20 TOTAL PAYMENTS EARNED $6,571.80 B 2. Demolition Work 6,000.00 - 60.00 60.00 10% 3. Concrete Panels 12,000.00 - 6,000.00 6,000.00 50% 4. _Pre-Cast _ _ Concrete Work _ 2,000.00 - - 5. Carpentry Work _ _ 5,000.001 - - - - 6. Masonr Work 750.00 - - 7. Misc. Steel Work _ 1,350.00 - - 8. Sheet Metal Work _ r 1,200.00 - - 9. Lathing & Plastering_ 1,500.00 - - - - 10. Ceramic Tile 2,200.00 - 11. Painting1__ .1,600.00_ - 12. Finish Hardware 1,500.00 - 13. Plumbing Work 52,000.00 - - - - 14. Electric Workt 2,000.00 - - - - 15. Landscaping Repair j 500.00 16. _ Final Cleaning _� 1,000.00 - - - - ORIGINAL CONTRACT $95,200.00 - $7,302.00 $7,302.00 712% REVISIONS: I l i • s I i REVISED CONTRACT I hereby certify that the above estimates of value of materials and labor performed TOTAL COMPLETED TO DATE $7,302.00 are correct. ANS ULR LESS 10% TO BE RETAINED 730.20 TOTAL PAYMENTS EARNED $6,571.80 B Larry eans LESS PREVIOUS PAYMENTS N 0 N E Execu ive Vice President ' AMOUNT DUE THIS REQUEST $6,571.80 I I MEANS & ULRICH PROJECT: +4LTERATIONS & REPAIRS 1629 East Edinger Avenue EACHFRONT RESTROOMS Santa Ana, California 92705 6 Beachfront Sites (714) 543 -8413 Newport Beach, California Contract #1468 PAYMENT REQUEST NUMBER 1 i State License #193343 For the-Period from START to 4/25/73 Inch ITEM 1. Project Overhead & Bond AMOUNT $ 4,600.00 PREVIOUS - THIS $1,242.00 COMPLETED $1,242.00 % 27% 2. —1 Demolition Work 6,000.00 - 60._00_ 10% 3. Concrete Panels 12,000.00 - _60.00 6.000.00 6,00-0-00w 50% 4. _Pre-Cast Concrete Work 2,000.00 - - - - 5. Carpentry Work _ 51000.00 - - - 6. Masonr Work — ' 750.00 7. Misc. Steel Work _ 1,350.00 - - - - 8. Sheet Metal Work 1,200.00 - - - - 9. _ -_ Lathing & Plastering 1,500.00 - - - - 10. Ceramic Tile 2,200.00 - 11. Painting— - A 1,600.00 - - - - Finish Hardware 1,500.00 .12. 13. _ _ Plumbing Work _ 52,000.00 - - - - 14. 15. _ Electric Work Landscaping Repair _ -- _— ^2,000.00 500.00 - 16. Final Cleaning 1 1,000.00 - - - - ORIGINAL CONTRACT $95,200.00 - $7,302.00 $7,302.00 7k% REVISIONS: i REVISED CONTRACT I hereby certify that the above estimates of value of materials and labor performed are correct. ANS ULR B: Larry eans Executive Vice President TOTAL COMPLETED TO DATE $7,302.00 LESS 10% TO BE RETAINED 730.20 TOTAL PAYMENTS EARNED $6,571.80 LESS PREVIOUS PAYMENTS N 0 N E AMOUNT DUE THIS REQUEST $6,571.80 MEANS & ULRICH PROJECT: ,(1LTERATIONS & REPAIRS 1629 East Edinger Avenue • EACHFRONT RESTROOMS Santa Ana, California 92705 6 BeachfFont Sites (714) ,543 -8413 Newport Beach, California Contract #1468 PAYMENT REQUEST NUMBER 1 State License #193343 For the Period from START to 4/25/73 Incl IT €M AMOUNT PREVIOUS THIS COMPLETED % — 1. Project Overhead & Bond �) $ 4,600.00 - $1,242.00 $1,242.00 27% 2. Demolition Work 6,000.00 - 60.00 60.00 10% . 3. Concrete Panels 12,000.00 - 6, 000.00 6,00-0.0-0 50% 4. _Pre-Cast Concrete Work — 2,000.00 - - - -.,_ 5. Carpentry Work 5,000.00 _ 6. Masonry Work _ 750.00 7. Misc. Steel Work _ 1,350.00 - — - - - 8. Sheet Metal Work 1,200.00 - - - - 9. Lathinq & Plastering^— 1,500.00 - - - - 10. Ceramic Tile 2,200.00 - - - - 11. Painting—_� 1,600.00_ - Finish Hardware 1,500.00 .12. 13. Plumbing Work _ 52,000_00 - - - - 14. Electric WorkI _— 2,000.00 _ 15. Landscaping Repair 500.00 16. Final Cleaning 1,000.00 - - - - - ORIGINAL CONTRACT $95,200.00 - $7,302.00 $7,302.00 72% REVISIONS: i i REVISED CONTRACT I hereby certify that the above estimates of value of materials and labor performed are correct. ANS ULR KIM Larry -L eans Executive Vice President TOTAL COMPLETED TO DATE $7,302.00 LESS 10% TO BE RETAINED 730.20 TOTAL PAYMENTS EARNED $6,571.80 LESS PREVIOUS PAYMENTS N 0 N E AMOUNT DUE THIS REQUEST $6,571.80 PftLIMINARY N #WCE for Public Work and Private Work This is not a lien, and this is not a reflection on the integrity of any contractor or subcontractor. This notice merely complies with Sections 3082 et seq. of the California Civil Code. Preliminary Ben notices we mandatory. Failure to give such notices is cause for disciplinary action by the Contractors' State License Board and may result in loss of lien rights. TO: OWNER, REPUTED OWNER OR PUBLIC AGENCY: NAME City of Newport Beach, ADDRESS 3300 Newport Blvd Newport Beach California ORIGINAL CONTRACTOR OR REPUTED ORIGINAL CONTRACTOR: NAME Means & Ulrich, _ ADDRESS 1629 E. Edinger St., Santa Ana, California CONSTRUCTION LENDER OR REPUTED CONSTRUCTION LENDER: NAME None ADDRESS You are hereby notified that Pacific Plumbing Co. of Santa Ana (Name of person or firm furnishing labor, service, equipment or materials) 615 E. Washinjzton, P.O. Box 1494. Santa Ana. California (Address of person or firm furnishing labor, service, equipment or materials) has furnished labor, service, equipment or materials of the following general description: P lumb i ng for the building, structure or other work of improvement located at Beach Front Rest Rooms, Newport BpaCh, Ca_ (Address of jobsite) The name of the person who contracted for the purchase of such labor, service, equipment or materials is PRIVATE WORK ONLY. Attached is a list showing the identity and address of the express trust fund or funds to which payments are required to be made. DATED April 9, 1973 (Date Notice is Mailed) This form is provided by PLUMBING HEATING COOLING CONTRACTORS OF CALIFORNIA Pacific Plumbing Co. of Santa Ana (Name of person or firm furnishing labor, service, equipment or materials) BY (SIC TORE) 615 E. Yashington, P.O. Box 1494, (ADDRESS) Santa Ana, California_ 92702 Under the Mechanics' Lien Law, any contractor, subcontractor, laborer, supplier or other persons who helps to improve your property but is not paid for his work or supplies, has a right to enforce a claim against your property. This means that, after a court hearing, your property could be sold by a court officer and the proceeds of the sale used to satisfy the indebtedness. This can happen even if you have paid your own contractor in full, if the subcontractor, laborer, or supplier remains unpaid. THIS COPY FOR OWNER °ti Twining Laboratories of -S'ouLGzn �EZ6'f ovzEa, Ync. P.O_ BOX 47.33."0 A.kPOA7 WAY , LONG BEACH. CALIF. 90501.12131 4263355. (213 636 -2386. (714 828 -643 BRANCH CFHCES: TESTING „»...�,,;'_ Seine A- C, I , �e 121M ? ""� 2955R.d- doA —PO. Bo,,7 17141531 -2M5 jg "^ q 1.1, U-h. C.IA. 9080, 1213) 6367386 April 25, 1973 0.0.w Examination: SC73-2617 COMPRESSION TESTS ON CONCRETE CYLINDERS Means & Ulrich Attn. Mr. Ken Ulrich 1629 E. Edinger Santa Ana, California 92705 PROJECT NEWPORT BEACH RESTROOMS REHABILITATION ADDRESS Six locations in City of iiewport Beach SAMPLE FROM Toilet Partition Precast Panels ARCHITECT CONTRACTOR F. T. Andrews, Inc Means h Ulrich ENGINEER SUBCONTRACTOR Frank David - Same - SPECIFIED MIX 5.d sic - 3/4” rock STRENGTH 2,500 psi DATE CAST 3-23 -73 SLUMP 5t1 DATE TESTED 4-25-73 CYLINDER NO. A COMPRESSION 23 -Jay TOTAL LOAD, LBS. 550000 POUNDS PER SO. IN. 2,0$0 NOTE: Means 6 Uirico notified of low 23 -Day test result. COMPLIANCE 23-Oay test does not compl s ! flcation !� , MADE By DE YD�ptS i L� RECEIYED ON CYLINDERS Ken Ulrich w41S11C WORKS 4 -11 -73 c j DISTRIBUTION: CITY OF 1� Means & Ulrich - 2 - : NEWPORT BEACH. CA F. T. Andrews, Inc.- Attn-. Frank David LIF" 1343 W. Valencia Drive, Fullerton 92633 42 N Newport 3aach Building Uepartment Attn: Mr. Ken Perrj 3300 Ne42port Blvd., NB 52660 ALL REPORTS ARE SUBMITTED AS THE CONFIDENTIAL PROPERTY OF CLIENTS. AUTHORIZATION FOR PUYLICATION OF OUR REPORTS. CON TRACTS FROM OR REGARDING THEM IS RESERVED PENDING OUR WRITTEN APPROVAL AS A MUTUAL PROTECTION TO CLIENTS. THE'RURL11 330 -12���Y�'$$ , t Sa�11ZtO.: I � * * ' & * G. val ` I *. left ...' -. �L: 2-* . * 76 . hpdr8 r APp 1 , ?973 cn r APp 1 , ?973 Kenneth L. perry Assistant City Engineer KLP:Jfd MEANS ct g - ULTIC Con Building - Contracting on 1629 East EdingerAv(: SANTA ANA, CALIFORNIA 92705 (714) 543 -8413 TO The City of Newport Beach x, v 3300 Newport Blvd. Newport Beach, California GENTLEMEN: WE ARE SENDING YOU • Shop drawings • Copy of letter MEN OF 'GATE 3/31/73 JOB NO. •ATTENTION Mr. Ken Perry RE: Beach runt Restrooms 6 Sites NMott Beach. California InterpAce Franciscan i Attached ❑ Under separate cover via the following items: • Prints ❑ Plans XX Samples ❑ Specifications • Change order ❑ COPIES DATE NO. DESCRIPTION 1 Set InterpAce Franciscan i THESE ARE TRANSMITTED as checked below: �] For approval ❑ Approved as submitted • For your use ❑ Approved as noted • As requested ❑ Returned for corrections • For review and comment ❑ ❑ FOR BIDS DUE • Resubmit copies for approval • Submit copies for distribution • Return corrected prints 19 ❑ PRINTS RETURNED AFTER LOAN TO US COPY TO Project Manager SIGNED: /s /Larry L Means,Exec. Vice President 'i:..rT_rlar�rrrw.