HomeMy WebLinkAboutC-887 - Construction of pressure reducing station below Hoag HospitalMail To:
City Clerk's Office
City of Newport Beach
3300 W. Newport Blvd.'
Newport Beach, Calif.
=0
4 9110' 7307 PAGE 2'70
NOTICE OF COMPLETION
PUBLIC WORKS
FREE
AT REQUEST
ORANGE COUNTY, CALIF.
9 :05 AM NOV 28 1954
J. NYLIE UnYLE, Cmmy Retarder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on
the Public Works project consisting of eonstrucl
station below Hoag Hospital
on wcucn
was the contractor,
was the surety, was
I, the undersigned, say:
l 11 1 l 1 t.LTftTT/1TT O A VT
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 November 17, 1964 at Newport Beach, California.
I, the undersigned, say: v
Deputy
I am the /City Clerk of the City of Newport Beach; the City Council of said
City on November 9, 1964 accepted the above described work as
completed and ordered that a. Notice of Completion be .filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on— November 17, 1964 at Newport Beach,
Uepuc y GLLy GLE
City of Newport
NOTICE OF COMPLETION
PUBLIC WORKS
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on October 14 1964
the Public Works project consisting of construct on of the pressure reducing
station below Hoag Hospital
on which
was the contractor,
was the surety, was
CITY OF NEWPORT BEACH
Public Works Director
VERIFICATION
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach;. the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 17 v 1964 at Newport Beach, California.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
Deputy
I am thepity Cferk of the City of Newport Beach; the City Council of said
City on November 9, 1964 accepted the above described work as
completed and ordered that a Notice of Completion be .filed.
I declare.under penalty of perjury that the foregoing is true and correct.
Executed.on Novembea 17, 1964 at Newport Beach, California.
Deput city Clark
city o7Newport Beach
r
i Cl T Y CL Elk*
CONTRACT NO. 887
CITY OF NEWPORTIBEACH
CONTRACT DOCUMENTS
FOR
THE'OONSTRUCTION OF.
A.PRESSURE REDUCING STATION
BELOW HOAG HOSPITAL
APPROVED BY THE CITY COUNCIL ON THIS
g_DAY OF MARCH, 196+
S
ITY LERK
x
-.r
a
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE OF INVITING BIDS
SEALED PROPOSALS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL,
NEWPORT BEACH, CALIFORNIA, UNTIL 10:30 A.M. ON THE 8TH DAY OF APRIL, 1964, AT WHICH
TIME THEY WILL BE PUBLICLY OPENED AND READS FOR PERFORMING WORK AS FOLLOWS:
THE.CONSTRUCTION OF A PRESSURE RbUCING STATION
BELOW HOAG HOSPITAL (CONTRACT NO. 887)
NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A 'PROPOSAL FORM FURNISHED BY
THE PUBLIC WORKS DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASH, CERTIFIED CHECK,
OR BIDDER'S BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACH FOR AN AMOUNT EQUAL TO
AT LEAST 10 PERCENT OF THE AMOUNT BID, SUCH GUARANTY TO BE FORFEITED SHOULD THE
BIDDER TO WHOM THE CONTRACT IS AWARDED FAIL TO ENTER INTO THE CONTRACT.
IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABO,g CODE, THE CITY
COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF
PER DIEM WAGES IN THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT
OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND IS SET FORTH IN
RESOLUTION NO. 5729. A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE
CITY CLERK IN THE CITY OF NEWPORT BEACH.
ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEER'S ESTIMATE OF THE
QUANTITIES OF WORK TO BE DONE.
NO .BIDS WILL BE ACCEPTED FROM A.CONTRACTOR WHO HAS NOT BEEN LICENSED IN" ACCOR-
DANCE WITH THE PROVISIONS OF CHAPTER 91 DIVISION III OF BUSINESS AND PROFESSIONS CODE.
PLANS AND SPECIFICATIONS, FORMS OF PROPOSALS, BONDS, AND CONTRACT MAY BE
OBTAINED AT.THE PUBLIC WORKS DEPARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA .
A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET Of STANDARD
SPECIFICATIONS. A REFUNDABLE DEPOSIT OF $5.00 WILL BE REQUIRED FOR EACH SET'OF PLANS,
SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS. NO REFUNDS WILL BE MADE LATER THAN 60
DAYS AFTER AWARD OF THE BID.
THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO
WAIVE ANY INFORMALITY IN SUCH BIDS.
3/6/64
CITY OF NEWPORT BEACH, CALIFORNIA
MARGERY SCHROUDER, CITY CLERK
j r
PROPOSAL FOR CONTRACT NO. 887
TO THE HONORABLE CITY COUNCIL
CITY OF NEWPORT BEACH
CALIFORNIA
•
THE UNDERSIGNED DECLARES THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE
PROPOSED WORK, THAT HE HAS EXAMINED THE PLANS AND SPECIFICATIONS FOR CONTRACT N0. 887,
AND HEREBY PROPOSES TO FURNISH ALL MATERIALS AND DO ALL WORK REQUIRED TO COMPLETE THE
WORK IN ACCORDANCE WITH SAID PLANS THE STANDARD SPECIFICATIONS OF THE CITY OF NEWPORT
BEACH AND THE SPECIAL CONDITIONS, AND THAT HE WILL TAKE IN FULL PAYMENT THEREFOR THE
FOLLOWING LUMP SUN PRICE FOR THE ITEM COMPLETE IN PLACE:
ITEM QUANTITY ITEM DESCRIPTION TOTAL
No. TOTAL LUMP SUM PRICE WRITTEN IN WORDS LUMP SUM PRICE
I PRESSURE REDUCING STATION'
EACH
FIFTEEN THOUSAND FIVE, HUNDRED 0999XXX
ANN
FORTY FIVE AND Nq /100 DOLLARS 169994
EACH ..
15,545.00
,I
THE UNDERSIGNED AGREES.THAT IN CASE -OF DEFAULT IN EXECUTING THE REQUIRED
CONTRACT WITH NECESSARY BONDS WITHIN TEN (1'0) DAYS, NOT INCLUDING" SUNDAY,_ AFTER
HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE.PROCEEDS OF THE
CHECK OR BOND ACCOMPANYING THIS BID SkALL'BECOME THE PROPERTY OF THE CIT'Y,OF NEWPORT
BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING
FOR THE REGISTRATION OF CONTRACTORS, LICENSE NO. .183460
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND VNDERSTANDS
THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON TH. PART OF
THE UNDERSIGNED IN MAKING UP THIS BID.
ACCOMPANYING THIS PROPOSAL IS BID BOND
CASH, CERTIFIED CHECK, CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE.
NEVADA 6 -2342
PHONE NUMBER
APRIL 8, 1964
DATE
P. 0. Box 4729
19506 So. ALAMEDA ST., COMPTONp CALIF.
BIDDERS ADDRESS
PYLON, INC.
BIDDERS NAME
(SEAL)
/S/ G. A. DIEDRICH
AUTHORIZED SIGNATURE
G. A. DIEDRICH, PRESIDENT
AUTHORIZED SIGNATURE
CORPORATION
TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, COPARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION
AND NAMES OF ALL COPARTNERS IF A COPARTNERSHIP:
G. Aj DIEDRICH 'PRESIDENT
MARY H. SCOTT SEC.11REAS•
DESIGNATION OF SUB - CONTRACTORS
PAGE 3
NOT
THE UNDERSIGNED CERTIFIES THAT HE HA*' USED THE SUB -BIDS OF THE FOLLO�ING
LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH.
ITEM OF WORK SUB- CONTRACTOR ADDRESS
NONE
2.
3•
4.
5-
6.
PYLON INC.