�r..r .. I, ensbwn, ire net as mbd, Amd{, no[Ny us H.pew � „F� _ J] • IMMEDIATE REPLY PLEASE ❑ NOTE ENCLOSURES • REPLY NO LATER THAN- To F Mr. ewport Beach „r..81vd: Alterations to Newpo�oeach; California 92660 SUBJECT L Beachfront.Restrooms PATE` 3/30/7 " Id you please advise as whegatc expect to 1 old qW issue the "Official Notice to Proceed" on the above referenced project. We are most anxious to get this project underway. Your prompt reply will be appreciated. MEANS & ULRICH BUIWPIACTING — CONSTRUCTION 1629 EAST EDINGER AVENUE _- SANTA ANA. CALIFORNIA 92705 , ( 714) 543 -8413 - "Our 27th Year" cc: vie DATE DECEIVED ' W �� _ 197BR S ANSWERED BY and Pink copies .%ih carbon inject. P k &^r r I 6r a nod w4 reply. ' Form ePK -1 © Besiness Envelope Mhs. Inc. Pearl Rwoy New York • Melrose Park, III. 0 0 c - ifb a CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard Date 1411dh 16, 1972 TO: Nears i Ulrich 1624 East Edinger Avenue Santa Ana. CA UM ATTENTION: SUBJECT: Replacement Of Plunbing Fixtures in Beach Front Public Aestrom Contract No. 1468 We are transmitting the following: No. Copies Description 2 Executed copies of the $object Contrast. Remarks: Prior to beginning of construction it is requested that you call this offl®s to arrange for a Pre- coestruetion coaffmM. If there are any questions. Please all W. By: 1. rry Project Engineer Copies to: W:hh Att. TO: CITY CLERK FROM: Public Works Department SUBJECT: REPLACEMENT OF PLUMBING FIXTURES 2W BEACH FRONT PUBLIC RESTROOMS, C -1468 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to our department. Kenneth L. Perry Project Engineer K1P:e 1 1/ `CALIFORNIA . PRELIMINARY {NICE IN ACCO CE WITH SECTION 3097 AND 3098, CALIFORN L CODE OT A UEN, THIS 7S. REFLECTION ON THE INTEGRITY OF ANY - y!4 'OR SUBC YOU ARf HEREBY NOTIFIED THAT. . i... O1 � CONSTRUCTION LENDER or':i r Reputed Construction Lender, if any FOLD Nf RE '- E OWNER or Ror Reputed Owner (on private work) Re= opt zww U C 330 NEW= XXL 0 I- P L Construction loan no. Y FOLD HERE ( of person or fNm ,SYFfNSh(n!'7 labor, services, quipment or material) ? 2W I 17U faddsMS of person or firm furnishing labor, services, !A, CALMUM 92M equipment or material) AK furnished or will furnish labor, services, equipment or r:> ateriwlttd she faltmrnne ronaral ,iaterintinn. 7fle iswile of the pow or firm vitro eontracteWio. ' . .:pacchme of such. labor, services, equipment or materal7; ,. ton pUDRC.WO(K). .:.. (111,11me:ind address of person or firm) W, t Il ORIGINAL CONTRACTOR or Reputed Contractor, if any J{DO. T. agWWR must be furnished to construction lender OPHO i as to owner or contractor) (it known) . Trust, 6rira6 to which Supplemenuil Fringe Benefits efe.: . i'syefik�' • .' (name) (address) '(name) (address) (name)' (address)' (name) (address) (Material men'"" required to funish the above) If bills are not paid in full for :labor, services, equipment or materials furnished or to be furnished, the improved property may be.subject to mechanic's liens Dated: (title) TeteO!wa!i r't4�t�t () Date March 15, 1973 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1468 Project —T<ep�t of Pliunbing Fixttn^es Beach Front Public Restroans Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Means & Ulrich Address: 1629 E. Edinger Avenue, Santa Ana 92705 Amount: $ 95.200.00 Effective Date: 3 -15 -73 Resolution No. 7942 40�� Laura Lagios LL-dg Att. cc: Finance Department r s 0 8,. M E M B E R MEANS & ULRICH BUILDING - CONTRACTING - CONSTRUCTION 1629 EAST EDINGER SANTA ANA, CALIFORNIA 92705 (714) 543 -8413 March 7, 1973 "Our 27th Year" Mr. Kenneth L. Perry Project Engineer ' City of Newport Beach 3300 Newport Blvd. Newport Beach, California 92660 Ref: Contract #1468 Beachfront Restrooms Mr. Perry: In accordance with your request of February 28, 1973, relative to the above referenced project, we wish to certify the following; "We are aware of and will comply with Section 3700 of the Labor Code requiring every employer to be insured against liability for Workmen's Compensation or to undertake self- insurance before commencing any of the work." Sincerely, LLM /ss cc: Project Supt. Means / ve Vice President RECotr4 Vs,, a1 -., : c , fir, , �. �' •; ..1 \\BUILDING SOUTHERN CALIFORNIA SINGE 1946 M E M B E R MEANS & ULRICH BUILDING - CONTRACTING - CONSTRUCTION 1629 EAST EDINGER SANTA ANA. CALIFORNIA 92705 17141 543 -8413 March 7, 1973 "Our 27th Year" Mr. Kenneth Perry Project Engineer City of Newport Beach 3300 Newport Blvd. Newport Beach, California 92660 Ref: Contract 1468 Beachfront Restrooms Mr. Perry: Please find enclosed herewith the following materials relative to the above referenced project; 1) CONTRACT DOCUMENTS 4 Copies 2) LABOR & MATERIAL BOND 4 Copies 3) PERFORMANCE BOND 4 Copies 4) CORPORATE RESOLUTION 2 Copies 5) LIABILITY INSURANCE CERTIFICATES 2 Copies 6) SUBCONTRACTORS LIST 2 Copies Our Workmen's Compensation carrier, State Fund, has submitted certificates of coverage directly to your office. Trusting the enclosed is satidfactory and looking forward to another successful project, we remain Yours very truly, rry LLM /ss Encl: As Noted cc: Project Supt. ive Vice President BUILDING SOUTHERN CALIFORNIA SINCE 1946 F. T. ANDREWS INC • CONSULTING ENGINEERS • TELEPHONE area code 714.525 -1112 1343 West Valencia Drive • Fullerton, California 92633 March 5, 1973 INVOICE CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, California 92660 Attention: Mr. Kenneth Perry Terms: Net Contract #1478 FTA Job #72 -51 ----------------------------------------------------------------- For Professional Engineering Services rendered in connection with the design of the Mechanical Work for the City of Newport Beach Restroom Rehabilitation Project. Engineering Services: F. David 41.5 hours T. Puckett 124.5 hours 166.0 hours @ $20.00 per hour = $ 3,320.00 Draftina Services: T. Faircloth 14.5 hours M. Hutchens 35.5 hours 50.0 hours @ $17.50 per hour = 875.00 Clerical Services: C. Gourley 14.5 hours @ $ 7.50 per hour = 108.75 Architectural Services: Brown & Hallett 76.0 hours @ $20.00 per hour 1,520 ".00 Total Amount Billable: Total Amount Paid to Date: PAYMENT DUE: F. T. ANDREWS, INC. Cw RECEi; PICLIC WIRK� Ci; y ?F NE'ooP.;;i 'CACH, J Ca.LIF.. �LLry $ 5,823.75 5,570.00 $$ 2.53.75 61, March 5, 1973 INVOICE My -.-4EWPORT BEACH 3300 Newport Boulevard Newport Beach, California 0*Q Attention: Mri, Kenneth Perry Terms: Net Contract #1479 PTA Job 472-51 ---------------------------------------------------------------- -.5-ror Professional Engineering services rendered in connection WIV the design of the Mechanical work for the City of Newport Beach Restroom Rehabilitation Project. Engineerina Servicest 7 F. DaAd 41.5 hodr-s T. Puckett 124.5 hours 166.0 hours 0 $20.00 per hour .3,320.00 Drafting Servicews T. Faircloth 14.5 hours -� M. Hutchens 35.5 hours 50.0 hours @ $17.50 per hour 875.00 Clerical Services: C , 4`,Gourley 14.5 hours @ S 7;90 per hour 108.75 Architectural Services: Brown & Hallett 76.0 hours @ $20.00 per ho%r 1*520.00 Tot& 1 Amount Billable: 5*823.75 Total Amount Paid to Date: Jo570.00 PAYMENT DUEL _253.75 F. T. ANDREWS, JIM. cw v;_;"A TMENT . RESOLUTION No. 7 9 4 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR RE- PLACEMENT OF PLUMBING FIXTURES IN BEACHFRONT PUBLIC RESTROOMS TO MEANS & ULRICH, CONTRACT NO, C -1486 WHEREAS, pursuant to the notice inviting bids for work in connection with the replacement of plumbing fixtures in beachfront public restrooms, in accordance with the plans and specifications heretofore adopted, bids-were received on the 8th day of February, 1973, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Means & Ulrich; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Means & Ulrich for the work in the amount of $95,200 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder, ADOPTED this 26th day of February, 19730 Mayor ATTEST: City Clerk DON: six 2/22/73 Srinderson Mechanical Corporation 352 East Monterey Avenue Pomona. CA 91766 Subject. Replacement of Plumbing itures in Beach Front Public Restrooam. C•1468 Son3'imhRn: This is to inform you that a* February 269 19739 City Council awarded the subject contract to Means i Ulrich of Santa Anao who submitted the low bid of $96.200. We wish to thank you for submitting a bid and hope that you will continue your interest in future projects for the City of Newport Beach. Very truly yours. Kenneth L.. Perry Project Engineer KLP /em February 28, 1978 s J. Ray Construction Company 188 East 17th Street Coats Mesa. CA 92627 Subject. Replacement of Plumbing ixtures in de+ao r"Mt Public Restroons, C-14 -6$ Gentlemen: This is to inform you that on February 260 1971, City CmciI . awarded the subject contract to Means and Ulrich of Santa AMv who submitted the low bid of $96.200. We wish to thank you for submitting a bid and hope that you will continue your interest in future projects for the Cite of Newport Beach. Very truly yours. Kennethh't. Perry Project Eaginear KLP /em . A mss. 166 February 28, 1978 s J. Ray Construction Company 188 East 17th Street Coats Mesa. CA 92627 Subject. Replacement of Plumbing ixtures in de+ao r"Mt Public Restroons, C-14 -6$ Gentlemen: This is to inform you that on February 260 1971, City CmciI . awarded the subject contract to Means and Ulrich of Santa AMv who submitted the low bid of $96.200. We wish to thank you for submitting a bid and hope that you will continue your interest in future projects for the Cite of Newport Beach. Very truly yours. Kennethh't. Perry Project Eaginear KLP /em . A mss. February 28. 1979 Austin Building Company 610 Newport Center Drive Saito 306r Newport Beach, CA 92660 Subjects Rspkament of Plumbing Fixtures fa 6rach Front public "Strom uC -1468 Gentlemen. This is to inforu you that on February 26., 1973, City Council awarded the subject contract to Nan* A Ulrick of:Wta Ana* who submitted the low bid of 1969200. We wish to thank.you for subisitting a bid apwl;hope that yyww will continue your interest is future projsats for the City of Newport Beach. Very truly yours. Kenneth L. perry project Engineer KLP /e, February M1973 1973 ARans i Ulrich 1629 E. Edinger Avenue Santa Ana, CA 92705 Attention: Mr. Larry L. titans Subject: Replacement of Pluebi. Fixtures in 9660frntt Public Rostrum (Contract } Gentlemen: The city Council on February 269 1973 awarded to Meats &'Ulrich the contract for Replacasest of Plumbing Fixtures in Beaehfront Public Rastroome. The`ward includes the Base Bid plus Additive Bid Items i, 2 and 3 in the .total: contract amount of $96,200.000- Enclosed are four copies of the contract documents. It will be nec- essary for you.to execute and return a Material and Labor Bond for 50% value of the contract amount, a Faithful Performance Mad far 100% of contract amount; and four copies of the contract. The date of the con- .. tract is to be left blank. .and it wilt be filled in when the City executes the agreement. The y Clark, processed 2) Public Works Deparbsentt, (3)tContractor,vW follows: 4 (1) bonding company. In addition to the above documants, Please submit can ificates -for ppublic liability and property damage insurance and workmen's Gaopensstion insur- ance* THE FOLLOWING INSURANCE REQUIREMM NAT BE STRICTLY FOIJ MEO: 1. The City of Newport Beach is to be tweed as an addi- tiomrai insured on the public. liability and property .damage insurence. -... The pudic liability and p open- y damp policies shall be endorsed as follows: 'It is hereby understood and "read that the policy to which this certificate refers may not bt cancp led. mat rially ch , mor the polio allowed to lapse untl:i ten (I�! }' day?s: after receipt - 4 February M1973 1973 ARans i Ulrich 1629 E. Edinger Avenue Santa Ana, CA 92705 Attention: Mr. Larry L. titans Subject: Replacement of Pluebi. Fixtures in 9660frntt Public Rostrum (Contract } Gentlemen: The city Council on February 269 1973 awarded to Meats &'Ulrich the contract for Replacasest of Plumbing Fixtures in Beaehfront Public Rastroome. The`ward includes the Base Bid plus Additive Bid Items i, 2 and 3 in the .total: contract amount of $96,200.000- Enclosed are four copies of the contract documents. It will be nec- essary for you.to execute and return a Material and Labor Bond for 50% value of the contract amount, a Faithful Performance Mad far 100% of contract amount; and four copies of the contract. The date of the con- .. tract is to be left blank. .and it wilt be filled in when the City executes the agreement. The y Clark, processed 2) Public Works Deparbsentt, (3)tContractor,vW follows: 4 (1) bonding company. In addition to the above documants, Please submit can ificates -for ppublic liability and property damage insurance and workmen's Gaopensstion insur- ance* THE FOLLOWING INSURANCE REQUIREMM NAT BE STRICTLY FOIJ MEO: 1. The City of Newport Beach is to be tweed as an addi- tiomrai insured on the public. liability and property .damage insurence. -... The pudic liability and p open- y damp policies shall be endorsed as follows: 'It is hereby understood and "read that the policy to which this certificate refers may not bt cancp led. mat rially ch , mor the polio allowed to lapse untl:i ten (I�! }' day?s: after receipt by the City Clark of M"ty.of Newport Beach. C11 Nall, Newport Beach , California. of a rogistered written notice of such taneailation or reduction in :overage." 2. The Mnismm limit of Aa insurance shall be as /bllows: A. Limit of liabty ier bodily injury or accidental deaths Each person 0,000 Each accident 00000 NO Aggregate products 0000 B. Limit of liability for property damage: Each accident 1 1000000 Ism Aggregate protective $000 Aggregate roducts $5000000 Aggregate contractual $500,000 3. A signed certification regarding workmen's compensation insur- ance shall be as follows: "I as ware of and will comply with Section 3700 of the Labor Code, rreeqqu /ring ry as layer to be insured against liability for workaaen s compensa- tion or to undertake self - insurance before eommc ing spy of the work." The specifications require that all of.:.tha._above documents be pnaeuted and returned to the City within 10 days (not including Saturdapr, Sunday and Federal Holidays) after they have been Palled to you. The City has applied for coastal zone permits. No difficulty, is anticipated in securing the coastal zee pere0ts. The City is also obtaining building permits. Very truly yours. 0� Jt�h L. Perry Project Engineer q.P :hh Encla /,Z"'t/ cc: State Compensation Insurance Fund United Pacific Insurance Co., Lee Smith is Co.O Insurance a �v j ;om W J C- z v.. -� °z � u t- a maw �JlxF.z H 0 -oz H V W �I 0 F W S �nin�l�ih��menme 81 NIdI��NgInI�N�R !I IIIR9 � w tel- �Illtlllllll' �� ml r11e9191111N11M1tl181111111� 0 F W S CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONTRACTORS CHECK -OUT LIST Bid Opening Feb 8, 10 AM PROJECT Working Days Deposit Required Replacement of Plumbing Fixtures Engineer's EstimatgMtuu in Beach Front Public Restrooms. C -1486 NO. NAME AND ADDRES PHONE DEPOSIT REMARKS CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONTRACTORS CHECK -OUT LIST Bid Opening Feh g In. Am PROJECT Rpplaramnnt of Plimhing FiYturoc Working Days Deposit Required in Roarh Frnnt Puhlir Raetrnnme Engineer's Estimate 43 Fnn r i�oc NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS Anderson Plumbing / -26- 73 620 poinsettia iW-4 =Z) Santa Ana 92700 Pacifhc Plumbing 615 E Aashington �anta Ana „ Jim Lee 1603 Superior Costa Mesa. CA 92627 6-6154 v Oldfield P1um4ing 321nW. Chapman 7-73 ge CA 92669 Or. County Builders Daily Construction N F.W. Dodge �l F.T. Andrews, Inc. 1343 W. Valencia Or Fullartgn. CA r12f; 1119 BROWN AND HALLETT 1720 W. La Palma Suite J92803 Morris Builders 2 sets 1312 E. Wakeham 1 -31 Santa Ana CA 92705 The plan Room 1417 Georgia 14%11 ## 749 -73 ft -Ht" umbing, Heating and Ai rCondi ti oni i g 1514 B Harper Santa Apa- CA 927nI _ .023 0 lae-� �2 - /- 73 - Consolidated p6chanical Corp 1249 Glenoaks a-Ca JanuAry 25, 1973 C-468 CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, California 9u'go Attention: Mr. Kenneth Perry Terms: Net PTA Job f72 -51 Contract M-718- C -r�G� ----------------------------- ---------------- -------- For ProfessionaY .Engineering.$ervices rendered in connection with the design of the MechanicaV'Work for the City of Newport Beach Restroom Rehabilitation Project. Engineering Services: F. David T. Puckett Drafting Services: T. Faircloth M. Hutchens Clerical Services: 32.5.hours 124.5 hours 157.0 hours @ $20.00 per hour $ 3,140.00 14.5 hours 35.5 hours 50.0 hours @ $17.50 per hour $ 87$:,00 C. Gourley 13.0 hours @ $ 7.50 per hour- 97.50 Architectural Services: Brown & Hallett 76.0 hours @ $20.00 per hour 1,520.00 TOTAL PAYMENT DUES ".516.32-50 F. T. ANDREWS, INC. 1 January 12, 1973 TO: GENERAL SERVICES DEPARTMENT FROM: Public Works Department SUBJECT: CONTRACT FOR THE REPLACEMENT OF PLUMBING FIXTURES IN BEACH. FRONT PUBLIC RESTROOMS (CONTRACT 1486) Attached for your review and comments is a,.,draft copy of the general and special provisions for the contract. The consultants have not yet supplied the technical provisions. The special provisions are brief, but they would suffice.as written if public convenience was not a factor to be considered. The General Services Department is therefore requested, in its capacity as the Department responsible for operat- ing the restrooms, to add or change any provisions to the special conditions or invitation to bid that are considered desirable. Additions or changes may be made by marking on the draft copy, or by a separate memo. The corrections should be returned.to the Public Works Department by Thursday, Januar 18 in order that the corrections may be included in the final "$T Mmen` X°" At the January 9 meeting with the conslu tents ft was said %fiat a.budget amendment would be requested to perform all of t"he 1work in"one' contract. The Public Works Director did not agree. His position is. Wt -the City Caunci.,1 did.not approve spending over $50,000 in 1972 -73 fop the'�project..Accordtngly,' the proposal has been set up in such a manner that the.repair of:thd ihree.res moms included in the base bid will form a substantial contract. Depending upon the bids, possibly another restroom can be included-wi,tbin the:- dnpropr If there are any questions, please contact me. C Kenneth L. Perry