BIDDERS NAME
BY: /5/ G. A. DIEDRICH
AUTHORIZED SIGNATURE
G. A. DIEDRICH, PRESIDENT
CORPORATION
TYPE OF ORGANIZATION
(INDIVIDUAL� COPARTNERSHIP OR CORPORATION
P. 0. Box 4729
19506 SO. ALAMEDA STREET
COMPTON, CALIFORNIA
ADDRESS
PAGE 4
e ,
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENT,
`THAT WE, PYLON, INC. , AS PRINCIPAL,
ANO UNITED STATES FIRE INSURANCE COMPANY AS SURETY, ARE
HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF TEN
PERCENT (10%) OF AMOUNT OF BID DOLLARS (* 10% %, LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE) WE BIND OURSELVES, JOINTLY
AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN,PRINCIPAL FOR THE CONSTRUCTION OF
A PRESSURE REDUCING STATION BELOW HOAG HOSPITAL (CONTRACT N0. BS
IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY CbUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUCTION
AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS"
WITHIN TEN (10) DAYS (NOT INCLUDING SUNDAY) FROM THE DATE OF THE MAILING OF A NOTICE TO
THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS
READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERW13C IT BE
AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED
TO THE SAID CITY.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 6TH DAY OF
APRIL , 19 64
CORPORATE SEAL (IF CORPORATION)
(ATTACH ACKNOWLEDGNENT FROM OF
ATTORNEY IN FACT)
PYLON INC.
RINCI;Al
BY 1S/ G. A. DIEDRICH
G. A. DIEDRICH
PRESIDENT
UNITED STATES. FIRE INSURANCE COMPANY
URETY
BY /S/ GORDON M. DOUGHERTY
TITLE GORDON M. DOUGHERTY, ATTY -IN -FACT
h
• • PAGE 5 -1
LABOR AND MATERIAL BOND PREMIUM: INCLUDED
KNOW ALL MEN BY THESE PRESENT$,, THAT
WHEREAS, THE CITY CD.UNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED APRIL 13, 1964
HAS AWARDED TO ;PYLON, INC.
HEREINAFTER DESIGNATED AS THE " PRINCIPAL"., A .CONTRACT FOR
THE CONSTRUCTION OF A PRESSURE REDUCING STATION BELOW HOAG HOSPITAL
IN THE ICITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT
AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BONA WITH SAID CONTRACT, . PROVID-
ING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO
PAY FOR ANY MATERIALS'., PROVISIONS, PROVENDO'R OR OTHER SUPPLIES OR TEAMS USED IN,
UPON, FOR OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY MARK
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 PYLON INC.
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND UNITED STATES
FIRE INSURANCE COMPANY
AS SURETY, ARE "NELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
SEVEN THOUSAND SEVEN HUNDRED SEVENTY -TWO AND 50/ IODOLLARS .($ 7,772.50 ),
SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT'PAYABLE BY THE CITY OF NEWPORT
BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO Be
MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR
ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS,
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUB-
CONTRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER OR OTHER
SUPPLIES, OR TEAMS, USED IN, UPON, FOR OR ABOUT THE PERFORMANCE OF THE WORK
CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND,
OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH
WORK OR LABOR, THAT THE SURETY OR SURETIES. WILL PAY FOR THE SAME, IN AN AMOUNT
NOT EXCEEDING THE SUM SPECIFIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT
UPON THE BOND, A REASONABLE ATTORNEY'S FEE) TO BE FIXED BY THE COURT, AS REQUIRED
BY THE PROVISIONS OF SECTION 4204 OF THE.GrOVERNMENT CODE OF THE STATE OF CALIFORNIA.
PAaE 6
`(LABOR AND MATERIAL BOND - CONTINUED)
THIS BONO SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS,'COMPAMIES AND
CORPORATION ENTITLED TO FILE CLAIMS UNDER SECTION 119201 OF THE CODE OF
CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS
IN ANY SUIT !B�ROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION
V
4225 OF THE OVERNRENT.CODE OF THE STATE OF CALIFORNIA-
AND THE SAID SURETY, FOR V #LUE 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 W13E AFFECT ITS OBLIGATIONS ON THIS BOND,
AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGE, EXTENSION OF TIME, ALTER-
ATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE
SPECIFICATIONS-
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL
AND SURETY ABOVE NAMED, ON THE 17th DAY OF April 1 1964
PYLON INC. (SEAL)
BY•� (SEAL)
G. A. Diedrich, President (SEAL)
CONTRACTOR-
1
APPROVED AS TO FORM:
&-a
1 CITY ATl NEY,, 9 $ % }T
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY NOTION
ON
ATE
ATTEST:
CITY CLERK
State of California t
�• _ County of Los Angeles f
G
ACKNOWLEDGMENT BY SURETY
On this 17th day of April , in the year 19 64
before me, Lena Snelling , a Notary Public in and for said County and
State, personally appeared_ ti6rdott M. Dougherty
known tome to be the person whose name is subscribed to the within instrument as the Attorney -in-
fact of the UNITED STATES FIRE INSURANCE COMPANY, and acknowledged to me that he subscrib-
ed the name of-the UNITED STATES FIRE INSURANCE COMPANY thereto as principal, and his own
name as Attorney -in -fact.
Genes
Notary Pubuc to and for kaw County Md St
My Commission Expires Moy 23, 1966
1\ 1
• •
PERFORMANCE BOND
KNOB ALL MEN BY THESE PRESENTS THAT,
PAGE 7
BOND NO.: 625400
PREMIUM : $155.45
WHEREAS, THE CITY COUNCIL OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION
ADOPTED APRIL 13, 1 964
HAS AWARDED TO PYLON INC.
HEREINAFTER DESIGNATED AS THE "PRINCIPAL11, A CONTRACT FOR
THE CONSTRUCTION OF A PRESSURE REDUCING STATION BELOW HOAG HOSPITAL
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND
SPECIFICATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF
THE CITY CLERK OF THE CITY OF NEWPORT BEACH.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT
AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE
OF SAID CONTRACT,
NCW, THEREFORE, WE, PYLON INC.
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR" AND UNITED STATES
FIRE INSURANCE COMPANY
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE
SUM OF SEVENTYH SEVEN HUNDRED
TWO ANND50 100 DOLLARS ($ 7,772.50
SAID SUM BEING EQUAL TO 50 OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID
TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS) AND ASSIGNS FOR WHICH
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, SMALL IN ALL
THINGS STAND TO AID ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS,
CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS
THEREIN PROVIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN
THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT
AND MEANING, AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS
OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL
'\ !AND VOID) OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE.
PAGE V
(PERFORMANCE BOND - CONTINUED)
AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO
CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR
TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME
SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE
NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF
THE CONTRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL
AND SURETY ABOVE NAMED, ON THE 17th DAY OF April , 1964
APPROVED AS TO FORM:
CITY ATTI Y
Ix-S
,A
I �.
PYLON INC. (SEAL)
BY. (SEAL)'
G. A. Diedrich, President (SEAL)
CONTRACTOR
COMPANY
(SEAL)
Gordon M. Dougherty,
5r
ACKNOWLEDGMENT BY SURM
State of California
County of Los Angeles ss.
On this 17th day of April , in the year 19 64
before me, Lena Snelling , a Notary Public in and for said County and
State, personally appeared Gordon M. Dougherty
known to me to be the person whose name is subscribed to the within instrument as the Attorney -in-
fact of the UNITED STATES FIRE INSURANCE COMPANY, and acknowledged to me that he subscrib-
ed the name of the UNITED STATES FIRE INSURANCE COMPANY thereto as principal, and his own
name as Attorney -in -fact.
k
Potory Puh m ®d for avid County and 6t
My Commission Expires Moy 23, 1966
ca o
;Y r
J
W-1
fui
r
_U
LLL
f
W
U
Q0
x
W
H
z
W
a
H
H
U
E
<i
d
O
Ll
U O
w6�
U x
Wv
zmo
O E E
H W E
U 2
�
N
`u
N
W
10 0
M
m
°
c
�O
Q
c tT
• N
d �
2 �
O
C O
"m ry
CL
m ro
aA
m
c
e
m
u
.9
N
m
0
a
m
r2
m
.9
H
0
w p
a
P4
`m
w d
mZ
u
y0.. O
m
N E
3
J
t,
3
O
O
a
m
s
u u
c
a
� T
e
m E
*U
3
0
'O pr
o
m
� r
m O
>
0 m
s
rn
0
m °
c
m ).