Assistant City Engineer KLP:hh _ .. - ---------- U4 WWA i A ��w 5 k v ... T. ANDREWS & COO MECHANICAL ENGINEERS LAMBERT 5 -1113 LAMBERT 5 -1114 January 22, 1973 INTER - OFFICE COMMUNICATION TO: Mr. Ken Perry CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, California 92660 FROM: Frank G. David SUBJECT: Newport Beach City Restroom Rehabilitation JOB NO.: FTA Job #72 -51 1343 W. VALENCIA DRIVE FULLERTON, CALIFORNIA List of recommended contractors for job: 1. Anderson Plumbing: 620 Poinsettia, Santa Ana, California 2. Pacific Plumbing: 615 East Washington, Santa Ana, California Attention: Fred Zeck 3. Jim Lee: 1603 Superior, Costa Mesa 646 -6154 4. Oldfield Plumbing: 321 West Chapman, Orange, California FGD:cw RECE�U 1� PUBLIC WORKS g JAN ? A 1 73 : CttY OF NEWPORT BEACM, C�6tF, v , January 12 103 TOS CMERAL SERVICES DEPARTMEHT FROM: - Public Works Department....._ SUBJECT: CONTRACT FOR THE REPLACENENT OF .PLUMBING FIXTURES: IN BEACH FRONT PUBLIC RESTROOMS (CM ~:1486) _1>: . Attached for your review and comments is a draft c► of the, general and special provisions for the contract. The consultants have not yet supplied the technical provision. . . I . I The special provisions are brief.. but they would suff-too -a.writt" If *11c, convenience was not a factor to tit considered. The Giniral Services Departma is therefore requested, in its capacity as t1w Deparbient responsible for Wet- Ing the restrom. to add or change mW prvAsldis to lfii'speejal condition or invitation to bid that are considered desirable. Additions or changes may be made by marking.on the 4r&ftL..*W$ Or by & separate. memo. - 'Us - Corrections should be returned to tMe Publ4c.VGA$ Department by Thursday* January 18 In order that the corrections may be - included in.the film) set of documents. At the January 9 meeting with the consultants it was said Mat a budget amendment would be requested to perform all of the work in one contract, Tha-:Public Works Director did not agree. His position. Is that the city 0'Weit did not approve spending over $50#000 In 1972-73 for the project. Accoirdftigly-, the I h been set up in such a manner that,.the repairof:the three restrow Ln"tru=d%as' the bass bid will form a substantial contract. Depending upon the *M s" possibly another restroom can be included within the appropriation,, If there are any questions. please contact me. Kenneth L. Perry Assistant City Engineer KLP:hh CITY OF NEWPORT BEACH C PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard Date Jan. 9. 1972 TO: F. T. Andrews, Inc. Consulting Engineers 1343 W. Valencia Drive Fullerton, CA 92631 ATTENTION: Mr. Frank G. David SUBJECT: Sample City Specifications We are transmitting the following: No. Copies Description 1 Sample of a set of City specifications. Remarks: The colored payee' were prepared by the City. The whit* pages were typed by the architect. The City than asswbled the package. The same procedure should be followed on the restroam rehabilitation contract. By: Kenneth t. Perry Assistant City Engineer Copies to: KIP shh Att. Mr. J. r. myndersfi General Services Director CITY OF MWORT BrACft 3300 Newport Boulevard Newport Beach, Calif. ^ �\ CF S.;IIF. NoMMeber 17, 1972 Sub ect: N 'r j ewpott teach aestroom Rehabilitation FTA Job Number 72 -61 Dear Sire We would like to confirm our recent discussion held at our meeting of November 15, 1972, =pots the subject project. Those present wares Mousers; J. l.:llynderse, then Perry, wade Beyeler, Don Brown and Frank David. Several sketches and methods were presented by Don Bra" :- showing various'idoas for the treatment of the exterior: showers, toilet room floors and walls, toilet partitions and doors. It was generally agreed th6'the extent of work in the restrooms would be restricted to priority items, namely, replacement of: a) Existing deteriorated piping and plumbing b) Replacement of floor type urinals to wall type C) Reworking of the exterior showers to reduce main- tenance on the valves and eliminate the algae growth problem d) Provide a design for the ultimate replacement of toilet partitions which would be included at the City's option depending on the availability of funds. Accordingly, F. T. Andrews, Inc. will proceed on the follow- ing basis unless otherwise directed by the Citys 1. Use precast concrete partition'with colored eonerete,and smooth finish. The backs of the partitions will be rounded to reduce leverage and pullout of the bolting in the event of vandalism. 2. Repair the floor tile under the urinals. Tile flooring throughout was suggested as a means of reducing maintenance Wit. }G T x �T � ._f � �' '� ai'.'. �' Abl, ry ;: So Jr. Itevesber 17, 1971 rage 2 and eliminating the piting of tfloors but this was believed to be beyond the scope of this project. 3.. outside showers will be tiled using st i ss steel enclo- sures for the plumbing. 'TU enclosures ,l be approxi- mately 24' high and-'span thil".} width of the, showering ; __ area. Reads to be located &Cl! 6' and the v"v" .(push bfttt*ft') located as low as post_ a so that small children may rsaah it. Some exposed pi is acceptable provided it is adequateiy secured. 4, Use stainless steal tsr►ugh arinals wit....siutoaatio flush valves. 5. Replao& lavatories with 8Adley+ type was'f1' fountains. In- dicate aiternate proposing substitution of standard lava- tories if bid xJkre high. 6. Replace grates on floor- drains,_aan8 traps were deemed not necessary.': Please cal -1 ue if tha foregoing is not an aocurate'record of our meeting. Very truly yours, P. T. ANDREWS, INC: f. Pit - 1, —`fir q= r > 011 i oil Z-w j TV Y i S Cf b.. .� .. 4 n. :- -t., 4y s .. Off1 3 Y is ! K S S T• "f DONALD M. MUM; I4'6C'1 1720 West La Pa2i�te ; Anaheim. California's $S*i' Frank G. David FGDiCM cc: Mr. "Yaderee Ken Perry, �-- V. Y / PUSH, t F, t September N. -10t Fo T. Andramot Inc. 1343 K, Valencia Drive Fullerton. CA 9M Attention: Nr, Frank David Subject: Contract 1468 Gentlems": Attedied for your we are to oxacuted apins of On gIfterifte Services agreement for the ratio" of plus* Spocif rftl"O at estimates for go rehab 11 tation of plumbing fixtures In wig restrams in Newport 1"Oh. It is requested that you boon weft at your earliest oppm1ange. The intention of the City is to have the octal rehabilitation work Completed as soon as possible became the fagilities an in nod of ism"M repo /r. For am of filing It is requested that the plan be prepared on draiming shoots that do not examed 24• x XO overall, If there are OW questions regarding the extent of the rehabilita- tion work please all Nr- Made kyolor at 6734114v extension 2$4. If V-*n are OW question regarding contract administration,. please call W at 03.2110. extension in. very truly yours, MM14U Perry Assistant City Ewpoor ILP:hh Att. cc: 4oneral Services Deportment Date September 27, 1972 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. C -1468 Project specifications and estimates for Beach Front :Public Restroom Facilities Rehabilitation y gas Attached *signed cop#f of subject contract for transmittal to the contractor. Contractor: F. T- Anllm�_ Tnr_ Address: 1343 W. Valencia Drive .Fullerton Amount: $ Hourly - see contract Effective Date: September 21, 1972 Resolution No. 7797 LL :dg Att. cc: Finance Department Laura Lagios CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard Date Septaaber 13, 1972 TO: F. T. Androwso Inc. 1343 W. Valencia Drive Fullertono CA 92633 ATTENTION: Frank David SUBJECT: Contract 1468 We are transmitting the following: No. Copies Description 4 Contract 2 Instructions for execution of contract. Remarks: The City requires that the attached instructions for the execution of contracts be strictly followed. Plane have the corporate seal attached to the document and have Frank David indicate his title. Copies to: Att. By: W Kenneth L. Perry Ant, City Engineer F. T. ANDREWSiYC. Consulting EnginaW 1343 W. Valencia Drive FULLERTON, CALIFORNIA 92633 Phone 525.1118 CITY OF NEWPORT BEACH TO PUBLIC WORKS DEPARTMENT 3300 West Newport Boulevard Newport Beach, California GENTLEMEN: WE ARE SENDING YOU X6 Attached ❑ Under separate cover via the following items: • Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications • Copy of letter ❑ Change order 71}}C�OntrdCt. DATE 9 -15 -72 JOB No 72 -51 ATTENTION Mr. Kenneth Perry RE: City of Newport Beach Restroom Rehabilitation Project DESCRIPTION 4 ea. COPIES DATE NO. DESCRIPTION 4 ea. Signed Contract. THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ For your use ❑ As requested ❑ For review and comment ❑ FOR BIDS DUE ❑ Approved as submitted ❑ Approved as noted ❑ Returned for corrections • Resubmit copies for approval • Submit copies for distribution • Return corrected prints 19 ❑ PRINTS RETURNED AFTER LOAN TO US IN COPY TO vI IC" F SIGNED: ..........:..: �....r �r.RNOwr.....�,. atw,intby...e'k. T: Andrews. P.E.rPres.:CW • RECEIVED* 14 1972 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard Date September 13, 1972 TO: F. T. Andrews, Inc. 1343 W. Valencia Drive Fullerton, CA 92633 ATTENTION: Frank David SUBJECT: Contract 1468 We are transmitting the following: No. Copies Description 4 Contract 2 Instructions for execution of contract. Remarks: The City requires that the attached instructions for the execution of contracts be strictly followed. Please have the corporate seal attached to the document and have Frank David indicate his title. Copies to: Att. By: 1 Kenneth L. Perry / Asst. City Engineer • CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3300 NEWPORT BLVD. NEWPORT BEACH, CALIF. 92660 INSTRUCTIONS FOR EXECUTION OF CONTRACT CORPORATIONS: s. THE SIGNATURE MUST CONTAIN THE NAME OF THE CORPORATION, MUST BE SIGNED BY THE PRESIDENI`AND SECREIAR.Y_OR, Ass ISTANT,. "RE- TARY, ,AND THE CORPORATION SEAL MUST 'BE AFFIXED. OTHER PER - 90I75 MAY SIGN FOR THE CORPORATION IN LIEU OF THE ABOVE IF A CERTIFIED COPY OF A RESOLUTION OF THE CORPORATE BOARD OF DIRECTORS AUTHORIZING THEM TO DO 50 IS ON FILE WITH THE CITY. PARTNERSHIPS: 1 THE NAMES OF ALL PERSONS COMPRISING THE PARTNERSHIP OR CO- PARTNERSHIP MUST -BE STATED. THE BID MUST BE SIGNED BY ALL PARTNERS COMPRISING THE PARTNERSHIP UNLESS PROOF. IN THE FORM OF A CERTIFIED COPY OF A CERTIFICATE OF PARTNERSHIP ACKNOW- LEDGING THE SIGNER TO BE A GENERAL PARTNER IS PRESENTED TO THE CITY, IN WHICH CASE THE GENERAL PARTNER MAY SIGN. JOINT VENTURES: INDIVIDUALS: BIDS SUBMITTED AS JOINT VENTURES MUST SO STATE AND BE SIGNED BE EACH JOINT VENTURER. BIDS SUBMITTED BY INDIVIDUALS MUST BE SIGNED BY THE BIDDER, UNLESS AN UP -TO -DATE POWER OF ATTORNEY HAS BEEN GRANTED BY SAID INDIVIDUAL TO ANOTHER PERSON AND SAID POWER OF ATTORNEY IS ON FILE WITH THE CITY, IN WHICH CASE SAID PERSON MAY SIGN FOR THE INDIVIDUAL. THE ABOVE RULES ALSO APPLY IN THE CASE OF A FICTITIOUS FIRM NAME. IN ADDITION, HOWEVER, WHERE THE FICTITIOUS NAME IS USED, IT MUST BE-SO. INDICATED IN THE SIGNATURE- DATE ...... r Z ........ �................. TO: MAYOR Q COUNCIL Q MANAGER Q ATTORNEY Q BUILDING O CITY CLERK Q FINANCE Q FIRE GEN. SERVICES O HARBOR & TIDELANDS 0 LIBRARY Q MARINA PARK Q MARINE SAFETY Q PARKS & REC. Q PERSONNEL Q PLANNING Q POLICE PUBLIC WORKS Fj PURCHASING Q TRAFFIC FOR :O ACTION & DISPOSITION M FILE ,. Q INFORMATION Q REVIEW & COMMENT Q �EATU RN September 8, 1972 TO: CITY ATTORNEY FROM: Public Works Department SUBJECT: REHABILITATION OF PLUMBING FIXTURES IN PUBLIC RESTROOMS (Contract 1468) Attached are the original and 3 copies of an Engineering Service Agreement with F. T. Andrews, Inc, for the prepara- tion of plans, specifications, and estimates for the rehabilitation of plumbing fixtures in public restrooms. It is requested that the contract be approved as to form and then forwarded to the City Clerk for signature. 16�vvn4 � , &?Al Kenneth L. Perry Assistant. City Engineer KLP:hh cc: General Services, Attention: W. Beyeler Att. R. TO: CITY ATTMEY " FMKg Wic WW t::%Psft ant SUSJECTa RMILITATION Of PUMING FIV#W IN `PUKIC USYROOMS (Contract 1468) Attached are the original and 3 001" of an ogi a9 Servicel�reastaet with F. T. Ads, lee, for tm pr"ara- tion of 01ens0 swificationsfi and asti it for the rehabilitation of plobive fixtures in Public restru". It is rogmted that the oswwt ba'apProved as to fare and then teawarded.to the tit ,,Cisrk far sisnature'. Assistant City toginear KLPahb ee: Gamest Services, Attentians Y. �jrelar' Att. r $01972 TO: CITY ATTMEY " FMKg Wic WW t::%Psft ant SUSJECTa RMILITATION Of PUMING FIV#W IN `PUKIC USYROOMS (Contract 1468) Attached are the original and 3 001" of an ogi a9 Servicel�reastaet with F. T. Ads, lee, for tm pr"ara- tion of 01ens0 swificationsfi and asti it for the rehabilitation of plobive fixtures in Public restru". It is rogmted that the oswwt ba'apProved as to fare and then teawarded.to the tit ,,Cisrk far sisnature'. Assistant City toginear KLPahb ee: Gamest Services, Attentians Y. �jrelar' Att. city Project: Date of Meeting: 0 INWC.-COMNSU TELEPHONE area code 714 • 525-1112 lyj West.Valencia Dri ve rton, California 92633 MEETING RE �POR Newport ":$ch tro -8 pT_A.J6h Present: Ken Perry, - W9. Beyeler, J. A. Mynduse, Don Brown, Terry Puckett, ,Frank David -,:.-,-Showei head height will be 5 petering push.button height will 4 2.- Concrete patti tion height .1 will be' -0 R. painted..pA i6o, -s, 'men have -Yw , _d_d6dr at s side de, * w3. th p nted*. plywoo or .41 st4lls with -Q.1Ut;,side',d6O1` n :t View 0 . .. - ; y il ail with.stainlers .steel- Y . 3." Contkact-A-rawinga.will th6l"dis Painting Of all P, tchinO':i6i --match iDcludkn4 misb.Ate Ms.. . 4.- FT .4. Will check. ipst4llation_,O*f SAndtrap f b t, waw -fountain. -D;awings will indicate a'jinkllng service -encountered.' 15 tWater mete r 'not j,.jj: corx .(NIC)..*.and will .are handled, by Koh Perry.. ,A T No new drajnageW*j:jf be W ovIde for .61itside new Corona del * Mar iindere c .8 • 3'Drawings will x4di.cate- replacement of existing drinking I with new at 1* 1 - - ing ountain Newport - pier.. 9i Ken= Perry will'send sample spec.*.to F . TA.% Thi . .9 office will type on bond *paper to be retyped and.altered-as necessary for1reproduction by,. City of :Newport 10 J.Disposlal of f ixtures and Oiping,will- be by -Contractor. 11. ',Two e.` (2) Time.cJO6 * Fwi s 11, be proviVed f4br urinals. at each site and programmed for summer and winter conditions. 1Z.' Ken Perry will take..plans through plan check. 13. Plans and specs to be,complete by Jan. 22, - 1973. February 26, 1973 CITY COUNCIL AGENDA TO: CITY COUNCIL ITEM N0. H -2 (f) FROM: Public Works Department SUBJECT: REPLACEMENT OF PLUMBING FIXTURES IN BEACHFRONT PUBLIC RESTROOMS (CONTRACT 1486) RECOMMENDATIONS: 1. Adopt a resolution awarding the contract for the base bid plus Additive Bid Items Nos. 1, 2, and 3 to Means and Ulrich in the total amount of $95,200; and authoriz- ing the Mayor and the City Clerk to execute the contract. 2. Approve a budget amendment in the amount of $56,400. DISCUSSION: At 10:00 A.M. on February 8, 1973 the City Clerk received and opened four bids for replacement of plumbing fixtures in beachfront public restrooms, Bidder Means & Ulrich Santa Ana J. Ray Construction Co. Costa Mesa Brinderson Mechanical Corp Pomona Austin Building Co. Newport Beach Estimate Additive Bid Items Total Base Bid 1 2 3 Bid $55,700 $15,700 $16,700 $ 7,100 $95,200 56,900 17,900 14,500 63,671 18,427 17,089 75,000 22,000 21,000 43,600 9,250 11,250 6,700 96,000 6,589 105,776 12,000 130,000 3,250 67,350 The low bid (base bid) is 27.5% more than the funds available of $43,600. The relative closeness of the low and second low bids, both submitted by qualified and well -known contractors, indicates that the bids represent the true cost of construction. The consulting engineer who prepared the plans concurs in this opinion. The budget provided $50,000 for the project from the General Fund in Account 02- 1095 -246. $6,400 is encumbered for plans, specifica- tions, and supervision, leaving $43,600 available for construction. The proposed budget amendment includes an allowance for contingencies. The work involves the replacement of plumbing, fixtures, exterior showers, and the replacement of toilet partitions with precast concrete partitions at the following six facilities i de , f ty of need. DATE FEB 26 1971 February 26, 1973 Subject: Replacement of Plumbing Fixtures in Beachfront Public Restrooms Page 2. Base Bid Additive Bid Item No. 1 Additive Bid Item No. 2 Additive Bid Item No. 3 Newport Pier Fifteenth Street Balboa Pier Corona del Mar (newer building) Corona del Mar (old building) Buck Gully The 1972- 73.budget approved $50,000 for the project in 1972 -73; and recommended $25,000 additional in each of two following fiscal periods. Comple- tion of the work at this time as recommended would eliminate the need for the future projects. Completion of the entire project at this time would have the follow- ing advantages: 1. Probable lowest total cost because of the rapid rate of increase in construction costs. This project is labor intensive and thus more vulnerable to cost inflation than some other types of construction work. The rate of inflation for this project is estimated to be approxi- mately 10% per year. 2. Reduction in maintenance costs. The General Services Director feels that the rate of plumbing failures is in- creasing to an unacceptable point. Repair of this type of failure is extremely expensive. 3. Reduction in periods of time restrooms must be closed for maintenance work. If however it is desired to more closely follow the original program, the following actions should be taken: 1. Adopt a resolution awarding the contract for the base bid only, to Means & Ulrich, in the amount of $55,700.00; and authorizing the Mayor and City Clerk to execute the contract. 