•; 4
.a
4 �
0
N T
4
N c
e
m �
# a
rn
m C
S
O
a e
V aQa
� E
s
N
m
0
V C
c 2
o u
0
m �
� •T
S .OY
m m
v g
m
u -
�i. d
i 0
m s°
u
v
m �
d �
u
o r
a
m .«
O
m
> S
m »-
.e u
� C
7
Z
O
U
0000
00�.
U j
di<o i
C
}wOu
Q ? 0
r
a <
I <
m
ai
O
e
,r
r-I
a
H
W
U
w
W
x
w
N
`u
10 0
M
m
+p w o
c
O
�3 4J
O a
m w�
d�0
O
H
22 `pr
2 p
U U U
m
qq
W Q
W
X: C
W
-
W
U
7
0
O U
o
I
Q
F
O O
Iul
N
0cl
,00
O
-i
f
oO.G
Oo
o �
bo
3 bpi O
J
1
o
C'P
O
r1 ,f,- 41 V
ri
ri U Pi
41
H
4 4 Q) 0
V
I�
»
co FI
H Q)
Q) Q) Q) 41
cz
U
10 E ro 3
m
o
o
Q)
a) -H
Op
H
H Q) Q) /l V)
O
Q U O •rl
W
N
N
Q) G r-I bU
Z
•N
H
?� «i (6 v Q)
_
�
w
•�
•rl t6 V Fi
w
w cQ)QQ))m
u
CID
C
m� �4 o
0 H
E
U �O •�
Q E
0
o�aw
m 0
�V
•V�4r� -I
zr-4 ro
U
L
+�
\
\
\
c4 +j
N {
0
U
�
j t6 b Pa
O
I
Z
ol
O
O
O
co (D H Q)
N
az
u
O.
rn
C7\
Q) ro
U
a\
D\
N ri
9 41 10
N
U
U
U
Q) b O i
G N
� O
W
O S4 co
Q) V «•
w
M
°[ n co m bf
p
d Q N 6
Q
�
° pw+P >
w
Q
°
0 0 0u 4 0
O
W
GO O
K
a
ii Q) O U
a)
rc
m-
Q o
w MG
E
0
d
z
U
()
>- 4
O_
V H� �
K
Q
Q
d
•N Q) 4-1 O bo
O
H
"r
O tQ p
lZp
? C
J
0
Pa .".
Y
Q)
o N
J
w
U
0
°�
m
D
as
Q`
44
3
c9
Q
0 o
u u
c
a
� T
e
m E
*U
3
0
'O pr
o
m
� r
m O
>
0 m
s
rn
0
m °
c
m ).
•; 4
.a
4 �
0
N T
4
N c
e
m �
# a
rn
m C
S
O
a e
V aQa
� E
s
N
m
0
V C
c 2
o u
0
m �
� •T
S .OY
m m
v g
m
u -
�i. d
i 0
m s°
u
v
m �
d �
u
o r
a
m .«
O
m
> S
m »-
.e u
� C
7
Z
O
U
0000
00�.
U j
di<o i
C
}wOu
Q ? 0
r
a <
I <
m
ai
O
e
,r
r-I
a
H
W
U
w
W
x
w
0
EVE
Effective on and after ._........... _ MAY.._1_ ...... ..
Additional Premium
ENDORSEMENT Return Premium
this endorsement forms part of policy No.....Ck1Gx..._99490,._,,,_.,.
Issued to ................' kr leON,..... I.. ND.._.......... ...............................
19..64......, ... 12: .o1. standard Time
BY- I ......... UNITED ... STATES... FIRE INSURANCE
.............................................................................. ............I.................. _ ......................... . ........ ......... ...Company
ADDITIONAL INSURED
(Contracting operations)
In consideration of an additional premium of $ TO BE DET. ,
it is agreed that such insurance as is afforded by the policy
for Bodily Injury Liability - except automobile and for Property
Damage Liability - except automobile, applies subject to the
following provisions:
1. The insurance applies to: CITY OF NEWPORT BEACH
CITY HALL, NEWPORT BEACH, CALIFORNIA
herein referred to as aaaltlonai insurea, wnile acTxng
within the scope of their duties as such as an additional
insured, but only with respect to operations performed
for such additional insured by the named insured and
omissions and supervisory acts of the additional insured
in connection with work performed for the additional
insured by the named insured.
2. The Policy does not apply, with respect to the additional
insured, to the Products, - Completed Operations Hazard
as defined therein.
3. The Policy does not apply to liability assumed by the
additional insured.
DESCRIPTION OF OPERATIONS:
COST OF JOB: $ 15,545.00
B.I.
F.D.
RATES PER $100 OF JOB COST
ADDITIONAL PREMIUM TO BE DET. TO RE DET_
MINIMUM PREMIUMS
MINIMUM PREMIUMS NOT SUBJECT TO SHORT RATE ADJUSTMENT
All other terms and conditions of this policy remain unchanged.
CU -27 (5/62)
rx O 0.11x MOMrte 901 YJ.R.
Alt
ode N�
U
Q
Z
te1
Q
U_
V..
1-
W
U
I ,-*
7L
h
H
U
W
a
H
H
U
E
O
cn
U W y
�� r7
U
E� U
3 Q :z!
zwo
O 6 Z
U 3 E-
N
W
0 Q
C N
.m
i
ro o
u
D O
C
P4
CL
M °
4 1�
a a
s
m
0
w
c
m
N
u
u
0
4
0
O
CL m
z
.Q OH
E
N
° w
� U O
O H a
6
m
. a Y
t
�T- m
i
V
°
A2 a
m y
E V
G q m
F Z' D
u °
c �
>
T
q 4
O.
O
m m
v rn
0
G =
> o
0 m
4
tip
q
m
� OZ{
m �
x m
q
°
q �
O q
N Q
c
0
m
4
O
q C
0
`m E
q =
E s
u
� u
m O
U c
C s
'O u
u N
q �
m
O C,
A�
i
v �
m
w
u �
i 0
O
� u
q
y m
u
V m
O tF
a
m
+ 0
G i
m m
'm +
r u
G m
LU �z
C-1 o
W G
O
G
o
of I`o
} ca
L
CD
K .
4
a)
J
} U
bD
W
Ism
m
mm
Z o
0 &o
a)
Q m J f
C O
C
c
N O
}pan
Oct
,�
t
7 r
>
a <
= a
w
w
O
'^ u
�
V
U
O {
r
0
a
+m.
UM rm.
U
aOd
prn
Otl
}
..
O U U
F i
T
..�P
°G
WWQ
P
W
) O
°
o
o
f
000
o
°
3 Q)
1-4
J
a
0O�O
N
U
G
O t6
'4-4
m ca c
co C
NHW
NN
M
m G
N
N U
co CW
O �A
U
U
U
U
co
Q) a
lq .14 -P
ri
G
G
G
N a) U G
a1
o
ZU
E
.r�i
•r�l
N �
-
w
w
w
w
.cro�+•�
P,
wv�v
•a
U U 4
Q
I
� w
r-I
a) a) O •H
°teaQ)
O
Omi
c
U
d'
d'
j(0 .N k
�
\
a
°Q3z
¢
HU
ri
ri
ri
m y
W
GOH
H p
r4 U � -H
W •H G
Fr
o m o
jm
a) w 04
�
+�
m U r-I r4
co
0
�
O
W 0 U
C,
co
co
cli
U
u
N
O
O
O
, d ro A
0
U
ri
r�-I
H
•-H 4J 3 CO
N
U
U
U
I
k O
�
f(
N
O O --q
<W
ro
W
° orz
Q
44
`lcL'
a
ri
r0 f,
K
c
Q J]
r 4J
>
'� E
W
z
wU
U
P
a
d
o
'>1 � n
u°
O
A U
W
H 7 Y
Z
'
m
m
d
0
?