2. Approve a budget amendment in the amount of $15,000.00. The engineer was F. T. Andrews, Inc., of Fullerton. The associated architects were Brown & Hallett, of Anaheim. The estimated date of completion if June 15, 1973. in irector • 0 August 28, 1972 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS RECOMMENDATION: Adopt a resolution authorizing the Mayor and the City Clerk to execute an engineering services agreement with F. T. Andrews, Inc., Consulting Engineers, to prepare plans and specifications for the rehabilitation of beach front public restroom facilities. DISCUSSION: The 1972 -73 budget contains $50,000 to replace pluming fixtures in public restrooms. The work is to be done by private contractor. It is recommended that a private consultant be hired to prepare plans, specifications, and estimates for the entire project. A contract can then be let for the amount of money available for construction. Next year an appropriation will be sought to complete the work using the same plans and specifications. A proposal has been received from F. T. Andrews, Inc., Consulting Engineers of Fullerton, to provide the mechanical, electrical, and architectural consulting services needed for the project. The contract would be based on standard hourly rates with a guaranteed maximum cost of $6,400. The services to be performed are: 1. Prepare detailed plans and specifications for the entire project. 2. Prepare detailed cost estimates. 3. Check contractor's shop drawings. 4. Provide periodic field inspection. The firm of F. T. Andrews, Inc. has not previously worked for the City. However, the City's Building Division indicates that, based on work for private clients, the firm is well qualified to do this type of work. Compensation is based on standard hourly rates with a specified maximum fee of $6,400. The total construction cost, estimated in April 1972, is $80,000 for all replacement work. Approximately $43,600 will be available for construction this year. An additioAal appr9priation will be sought next year. eph Woks vlin LL lic Director /bg t ' TO FROM SUBJECT CITY COUNCIL January 22, 1973 Public Works Department and General Services Department /-/-,/ 3 REHABILITATION OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS (CONTRACT 1468) RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be received at 10:00 A.M. on February 8, 1973. DISCUSSION: On August 28, 1972 the City Council authorized F. T. Andrews, Inc., Consulting Engineers, to prepare plans and specifications for the rehabilita- tion of beach front public restroom facilities. Six facilities were included in the project. The 1972 -73 budget contains $50,000 for the project. The sum of $6,400 has been encumbered for engineering services, leaving $43,600 available. Following is an estimate of the total cost to rehabilitate the six restrooms. The restrooms are listed in order of priority of need: 1. Newport Pier $13,000) 2. 15th Street 9,500) 3. Balboa Pier 10,000) 4. New Corona del Mar 9,250 5. Old Corona del Mar 11,250 . 6. Buck Gully 3,250 Construction Sub -Total $56,250 Contingencies (10 %) 5,600 Chemical Toilets 5,000 Water Meters (2) 1,000 Engineering 7,150 $75,000 Base bid Additive Bid No. 1 it " No. 2 It " No. 3 The plan is to complete as many restrooms as possible within the current appropriation. The others will be completed under a future contract as funds become available. The restrooms at Newport Pier, Fifteenth Street, and Balboa Pier constitute the base bid. Each of the other restrooms is shown as an additional bid item. The work consists of replacing plumbing fixtures, fresh water pipes, and partitions. The new partitions will be of precast concrete. Replacement of showers on the exterior of all the buildings will be included in the work. DATE ,AN 221973 IL • January 22, 1973 Subject: Rehabilitation of Plumbing Fixtures in Beach Front Public Restrooms Page 2. The contract provides that all work must be and that no work will be permitted during Easter week. required to provide chemical toilets at all times that to the public. seph . Devlin P blic W ks Director LP:hh completed by June 15, 1973, The contractor will be the restrooms are closed TO: CITY COUNCIL 0 January 22, 1973 FROM: Public Works Department and General Services Department /7/-/3 SUBJECT: REHABILITATION OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS (CONTRACT 1468) RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be received at 10:00 A.M. on February 8, 1973. DISCUSSION: On August 28, 1972 the City Council authorized F. T. Andrews, Inc., Consulting Engineers, to prepare plans and specifications for the rehabilita- tion of beach front public restroom facilities. Six facilities were included in the project. The 1972 -73 budget contains $50,000 for the project. The sum of $6,400 has been encumbered for engineering services, leaving $43,600 available. Following is an estimate of the total cost to rehabilitate the six restrooms. The restrooms are listed in order of priority of need: 1. Newport Pier $13,000) 2. 15th Street 9,500) 3. Balboa Pier 10,000) 4. New Corona del Mar 9,250 5. Old Corona del Mar 11,250 6. Buck Gully 3,250 Construction Sub -Total $56,250 Contingencies (10 %) 5,600 Chemical Toilets 5,000 Water Meters (2) 1,000 Engineering 7,150 $75,000 Base bid Additive Bid No. 1 No. 2 It No. 3 The plan is to complete as many restrooms as possible within the current appropriation. The others will be completed under a future contract as funds become available. The restrooms at Newport Pier, Fifteenth Street, and Balboa Pier constitute the base bid. Each of the other restrooms is shown as an additional bid item. The work consists of replacing plumbing fixtures, fresh water pipes, and partitions. The new partitions will be of precast concrete. Replacement of showers on the exterior of all the buildings will be included in the work. January 22, 1973 Subject: Rehabilitation of Plumbing Fixtures in Beach Front Public Restrooms Page 2. The contract provides that all work must be completed by June 15, 1973, and that no work will be permitted during Easter week. The contractor will be required to provide chemical toilets at all times that the restrooms are closed to the public. eph T1 IDevlin tic W ks Director :hh August 28, 1972 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS RECOMMENDATION: Adopt a resolution authorizing the Mayor and the City Clerk to execute an engineering services agreement with F. T. Andrews, Inc., Consulting Engineers, to prepare plans and specifications for the rehabilitation of beach front public restroom facilities. DISCUSSION: The 1972 -73 budget contains $50,000 to replace plumbing fixtures in public restrooms. The work is to be done by private contractor. It is recommended that a private consultant be hired to prepare plans, specifications, and estimates for the entire project. A contract can then be let for the amount of money available for construction. Next year an appropriation will be sought to complete the work using the same plans and specifications. A proposal has been received from F. T. Andrews, Inc., Consulting Engineers of Fullerton, to provide the mechanical, electrical, and architectural consulting services needed for the project. The contract would be based on standard hourly rates with a guaranteed maximum cost of $6,400. The services to be performed are: 1. Prepare detailed plans and specifications for the entire project. 2. Prepare detailed cost estimates. 3. Check contractor's shop drawings. 4. Provide periodic field inspection. The firm of F. T. Andrews, Inc. has not previously worked for the City. However, the.City's Building Division indicates that, based on work for private clients, the firm is well qualified to do this type of work. Compensation is based on standard hourly rates with a specified maximum fee of $6,400. The total construction cost, estimated in April 1972, is $80,000 for all replacement work. Approximately $43,600 will be available for construction this year. An additio al appro riation will be sought next year. l oseph T. Devlin ublic o ks Director P /bg August 28, 1972 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS RECOMMENDATION: Adopt a resolution authorizing the Mayor and the City Clerk to execute an engineering services agreement with F. T. Andrews, Inc., Consulting Engineers, to prepare plans and specifications for the rehabilitation of beach front public restroom facilities. DISCUSSION: The 1972 -73 budget contains $50,000 to replace plumbing fixtures in public restrooms. The work is to be done by private contractor. It is recommended that a private consultant be hired to prepare plans, specifications, and estimates for the entire project. A contract can then be let for the amount of money available for construction. Next year an appropriation will be sought to complete the work using the same plans and specifications. A proposal has been received from F. T. Andrews, Inc., Consulting Engineers of Fullerton, to provide the mechanical, electrical, and architectural consulting services needed for the project. The contract would be based on standard hourly rates with a guaranteed maximum cost of $6,400. The services to be performed are: 1. Prepare detailed plans and specifications for the entire project. 2. Prepare detailed cost estimates. 3. Check contractor's shop drawings. 4. Provide periodic field inspection. The firm of F. T. Andrews, Inc. has not previously worked for the City. However, the City's Building Division indicates that, based on work for private clients, the firm is well qualified to do this type of work. Compensation is based on standard hourly rates with a specified maximum fee of $6,400. The total construction cost, estimated in April 1972, is $80,000 for all replacement work. Approximately $43,600 will be available for construction this year. An additioAal appropriation will be sought next year. eph tWoks vlitn `� lic Direct or P /bg F. T. ANDREWS INC • CONSULTING ENGINEERS • TELEPHONE area code 714.525 -1112 1343 West Valencia Drive w4ullerton, California 92633 September 6, RECEIVED ` .16 PUBLIC WORKS Mr. Kenneth L. Perry VNEWPORT EP'7 1972 Assistant City Engineer CITY OF CITY OF NEWPORT BEACH BEACH, 3300 Newport Boulevard CALIF. Newport Beach, California 92660 Subject: Rehabilitation of Plumbing Fixtures in Public Restrooms (Contract #1468) Dear Mr. Perry: We are returning the four executed copies of the agreements for the subject project. We did not however, receive the memorandum to the City Council that was mentioned in your letter of August 31, 1972. Please let us know when the agreements are executed by the City so that we may commence our work. Thank you for your consideration. Very truly yours, F. T. ANDREWS, INC. Frank G. David FGD:cg Encl. (4) • • r - ILf r. ir August So Ifft F. Ti Andraiss Inc, Consulting bowers 1343 V. Volucia Drive Fullerton, CA M33 Attention: Frank 0, David SuMat: AsWilitatw ion of Plobing Fixtyrasin public Ra (Contract 1468) ftntlassa: On knot 280 1972 the City Council authorised the exace- tion of an anginwing service afr~t with your fine. Enclosed are four copies of an agrompt prepared by the City Attorneys plus a cM of a awarsodws to the City Council outming the scope of the strement* Pluse, execute all four of the and fttuft then to this office for execution by the City. If theft are 40'"question plot" call me. Very truly yours, Kenneth L. Perry Assistant City Engineer KLoshh Encl. "FIRWROMMMIM August 28, 1972 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: REPLACEMENT OF PLUMBING FIXTURES IN BEACH FRONT PUBLIC RESTROOMS RECOMMENDATION: Adopt a resolution authorizing the Mayor and the City Clerk to execute an engineering services agreement with F. T. Andrews, Inc., Consulting Engineers, to prepare plans and specifications for the rehabilitation of beach front public restroom facilities. DISCUSSION: The 1972 -73 budget contains $50,000 to replace plumbing fixtures in public restrooms. The work is to be done by private contractor. It is recommended that a private consultant be hired to prepare plans, specifications, and estimates for the entire project. A contract can then be let for the amount of money available for construction. Next year an appropriation will be sought to complete the work using the same plans and specifications. A proposal has been received from F. T. Andrews, Inc., Consulting Engineers of Fullerton, to provide the mechanical, electrical, and architectural consulting services needed for the project. The contract would be based on standard hourly rates with a guaranteed maximum cost of $6,400. The services to be performed are: 1. Prepare detailed plans and specifications for the entire project. 2. Prepare detailed cost estimates. 3. Check contractor's shop drawings. 4. Provide periodic field inspection. The firm of F. T. Andrews, Inc. has not previously worked for the City. However, the City's Building Division indicates that, based on work for private clients, the firm is well qualified to do this type of work. Compensation is based on standard hourly rates with a specified maximum fee of $6,400. The total construction cost, estimated in April 1972, is $80,000 for all replacement work. Approximately $43,600 will be available for construction this year. An additio al appro riation will be sought next year. (' �1 {� oseph T. Devlin AP���`J�p g�{ CI 1 vQv�"�� ublic o ks Director 141? P /bg DATE AUG 2 8 F. T. ANDREWSINC. CONSULTING ENGINEERS. TELEPHONE area code 714. 525 -1112 1343 Wr.,:;t Valencia Drive • Fullerton. California 92633 August 9, 1972 Mr. J. F. Mynderse General Services Director CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach,, California 92660 Subject: Rehabilitation of Existing Beachfront Restrooms Dear Sir: We talked to Mr. Ken Perry of Public Works to inquire about the status of our proposal we had submitted on April 26, 1972, and he suggested that we re- submit a proposal that would in- clude architectural services. On this basis, we are most happy to submit our revised proposal as follows: PROPOSAL F. T. ANDREWS, INC. will furnish professional architectural and engineering.services consisting of plans and specifications, cost estimates, shop drawing checking and periodical field in- spection for the subject work. Included in these services will be printing of the drawings and specifications for coordination and approval.: Continuous field supervision and reproduction and costs for bid documents are excluded. The -fee for the above services will be S percent of the construc- tion cost. The services would cover architectural, mechanical and electrical for upgrading five restroom sites: Newport Pier, 15th Street, Balboa Pier, Buck's Gully and Corona del Mar. Pre- liminary estimates in April indicated a construction cost of $75,000. y 0 • CITY OF NEWPORT BEACH August 9, 1972 Page 2 Alternately, if the City desires, the services of F. T. ANDREWS, INC. may be engaged on an hourly basis; $20.00 per hour for prin- cipals, engineers and designers, and $17.50 per hour for drafts- men. Clerical work will be billed at $7.50 per hour. The max- imum will be $6,400.00 based on an estimated construction cost of not over $80,000.00. Very truly yours, F. T. ANDREWS, INC. Frank G. David FGD:cw 1J 0 F. T. ANDREWS INC • CONSULTING ENGINEERS • TELEPHONE area code 714.525.1112 1343 West Valencia Drive • Fullerton, California 92633 April 26, 1972 Mr. J. F. Mynderse General Services Director CITY OF NEWPORT BEACH 3300.Newport Boulevard Newport Beach, Calif. 92660 Subjeet: Rehabilitation of Existing Beachfront Restrooms Dear Sir: We were most happy to meet with you and thank you for the op- portunity of submitting our proposal for professional engineer- ing services on the subject restrooms. Our meeting included a tour with Mr. Wade S. Beyeler of the various restrooms to determine the approximate scope of work that is needed. We found the following items need replacing to minimize maintenance and repair costs, make the plumbing facilities operable and in general, provide a more pleasant, updated,restroom environment. To be brief, we are combining the deficiencies we observed in the various buildings. 1. Severe corrosion on galvanized water supply piping. Needs immediate replacement. 2. Inoperative flush valves on fixtures. Older, internally worn valves should be replaced. 3. Sand - intrusion in the drainage piping at the floor type urinals. Fixtures should be changed to wall type. 4. Shgwer head and piping arrangement need replacing to reduce vandalism. 5. Replace damaged china and aluminum fixtures. The painted finish on the aluminum fixtures is separating. 6. Existing metal partitions are an apparent continual main- tenance problem. These should be replaced with non -cor- roding materials, ceiling hung if possible to facilitate washdown. 0 0 Mr. J. F. Mynderse April 26, 1972 Page 2 For upgrading the five sites -- Newport Pier, 15th Street, Balboa Pier, Buck's Gully and Corona Del Mar -- we estimate a construc- tion cost in the order of $75,000. A more detailed cost estimate will be necessary when plans and specifications are complete. PROPOSAL F. T. Andrews, Inc. will furnish professional engineering ser- vices consisting of plans and specifications, cost estimates, shop drawing checking and periodical field inspection for the subject work. Included in these services will be printing of the drawings and specifications for coordination and approval. Continuous field supervision and reproduction costs for bid docu- ments are excluded. The fee for the above services will be 6 percent of the construc- tion cost. Additional costs for architectural and /or structural engineering services will be paid by the City as separate con- sultants' fees. The consultants will be as recommended by F. T. Andrews, Inc. Alternately, if the City desires, the services of F. T. Andrews, Inc. may be engaged on an hourly basis; $20.00 per hour for engineers and designers and $17.50 per hour for draftsmen. Cleri- cal work will be billed at $7.50 per hour. The maximum will be $4,800.00 based on an estimated construction cost of not over $80,000.00. It was a pleasure meeting with you and we look forward to work- ing with you and your staff on this project. Very truly yours, F. T. ANDREWS, INC. Frank G. David Vice - President FGD:cg' TO: FROM: SUBJECT: Au di►t 16. 