O d a)
W
C
J
O
Py a) Si W
A4a
J4
K
+J
�a°o
Qo�
3
s�
0
Q
HQ)
u °
c �
>
T
q 4
O.
O
m m
v rn
0
G =
> o
0 m
4
tip
q
m
� OZ{
m �
x m
q
°
q �
O q
N Q
c
0
m
4
O
q C
0
`m E
q =
E s
u
� u
m O
U c
C s
'O u
u N
q �
m
O C,
A�
i
v �
m
w
u �
i 0
O
� u
q
y m
u
V m
O tF
a
m
+ 0
G i
m m
'm +
r u
G m
LU �z
C-1 o
W G
O
G
o
of I`o
} ca
L
CD
K .
4
J
} U
W
Ism
U� Ihi
Z o
0 &o
W� .
Q m J f
poi 9
v,
d{ <e
W
}pan
2
7 r
a <
= a
w
w
m
�
V
0
a
Additional Premiu*-
ENDORSEMENT Return Premium
s
Effective on and after...... ......._ APRIL.. 16...... ..... ...... . .......... ..................... ........ ................. ........19.64 ...... , _.12_01....A.M. ........ Starlit Time
this endorsement forms part of policy No....W..180370
.. ..._.......
Issued to........ ...............
By.......... ................ IINITED ... STATES. FIRE.... INSURANCE COMPANY.. ............. .... ............... ........... .._. ...... ............................... ....... _... ........ .Camporry
El
ADDITIONAL INSURED
(contracting Opera ons)
In consideration of an additional premium of $ TO BE DET. a
it is agreed that such insurance as is afforded by the policy
for Bodily Injury Liability - except automobile and for Property
Damage Liability - except automobile, applies subject to the
following provisions:
1. The insurance applies to: CITY OF NEWPORT BEACH
CITY HALL, NEWPORT BEACH, CALIFORNIA _
herein referred to as additional insured, while acting
within the scope of their duties as such as an additional
insured, but only with respect to operations performed
for such additional insured by the named insured and
omissions and supervisory acts of the additional insured
in connection with work performed for the additional
insured by the named insured.
2. The Policy does not apply, with respect to the additional
insured, to the Products, - Completed Operations Hazard
as defined therein.
3. The Policy does not apply to liability assumed by the
additional insured.
DESCRIPTION OF OPERATIONS:
COST OF JOB: $ 153545.00
RATES PER $100 OF JOB COST
ADDITIONAL PREMIUM TO, BE DET,
MINIMUM PREMIUMS
P.D.
MINIMUM PREMIUMS NOT SUBJECT TO SHORT RATE ADJUSTMENT
All other terms and conditions of this policy remain unchanged.
CU -27 (5/62)
1M.4.0. 1„ MUM {e 00 U. A
PAGE ,9
NON COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF
FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY
OF THEM, HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEM, HAS PAID OR IS TO PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY, OR HAS GIVEN OR IS TO GIVE TO SUCH
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AFFIANT:
OR EITHER. OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER OR SIDDERSI WHICH TENDS TO OR DOES LESSEN OR DESTROY
FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE ATTACHED BIDS; THAT
NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID
DEPOSITORY, THE BYLAWS, RULES.OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CON-
TRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN WHICH .IS.NOT
PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PREVENT ANY SUBCONTRACTOR OR MATER-
IALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT
BIDS FROM OR THROUGH SUCH BID DEPOSITORY) THAT NO INDUCEMENT OR ANY FORM OR CHARACTER
OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED, OFFERED,
PAID OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID
BID OR AWARDING OF THE CONTRACT, NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING
OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAY, DELIVER TO, OR SHARE WITH
ANY OTHER PERSON IN ANY WAY OR MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT
BY THIS BID.
PYLON, INC.
BY: /S/ G. A. DIEDRICH
G. A. DIEDRICH '
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS 8TH DAY OF APRIL , 196 4 .
MY COMMISSION EXPIRES:
MARY H. SCOTT
MY COMMISSION EXPIRES JUNE 26. 1967
PRESIDENT
/S/ MARY H. SCOTT
NOTARY PUBLIC
I
PAGE 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN
THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL
ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY, EXPERIENCE, SKILL AND BUSINESS
STANDING.)
THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY.
THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT
INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED*
YEAR
TYPE OF WORK
CONTRACT AMOUNT
LOCATION AND FOR WHOM PERFORMED
1. 7/1963
3 PUMPING STATIONS
$ 156,398.00
LAS VIRGENES MUN.WTR.DIST.,CALIF.
2. 6/1963 PUMPING STATION 56,550.00 CITY. OF ARCADIA, CALIF.
3.
6/1963
PUMPING
STATION
33,105.00
L. A.
CO.WATERWORKS DIST.#4,CALIF.
4.
II /1962
PUMPING
STATION
33,650.00
CITY
OF VERNON, CALIFORNIA
PYLON, INC.
SIGNED BY: /S/ G. A. DIEDRICH
IEDRICH, FRESIDENT
PAGE II
C O N T
R A C T
THIS AGREEWNT, MADE AND ENTERED INTO THIS
DAY OF '
196('
BY AND BETWEEN THE CITY OF NEWPORT
BEACH, CALIFORNIA,
HEREINAFTER DESIGNATED AS
THE
CITY) PARTY OF THE FIRST PART, AND
PYLONS INC.
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART•
WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS:
I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED
TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH
ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF
PRESSURE REDUCING STATION BELOW HDAG HOSPITAL
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 L!.BOR, TOOLS AND EQUIPMENT, AND DOING
ALL Thy WORK CONTEMPLATED AND EMBRACED IN TH13 AGREEMENT, ALSO FOR ALL LOSS AND DAMAGE
ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS,
OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU-
TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY
DESCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE-
QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI-
CATIONS ARE EXPRESSLY STIPULATED TO SE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY
COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE
SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN
FULL COMPENSATION THEREFOR THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE
BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS,
NAMED IN THE BIDDiNG SHEET OF THE PROPOSAL, AS THE CASE MAY BE.
3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND
DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK
ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE
AFORESAID, AND HEREBY CONTRACTSTO PAY THE SAME AT THE TIME, IN THE MANNER AND UPON
THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES,
THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO
THE FULL PERFORMANCE OF'THE COVENANTS HEREIN CONTAINED.
4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND
THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PARTIES
HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS
AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREEMENT.
I
PACE 12
IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE
EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN-
CITY OF NEWPORT BEACH, CALIFORNIA
Y
AYOR
ATTEST:
CITY CLEIVK
PYLON', ING.
CONTRACTOR
(SEAL).
BY
G. A. Diedrich
President
TITLE
IT LE
APPROVED AS TO FORM:
CfTY AT RNEY.� gjStugr
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL CONDITIONS
CONTRACT. NO. 887
SECTION 101.01
PRESSURE REDUCING STATION BELOW HOAG.HQSPITAL
GENERAL
101.01 THE REQUIREMENT.
IT IS REQUIRED THAT THERE BE FURNISHED IN ACCORDANCE WITH THE STANDARD
SPECIFICATIONS OF THE CITY OF NEWPORT BEACH,, THESE SPECIFICATIONS AND
ACCOMPANYING DRAWINGS DRAWING NUMBER W- 5010 -5p SHEETS 1 AND 2, ALL LABOR, ;
MATERIALS, EQUIPMENT, TOOLS AND SERVICES REQUIRED FOR THE CONSTRUCTION OF
A PRESSURE REDUCING STATION, COMPLETE WITH ALL APPURTENANCES. THE WORK
SHALL INCLUDE THE FURNISHING AND INSTALLING OF ALL PIPE, VALVES, FITTINGSO
AND CONCRETE STRUCTURES INCLUDING ALL EXCAVATING BACK - FILLING AND REPLANTING,
TESTING AND DISINFECTING OF PIPING.
101.02 BEGINNING, COMPLETION AND ORDER OF WORK.
THE WORK SHALL BE COMMENCED WITHIN 30 CALENDAR DAYS AFTER AWARD OF THE
CONTRACT AND ALL WORK SHALL BE COMPLETED WITHIN 150 CALENDAR DAYS AFTER AWARD
OF THE CONTRACT.
.
101.03 LIQUIDATED DAMAGES.
THE CONTRACTOR SHALL AS PROVIDED IN THE STANDARD SPECIFICATIONS PAY TO THE
CITY AS FIXED, AGREED, AND LIQUIDATED DAMAGES FOR EACH CALENDAR DAY ANY PART
OF THE WORK DELAYED IN COMPLETION BEYOND THE TINE SPECIFIED UNDER_SECTION 101.02.
101.04 SERVICES FURNISHED BY THE CITY.
(A) THE CITY WILL FURNISH TO THE CONTRACTOR WITHOUT CHARGE ALL NECESSARY WATER
REQUIRED DURING THE CONSTRUCTION AND TESTING OF THE FACILITIES TO BE CONSTRUC-
TED HEREUNDER PROVIDED HOWEVER, THAT THE CONTRACTOR SHALL AT HIS OWN-EXPENSE,
PROVIDE FACILITIES FOR CONVEYING THE WATER FROM THE NEAREST EXISTING FIRE
HYDRANT TO THE POINTS OF USE.
(e) THE CONTRACTOR SHALL, AT.HIS OWN EXPENSES PROVIDE ELECTRIC POWER AS
REQUIRED FOR HIS OPERATIONS UNDER THE CONTRACT, AND HE SHALL PAY THE METER
INSTALLATION CHARGE AND ALL MONTHLY BILLS FOR THE USE OF SUCH SERVICE.
101.05 DRAWINGS AND INFORMATION REQUIRED OF CONTRACTOR.
(A) WHEREVER CALLED FOR IN THESE SPECIFICATIONS OR ON THE DRAWINGS, OR WHERE
REQUIRED BY THE ENGINEERS THE CONTRACTOR SHALL FURNISH TO THE ENGINEER FOR
C -1
SECTION 101.06
GENERAL
approval 2 prints of each shop drawing. The term "shop drawing" as used
herein shall be understood to include lists, graphs, specifications, operating
instructions, etc. Unless otherwise provided, said drawings shall be sub-
mitted within 60 calendar days after award of the contract. Within 10 days
of receipt of said prints, the Engineer will return one print of each drawing
to the Contractor either approving same or indicating the revisions necessary
to obtain approval. If the drawing is returned to the Contractor marked
"approved ", the Contractor shall forthwith furnish to the Engineer 5 addi-
tional prints of said approved drawing. If the drawing is returned to the Con-
tractor with revisions indicated thereon, the Contractor shall forthwith make
the necessary revisions and furnish to the Engineer 6 prints of said revised
drawing.
(b) No fabrication shall be commenced prior to approval of shop drawings.
Revisions indicated on shop drawings shall be considered as changes neces-
sary to meet the requirements of the contract specifications and shall not be
taken as the basis of claims for extra work. The Contractor shall have no
claim for damages or extensions of time due to any delay resulting from
making required revisions to shop drawings. The approval of said drawings
by the Engineer shall apply to general design only and shall in no way re-
lieve the Contractor of responsibility for errors or omissions contained
therein; nor shall such approval operate to waive or modify any provision
or requirement contained in these contract specifications or on the contract
drawings.
10 1. 06 CONTRACT DRAWINGS.
The location of the work, its general nature and extent and the form and de-
tail of the various features of the work are shown on the following drawings,
accompanying and made a part of these specifications:
SHEET NO.
LIST OF DRAWINGS
TITLE
1 Plan, Profile, Vicinity Map and Details
2 Pressure Reducing Station, Plan and Details
C -2
: ! &
SECTION 102.01
RIGHTS -OF -WAY AND INTERFERENCES
102.01 PIPELINE RIGHTS -OF -WAY.
The rights -of -way for the pipelines lie within the City of Newport Beach and
within California Division of Highways property. The Contractor shall se-
cure, from the agencies having jurisdiction, the necessary permits to
create obstructions and to excavate for the pipeline as required under the
contract, and present evidence to the Engineer that such permission has
been granted, before work is commenced. Regulations and requirements
of all agencies concerned shall be strictly adhered to in the performance of
this contract, including the furnishing of insurance and bonds if required by
such agencies. The enforcement of such requirements under this contract
shall not be made the basis for claims for additional compensation.
102.02 ACCESS RIGHTS -OF -WAY.
Access roads or working space adjacent to the sites of the work which may
be required by the Contractor shall be arranged for and paid for entirely
by the Contractor.
102.03 UTILITIES RIGHTS -OF -WAY.
(a) The Contractor shall not do any work that would affect any oil, gas,
sewer, or water pipeline, any telephone, telegraph, or electric transmis-
sion line, fences, or any other structure, nor enter upon the rights -of -way
or other lands appurtenant thereto until notified by the Engineer that the
City has secured authority therefor from the proper companies or parties.
(b) After authority has been obtained, the Contractor shall give said com-
panies or parties due notice of his intention to begin work, and shall give
them convenient access and every facility for removing shoring, supporting,
or otherwise protecting such pipelines, transmission lines, ditches, fences
or structures and for replacing same.
(c) The Contractor shall not be entitled to any extensions of time or any
extra compensation on account of any postponement, interferences, or de-
lay caused by any such pipelines, transmission lines, fences or structures,
being on the line of the work except as provided in the Standard Specifica-
tions.
C -3
SECTION 102.04
RIGHTS -OF -WAY AND INTERFERENCES
102. 04 INTERFERENCE WITH TRAFFIC AND FIRE HYDRANTS.
(a) The Contractor shall conduct his operations so as not to close or obstruct
any portion of any highway, road or street, or prevent in any way free access
to fire hydrants until he has secured permits to do so from the proper au-
thoritie s.
(b) The Contractor shall conduct his operations so as to avoid unnecessary
interference with the flow of traffic along highways and streets.
(c) If any highway or street, required to be kept open, shall be rendered un-
safe by the Contractor's operations he shall make such repairs or provide
such temporary guards as shall be acceptable both to the authorities having
jurisdiction and to the Engineer.
(d) Any highway or street maintenance or repair work required by local
authorities in connection with necessary operations under this contract shall
be performed by the Contractor at his own cost and expense.
102.05 CONSTRUCTION INTERFERENCES.
(a) Insofar as practicable during the progress of the work, the Contractor
shall not disturb, but shall support and protect against injury, and maintain
in good operating condition at his own expense, all sub - surface, surface and
overhead utilities, fences, structures and other facilities as are encountered
in the prosecution of the work.
(b) In the event that subsurface, surface or overhead utilities, fences,
structures or other facilities are required to be disturbed or removed to
permit construction of the pipeline or structures as provided hereunder,
such disturbance or removal shall be done with the approval of the Engineer
upon consent of the owner or owners involved, obtained by the City as pro-
vided under Section 102, 03. The Contractor shall coordinate his operations
with those of the owner or owners concerned with the disturbance or re-
moval of facilities so as to minimize the inconvenience imposed on all af-
fected parties.