19n CITY ATTOrMSV --` >., Public Works Departt REPS OF PLUJWXTURES IN P1KX: RESTRM. The IM4 budget contains SO M for the rcelatamt of plumbing jute restroaaasi;; `staff has dstalmined that the a+ost a"tt_jaons method is to bare pion and specifics isit"Oepared by 4 to angineer. , and then have tho work done by contract. ir The attached oroposala kOe been received bh the 6earal Services Department i t.T. T. Andras Tn4 Consulting Erqi of.: #ullerbW It is p to have the pans. pecifica ,,.and estioatos preparedali of the work, and than. to d a construction contrast for as web as on be a 1Ht1Md with the available fts". Additional funds 11, (;*e sought next year to complete the work under a seaftd ftatruction contract using the same plans ad specifications. It is requested that your office prepare a contract for consideration by the City Council on August,28, 1972. The fors of the contract should be at standard hourly rates with a guaranteed saxism cost. The contract shill include necessary architectural services. The maximum fee shill be 0 a f � , F. T. ANQREWSINC• CONSULTING ENGINEERS• TELEPHONE area code 714.525 -1112 1343 V✓+ -t Valencia Drive • Fullerton, California 92633 August 9, 1972 Mr. J. F. Mynderse General Services Director CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, California 92660 Subject: Rehabilitation of Existing Beachfront Restrooms Dear Sir: We talked to Mr. Ken Perry of Public Works to inquire about the status of our proposal we had submitted on April 26, 1972, and he suggested that we re- submit a proposal that would in- clude architectural services. On this basis, we are most happy to submit our revised proposal as follows: PROPOSAL F. T. ANDREWS, INC. will furnish professional architectural and engineering services consisting of plans and specifications, cost estimates, shop drawing checking and periodical field in- spection for the subject work. Included in these services will be printing of the drawings and specifications for coordination and approval. Continuous field supervision and reproduction and costs for bid documents are excluded. The fee for the above services will be 8 percent of the construc- tion cost. The services would cover architectural, mechanical and electrical for upgrading five restroom sites: Newport Pier, 15th Street, Balboa Pier, Buck's Gully and Corona del Mar. Pre- liminary estimates in April indicated a construction cost of $75,000. 0 0 CITY OF NEWPORT BEACH August 9, 1972 Page 2 Alternately, if the City desires, the services of F. T. ANDREWS, INC. may be engaged on an hourly basis; $20.00 per hour for prin- cipals, engineers and designers, and $17.50 per hour for drafts- men. Clerical work will be billed at $7.50 per hour. The max- imum will be $6,400.00 based on an estimated construction cost of not over $80,000.00. Very truly yours, F. T. ANDREWS, INC. Frank G. David FGD:cw F. T. ANDREWS INC • CONSULTING ENGINEERS • TELEPHONE area code 714.525 -1112 1343 West Valencia Drive Fullerton, California 92633 April 26, 1972 Mr. J. F. Mynderse General Services Director CITY OF NEWPORT BEACH 3300,Newport Boulevard Newport Beach, Calif. 92660 Subjeet: Rehabilitation of Existing Beachfront Restrooms Dear Sir: We were most happy to meet with you and thank you for the op- portunity of submitting our proposal for professional engineer- ing services on the subject restrooms. Our meeting included a tour with Mr. Wade S. Beyeler of the various restrooms to determine the approximate scope of work that is needed. We found the following items need replacing to minimize maintenance and repair costs, make the plumbing facilities operable and in general, provide a more pleasant, updated,restroom environment. To be brief, we are combining the deficiencies we observed in the various buildings. 1. Severe corrosion on galvanized water supply piping. Needs immediate replacement. 2. Inoperative flush valves on fixtures. Older, internally worn valves should be replaced. 3. Sand - intrusion in the drainage piping at the floor type urinals. Fixtures should be changed to wall type. 4. Shgwer head and piping arrangement need replacing to reduce vandalism. 5. Replace damaged china and aluminum fixtures. The painted finish on the aluminum fixtures is separating. 6. Existing metal partitions are an apparent continual main- tenance problem. These should be replaced with non -cor- roding materials, ceiling hung if possible to facilitate washdown. Mr. J. F. Mynderse April 26, 1972 Page 2 For upgrading the five sites -- Newport Pier, 15th Street, Balboa Pier, Buck's Gully and Corona Del Mar -- we estimate a construc- tion cost in the order of $75,000. A more detailed cost estimate will be necessary when plans and specifications are complete. PROPOSAL F. T. Andrews, Inc. will furnish professional engineering ser- vices consisting of plans and specifications, cost estimates, shop drawing checking and periodical field inspection for the subject work. Included in these services will be printing of the drawings and specifications for coordination and approval. Continuous field supervision and reproduction costs for bid docu- ments are excluded. The fee for the above services will be 6 percent of the construc- tion cost. Additional costs for architectural and /or structural engineering services will be paid by the City as separate con- sultants' fees. The consultants will be as recommended by F. T. Andrews, Inc. Alternately, if the City desires, the services of F. T. Andrews, Inc. may be engaged on an hourly basis; $20.00 per hour for engineers and designers and $17.50 per hour for draftsmen. Cleri- cal work will be billed at $7.50 per hour. The maximum will be $4,800.00 based on an estimated construction cost of not over $80,000.00. It was a pleasure meeting with you and we look forward to work- ing with you and your staff on this project. Very truly yours, F. T. ANDREWS, INC. Frank G. David Vice - President FGD:cg CITY OF NEWPORT BEACH OFFICE OF THE CITY MANAGER March 29, 1972 TO: PUBLIC WORKS DIRECTOR COMMUNITY DEVELOPMENT DIRECTOR FROM: City Manager SUBJECT: REPLACEMENT OF PLUMBING FIXTURES IN PUBLIC RESTROOMS The 1971 -72 General Fund Capital Improvement Budget contains a $25,000 appropriation for the replacement of plumbing fixtures in public restrooms. The approved budget comments indicate: "Replace plumbing in public restrooms. This project will provide for continued replacement of public restroom .fixtures with new vandal -proof ones as they are destroyed by vandalism. The 30 -year old plumbing will also be replaced when the new fixtures are installed. The work will be performed by a private contractor." No work has yet been undertaken under the appropriation for this fiscal period. The General Services Director and Building Maintenance Foreman will require the assistance of your departments in developing informal bidding specifications for the work that must be done. Would you please make arrangements to have the appropriate member of your staff available to the General Services Director when requested in determining work priorities and informal work specificat- ions, so that this important project can proceed. RLW:mm CC: Assistant City Manager General Services Director F aW ROBERT L. WYNN CAPITAL PROJECT REQUEST FORM • PUBLIC WORKS DEPARTMENT • FISCAL PERIOD 1972 , - 19 73 DEPARTMENT GENERAL SERVICES FUND General — miscellaneous PROJECT TITLE* Replace Plumbing in Public Restrooms AMOUNT REQUESTED BY DEPARTMENT" AMOUNT APPROVED BY CITY MANAGER 25,000 BUDGET COMMENTARY: This project will provide for replacement of public restroom fixtures with new vandal—proof ones as they are destroyed by vandalism. The 30—year old plumbing will also be replaced when the new fixtures are installed. The work will be performed K]by a private contractor [—] by City Forces be prepared E] by a private engineer and/or architect FJby the City REMARKS ACTION BY CITY MANAGER: The plans will *Start each project title with an action verb; e.g., Install sprinklers in Mariners Park, Widen Jamboree Road, etc. rL **Use Estimating Form on back of this sheet UTILITY CONNECTIONS REQUIRED:• WATER YES ❑ NO IM SEWER YES ❑ NO IN ELECTRICAL YES ❑ NO GAS YES ❑ NO M TELEPHONE YES ❑ NO CR COST ESTIMATE SPECIAL OMITS OR APPROVALS REQUIRED: 1. 2. 3. ITEM QUANTITY UNIT PRICE AMOUNT FURNISHINGS UTILITY CONNECTIONS CONTINGENCIES (10 %) ENGINEERING COSTS ARCHITECT'S FEE TOTAL AMOUNT TO BE BUDGETED SIGNATURE OF PERSON PREPARING FORM: 0 %` DATE: Dec. 10, 1971 Prank E. Holmberg 11 • �r - 0....... ----- - - -- - - -- -• . . 0 oa��) 3` /IeZtd /?/2c-s/? } V IL�,/ns.... .._.. ... - ._.. .. v e c t v c r.. a �s . jo %e `h*- S �q act) VQ.il — Olacv -.�,h" �t s G,d e U*t Cj Fr ... ......... . v A 5 C7oo v- �-- ✓?.gyp (b �� �/� �'/ � /� /C(p Alic .j — yc Li F /os ti D X V _ v(mss . ... ........._....._.. _._...... ...... _..._ ...... ..._. -. e t m - .�........ ..'.... ..... ........... o4� Chaco qv /,(v &is) �w/.Io �e j -'.e (. 4(.G�b.�.� ..... �l c'crlc 4u Its VQ L-L � .... ..... ................ e r�r s I / c �j ........... -- . u n- kS _