(c) In the event the Contractor disturbs, disconnects, or damages any sub-
surface, surface or overhead utility, fence, structure or other facility prior
C -4
0
SECTION 102. 05
RIGHTS -OF -WAY AND INTERFERENCES
to the making of necessary arrangements by the City with the owner thereof,
he shall immediately give to the owner notice of said disturbance, disconnec-
tion or damage, and the Contractor shall assume all responsibility in connec-
tion therewith.
(d) All facilities removed shall be reconstructed as promptly as is reason-
ably possible in their original or other authorized locations and in a condition
at least as good as when removed and subject to the inspection of the owner,
or of the governing body having jurisdiction.
(e) During the performance of the work under these specifications, the
owners or agencies in control of any of the facilities affected by the work
shall have the right to enter when necessary upon the pipeline or structure
rights -of -way, or upon any portion of the work thereof, for the purpose of
maintaining service and of making changes in or repairs to said facilities.
(f) The Contractor shall be responsible for and shall make good all damage
to utilities, structures or other facilities due to his operations, and the
provisions of this section shall not be abated even in the event such damage
occurs after backfilling or is not discovered until after completion of back -
filling.
(g) The drawings show the approximate positions of known subsurface, sur-
face and overhead utilities, fences, structures, and other facilities as they
are supposed to exist in the immediate vicinity of the work, but the City
does not guarantee that all existing pipelines are shown on the contract
drawings. The Contractor, before commencing any excavation, shall as-
certain from records or otherwise, the existence, position and ownership
of existing facilities and, except as expressly provided in Subsection (h)
herein, no error or omission on said drawings shall be construed to relieve
the Contractor from his responsibility in protecting any such facility.
(h) In case it is found that the space required for any of the permanent work
under the contract is occupied by a pipeline or utility conduit, or in case a
pipeline or conduit extends more or less parallel to and for a distance of
c more than 100 feet encroaches continuously upon a trench prism, as defined
by the lines of the trench therefor shown on the drawings, then in either
.' such event the City will make all necessary arrangements with the owner
of said pipeline or other utility conduit for its relocation and reconnection,
C -5
0
SECTION 102.05
RIGHTS -OF -WAY AND INTERFERENCES
at the City's cost and expense, including the reconnection of services and the
resurfacing of the trenches required for said relocation.
(i) The City reserves the right to arrange for permission to disturb, remove
and relocate all utilities, fences, structures and other facilities encountered
in the work, but, except, as provided under Subsection (h) herein, the Con-
tractor shall bear all cost and expense involved in disturbing, removing,
relocating, maintaining and restoring all facilities encountered as obstruc-
tions to the prosecution of the work.
(j) The City also reserves the right during the progress of the work and upon
determination of the actual position of the existing utilities, structures and
other facilities, to make changes in the grade or alignment, or both of the
City's pipelines or structures wherever, by so doing the necessity for relo-
cation, as provided herein, of such utility, structure or other facility will
be avoided. Such changes will be ordered in writing by the Engineer.
C -6
EARTHWORK
103.01 GENERAL.
SECTION 103. 01
The Contractor shall perform all earthwork required for the complete in-
stallation of the pipeline and structures as shown.
103. OZ EXCAVATION.
(a) GENERAL. Excavation shall include without classification, the removal
of all materials of whatever nature encountered, including all obstructions of
any nature that would interfere with the proper execution and completion of
the work. The removal of said materials shall conform to the lines and
grades shown. The Contractor shall furnish, place and maintain all supports
and shoring that may be required for the sides of the excavations, and all
pumping, ditching or other approved measures for the removal or exclusion
of water, including taking care of storm water and waste water reaching the
site of the work from any source so as to prevent damage to the work or
adjoining property. Excavations shall be supported in a safe manner ap-
proved by the Engineer. Excavation shall.be in an open cut trench with
vertical sides.
(b) OVER - EXCAVATION NOT ORDERED BY THE ENGINEER. Any excava-
tion carried below the subgrade, or below the grade shown or ordered, shall
be refilled to the required grade with selected material and compacted by
mechanical means to 95 percent of maximum density. Such work shall be
performed by the Contractor at his own expense in accordance with Section
103.04.
(c) DISPOSAL OF EXCESS EXCAVATED MATERIAL. The Contractor shall
remove and dispose of all excess excavated material at his own expense.
103.03 SAND BEDDING.
Sand bedding shall be composed of imported material and shall be placed to
a depth of 6 inches below the grade of the bottom of the pipe. Sand bedding
shall be compacted to 95 percent of maximum density by using a small
amount of excess water and a vibrator. After the sand has settled and after
the excess water in the sand has disappeared, but not less than four hours
after placing the sand bedding, the remainder of the trench shall be backfilled
as specified in Section 103. 04.
C -7
EARTHWORK
103.04 BACKFILL.
0
SECTION 103. 04
(a) Backfill shall not be dropped directly upon any structure. Materials
used for backfill shall be selected material, free from grass, roots, brush,
or other vegetation; and all material coming into contact with pipe or struc-
tures, or nearer than 6 inches to their surfaces, shall be free of rocks or
boulders larger than 6 inches in dimension or unbroken masses of earthy
materials which might lodge and leave unfilled pockets. Backfill shall not
be placed around or upon any structure until the concrete has attained suf-
ficient strength to withstand the loads imposed.
(b) All backfill shall meet the requirements for Structure Backfill as speci-
fied in Section 19 of the State of California, Division of Highways, Standard
Specifications. Said requirements include the provisions that the backfill
material have a sand equivalent value of not less than 30 and that it be
compacted in layers not to exceed 8 inches, using hand, pneumatic, or
mechanical type tampers to 95 percent of maximum density. Where the
adjacent soil drains well and where approved by the State inspector, sandy
or granular material may be compacted to 95 percent of maximum density
by using a small amount of excess water and a vibrator. The Contractor
shall obtain suitable backfill material from his excavations or from other
sources at his own expense.
(c) The degree of maximum density of the compaction test may be deter-
mined by a representative of the City at the expense of the City using the
Test Method No. 216, as specified in Section 19 of the State of California,
Division of Highways, Standard Specifications, and described in the Divi-
sion's Materials Testing Handbook. A representative of the State Division
of Highways may make additional compaction tests which shall be paid for
by the Contractor.
Lem-
CONCRETE
104.01 GENERAL.
SECTION 104. 01
The Contractor shall furnish all materials for concrete and shall form, mix,
place, cure, repair, finish, and do all other work required to produce fin-
ished concrete structures.
104.02 CONCRETE MIX.
The concrete used for structures shall be composed of 1 part of portland
cement to 2 parts of sand and 3 parts of rock, all by weight (or by equivalent
volumetric measure), and shall have a minimum compressive strength of
3, 000 psi at an age of 28 days. The concrete used for thrust blocks shall
have a minimum compressive strength of 2,000 psi at an age of 28 days.
The quantity of water used shall be just sufficient, with a normal mixing
period, to produce a concrete which, in the judgment of the Engineer, can
be worked properly into place without segregation.
104.03 CEMENT.
All cement used on the work shall be a standard brand portland cement con-
forming to the "Specifications for Portland Cement ", Type II, except that
cement used in mortar coating of pipe shall be Type V, (ASTM Designation
C150).
104.04 AGGREGATES.
(a) All aggregates shall be obtained from pits approved by the Engineer.
(b) FINE AGGREGATE.
(1) Fine aggregate shall be composed of clean, hard, strong, durable,
uncoated grains, free from shale, lumps and soft or flaky particles
and from injurious amount of dust, alkali, organic matter, loam,
mica, or other deleterious substances. The grading as determined
in accordance with the "Method of Test for Sieve Analysis of Fine
and Coarse Aggregates" (ASTM Designation C136), shall conform
approximately to the following:
C -9
•
CONCRETE
Sieve Size
3/8
No. 4
No. 8
No. 16
No. 30
No. 50
No. 100
No. 200
0
SECTION 104.04
Percentage Passing Sieves
100
90 - 100
65 - 90
45 - 70
25 - 45
10 - 20
2 -8
0 -4
(2) Fine aggregate shall in all cases be washed. The control of washing
of fine aggregate shall be such that the finer particles of sand are
retained or removed as required. Washed or saturated sand shall
be allowed to drain at least 24 hours to a uniform moisture content
before batching. Dry sand shall be moistened before handling when
necessary to prevent segregation. The fine aggregate shall be well -
graded so as to insure a dense concrete.
(3) When tested in accordance with the "Method of Test for Organic Im-
purities in Sands for Concrete" (ASTM Designation C40), it shall
show a color not darker than the standard color and shall contain not
more than a total of 5 percent by volume of clay, silt, mica, or
other objectionable inorganic materials as determined by settlement
after shaking well with two and one -half times its volume of water in
a graduated cylinder. At least 400 c. c, of sand by volume shall be
used in this test.
(c) COARSE AGGREGATE.
(1) Coarse aggregate shall consist of gravel obtained from pits approved
by the Engineer, and shall be composed of strong, hard, clean,
durable, uncoated pebbles or rock fragments, free from alkali, or-
ganic or other deleterious matter and shall contain not more than 25
percent of crushed material. Not more than 5 percent by weight of
soft or friable particles and not more than 3 percent of thin, elon-
gated, or laminated pieces will be allowed. Coarse aggregate shall
be washed, and if necessary shall be again uniformly moistened just
before batching.. Coarse aggregate shall be furnished in the primary
C -10
•
CONCRETE
0
SECTION 104.04
sizes specified below, and shall be stored in separate hatching bins
and batched as required to conform to the combined grading require-
ment. The grading or proportioning of the fine and coarse aggre-
gates in the mix shall be varied as directed by the Engineer, and
will be based on securing a well - graded aggregate and producing
concrete having the required workability, density, and strength,
without the use of excess sand, water, or cement. The grading of
the primary sizes of the coarse aggregates shall be within the limits,
in percentages, by weights, as follows:
Primary Aggregate Size No, 2
(1 -1/2 inch maximum size)
Percent
Passing a 2 -inch square sieve . . . . . . . . . . . . 100
it 1 -1/2" " Ah., . . . . . . . . . . . . 90 to 100
IT 1 in. " " . . . . . . . . . . 20 to 55
IT IT 3/4 in. " IT . . . . . . . . . 0 to 15
" " 3/8 in. " " . . . . . . . . . . 0 to 5
Primary Aggregate Size No, 3
(1 -inch maximum size)
Percent
Passing a 1 -1/2 inch square sieve . . . . . . . . . 100
I . . . . . . . . . 90 to 100
3/4 " " " . . . . . . . . . 60 to 80
" 3/8 " " " 0 to15
" No. 4 " " " 0 to 5
Primary Aggregate Size No. 4
(3/8 in. maximum size, pea gravel)
Percent
Passing a 1/2 inch square sieve . . . . . . . 100
3/8 . . . . . . . . . . 90 to 100
No. 4 " " 0 to 15
" No. 8 " " ... . . . . . . . . 0 to 5
C -11
SECTION 104.05
CONCRETE
(2) In the event coarse aggregate is stored in stockpiles in advance of
concreting operations, such stockpiles shall be built up by approved
methods so that coning or segregation of the materials cannot occur.
104.05 WATER.
Water shall be clean and free from objectionable quantities of organic matter,
alkali, salts and other impurities.
104.06 FORMS.
Forms to confine the concrete and shape it to the required lines shall be used
wherever necessary. Forms shall be smooth, tongue and groove boards,
shiplap or plywood, of not less than 5/8 -inch thickness. Exposed vertical
corners of all concrete structures, pads, supports, etc., shall be given a
3/4 -inch chamfer. Forms shall not be removed until permission to do so
has been given by the Engineer.
104.07 TAMPING AND VIBRATING.
As concrete is placed in forms or in excavations, it shall be thoroughly set-
tled and compacted throughout the entire depth of the layer which is being
consolidated, into a dense, homogeneous mass. Except in special cases
where their use is deemed impracticable by the Engineer, the Contractor
shall use high -speed internal vibrators of an approved immersion type.
104.08 FINISH OF CONCRETE SURFACES.
(a) All finished or formed surfaces shall conform accurately to the shape,
alignment, grades and sections as shown on the plans or as prescribed by
the Engineer. Surfaces shall be free from fins, bulges, ridges, offsets,
honeycombing or roughness of any kind, and shall present afinished,
smooth, continuous, hard surface.
(b) Exposed unformed surfaces of concrete shall be given a steel- trowel
fini*h. Excessive floating of surfaces while the concrete is plastic will not
be permitted. All surfaces shall be placed monolithically with the base
slab. Dusting on of dry cement and sand to absorb excess moisture will
not be permitted. Unless otherwise shown, the edges of all exposed hori-
zontal surfaces shall be finished with an edging tool to a radius of 1/2 of
an inch.
C -12
CONCRETE
104.09 CURING.
SECTION 104.09
All structural concrete shall be cured by being kept moist for 14 days after
placing, or at the option of the Contractor, may be cured by an impervious
membrane of a type approved by the Engineer. Encasement concrete and
thrust blocks may be covered with earth 24 hours after placing.
104. 10 READY -MIXED CONCRETE.
(a) At the Contractor's option, ready -mixed concrete may be used meeting
the requirements as to materials, batching, mixing, transporting and placing
as specified herein and the requirements of the "Specification for Ready -
Mixed Concrete" (ASTM Designation C94). The use of non - agitating equip-
ment for transporting ready -mixed concrete will not be permitted. Combi-
nation truck and trailer equipment for transporting ready -mixed concrete
will not be permitted.
(b) The quality and quantity of materials used in ready -mixed concrete and
in batched aggregates shall be subject to continuous inspection at the hatch-
ing plant.
104. 11 PRECAST CONCRETE VAULTS AND MANHOLES.
Precast concrete vaults and manhole shafts shall be of the size and shape,
and installed at the proper elevation, as shown on the drawings. Materials
used in the manufacture of precast vault sections shall conform to the re-
quirements of the applicable subsections of this specification. The concrete
shall have a compressive strength of 3,000 psi at an age of 28 days and shall
be adequately reinforced with reinforcing steel. The vault and manhole sec-
tions shall be manufactured by Associated Concrete Products, Costa Mesa,
California, or approved equal. Shop drawings shall be submitted in ac-
cordance with Section 101. 05.
t
C -13
SECTION 105. 01
REINFORCEMENT STEEL
105.01 REINFORCEMENT STEEL MATERIALS.
All reinforcement steel used in structures shall be furnished, fabricated, and
installed by the Contractor. At the option of the Contractor, bar reinforce-
ment shall be billet steel of structural or intermediate grade meeting the re-
quirements of the "Specifications for Billet -Steel Bars for Concrete Rein-
forcement" (ASTM Designation A15). The deformations on the bars shall
conform to the "Specifications for Minimum Requirements for the Deforma-
tion of Deformed Steel Bars for Concrete Reinforcement' (ASTM Designation
A305).
105.02 BENDING, CLEANING, PROTECTING AND PLACING.
The Contractor shall furnish and install all tie wires, clips, metal supports,
and other appurtenances necessary to fulfill the requirements of the specifi-
cations. The Contractor shall cut and bend all reinforcement steel to the
dimensions and shapes shown on the drawings or in accordance with approved
fabrication details.
105.03 SHOP DRAWINGS.
The Contractor shall submit shop drawings for all reinforcing steel in ac-
cordance with Section 101. 05.
C -14
MISCELLANEOUS METALWORK
106.01 GENERAL.
SECTION 106.01
The Contractor shall furnish, fabricate and install all the miscellaneous
metalwork as required by these specifications and the accompanying draw-
ings. Miscellaneous metalwork, as used herein, is defined as all items
required to be fabricated from structural steel shapes, plates, bars and
their products. All structural steel shapes, plates, bars and their products
shall conform to the "Specifications for Steel Bridges and Buildings" (ASTM
Designation A7). All miscellaneous metalwork of fabricated steel shall be
galvanized after fabrication in accordance with Section 106. 04.
106.02 DRAWINGS REQUIRED OF CONTRACTOR.
Shop drawings of all miscellaneous metalwork shall be submitted in accord-
ance with Section 101.05.
106.03 ANCHOR BOLTS.
The Contractor shall furnish and set all anchor bolts. Unless otherwise
shown, all anchor bolts shall be steel, galvanized after fabrication.
106.04 GALVANIZING.
All structural steel plates, shapes, bars and fabricated assemblies required
to be galvanized shall, after the steel has been thoroughly cleaned of rust and
scale, be hot - galvanized in accordance with the "Specifications for Zinc (Hot -
Galvanized) Coatings and Products Fabricated from Rolled, Pressed and
Forged Steel Shapes, Plates, Bars and Stripe (ASTM Designation A123). Any
galvanized part that becomes warped during the galvanizing operation shall
be straightened.
106.05 CAST IRON MANHOLE FRAMES AND COVERS.
Manhole frames and covers shall be of the size and type shown on the draw-
ings and shall be as manufactured by Alhambra Foundry, or approved equal.
106.06 WELDING.
All welding shall be by the shielded arc method and shall be in conformance
with the HAWS Code for Arc and Gas Welding in Building Construction".
' C -15
SECTION 106.06
MISCELLANEOUS METALWORK
Qualification of welders shall be in accordance with the f'Specifications for
Standard Qualification Procedure" of the AWS.
C -16
PIPING MATERIALS
107.01 GENERAL.
SECTION 107. 01
(a) The Contractor shall furnish and install all pipe, fittings, supports,
bolts, nuts, gaskets, jointing materials, and appurtenances as shown on the
drawings and as specified herein, and shall furnish and install all auxiliary
piping and connections as required for a complete and workable piping sys-
tem, ALL PIPE AND FITTINGS SHALL BE A MINIMUM OF CLASS 150, EXCEPT AS OTHERWISE
NOTED.
(b) All exposed piping shall be adequately supported with devices of ap-
propriate design. Where details are shown on the drawings, the supports
shall conform thereto and shall be placed as indicated; provided that the sup-
port for all piping shall be complete and adequate regardless of whether or
o supporting devices are specifically called for on the drawings.
ta7. rd•'¢4�:���F�..:i
107.02 WELDED STEEL PIPE AND FITTINGS.
(a) GENERAL. Welded steel pipe and fittings shall be manufactured of
steel plate in the thicknesses as indicated on the drawings, but in no case
shall the thickness be less than 3/16 of an inch. Pipe materials, methods
of manufacture, and shop testing of straight pipe shall conform to the re-
quirements of the "Standard for Fabricated Electrically- Welded Steel Water
Pipe" (AWWA Designation C201). All outlets, 4 -incll diameter and larger,
shall be provided with reinforcing designed for a water working pressure of
150 psi. The Contractor shall furnish detailed shop drawings of all welded
steel pipe and fittings in accordance with Section 101.05.
(b) JOINTS.
(1) Unless otherwise shown, all steel pipe shall be provided with flanged
joints, slip joints with fillet field welds on the outside only, or butt -
welding straps for field welding using fillet welds on the outside only.
(2) Where Victaulic couplings are specified, the ends shall be prepared
as follows: The ends of pipe 12 inches in diameter and smaller may
be plain or beveled to fit Style 99 Victaulic Roust -A -Bout couplings.
The ends of pipe larger than 12 inches in diameter shall be banded
and machined to match the dimensions of standard Victaulic shoul-
dered ends for cast iron pipe for Style 44 Victaulic couplings.
C -17
SECTION 107.02
PIPING MATERIALS
(c) STEEL WELDING FITTINGS. Steel welding fittings shall conform to the
requirements of the "Specifications for Factory -Made Wrought Carbon Steel
and Ferritic Alloy Steel Welding Fittings" (ASTM Designation A234).
(d) FLANGES. Materials, dimensions, and drilling of flanges for pipe and
fittings shall be in accordance with the "AWWA Standard for Steel Pipe
Flanges" Class D (AWWA Designation C207), or, in lieu thereof, may be
standard 150 -psi slip -on flanges meeting the requirements of the ASA Speci-
fication B16. 5. Flanges shall be furnished with flat faces. All pipe flanges
shall be attached with bolt holes straddling the vertical axis of the pipe un-
less otherwise shown on the drawings. Attachment of the flanges to the pipe
shall conform to the applicable requirements of the above - referenced AWWA
Standard C207.
(e) WELDING. All hand welding shall be done by welders certified in ac-
cordance with Appendix II of the 'American Standard Code for Pressure
Piping" (ASA Designation B31. 1) or in accordance with the "Standard for
Field Welding of Steel Water Pipe Joints" (AWWA Designation C206).
(f) SHOP TESTING. Upon completion of the welding, but before lining, each
steel plate section shall be bulkheaded and tested under a hydrostatic pres-
sure of not less than 225 psi, provided however, that if straight pipe used in
fabricating the specials has been previously tested in accordance with Sub-
section (a) herein, the circumferential welds and any other welds not tested
hydrostatically shall be tested by a dye penetrant process using Turco Dy-
Chelf, or approved equal, with no further hydrostatic test. Any pin holes or
porous welds which may be revealed by the test shall be chipped out and re-
welded and the pipe or fittings retested.
(g) INTERIOR LINING. Welded steel pipe larger than 12 inches in diameter
shall be lined with cement mortar lining having a nominal thickness of 1/2
of an inch. Welded steel pipe and outlets 12 inches in diameter and smaller
shall be lined with cement mortar having a nominal thickness of 1/4 of an
inch. A tolerance in the thickness of 25 percent, plus or minus, will be
permitted. The pipe shall be cleaned of all loose mill scale, rust, dirt,
grease, or other objectionable matter. After cleaning the interior, the sur-
face shall be coated with mortar. Wherever practicable, the pipe shall be
lined centrifugally. Pipe sections which are impracticable to line by the
centrifugal process shall be lined by hand methods which will insure a lining
C -18
SECTION 107. 02
PIPING MATERIALS
comparable to that obtained by the centrifugal process; the hand.jining of such
pipe shall be reinforced with 2 -inch x 4 -inch welded wire fabric crimped so
as to hold the wire 3/8 of an inch from the surface of the pipe. The fabric
shall be securely fastened to the pipe with welded clips or strips of steel.
The wires spaced 2 inches on centers shall extend circumferentially around
the pipe. The ends of reinforcement strips shall be lapped 4 inches and the
free ends tied or looped to assure continuity of the reinforcement. Cement,
sand, and water shall be mixed in the proportions of 1 part of portland cement
to not more than 3 parts of sand. Just enough water shall be added for proper
workability and to insure uniform distribution around the circumference.
The finished lining shall be smooth, dense, and uniform throughout. Im-
mediately after lining, the pipe ends shall be bulkheaded and remain bulk -
headed until the pipe is laid. The pipe shall be cured under sprinklers for
not less than 6 days. The date of lining shall be plainly marked on the inside
of each pipe length or pipe fitting.
(h) EXTERIOR COATINGS.
(1) The exterior surface of buried welded steel pipe shall be coated with
3/4 -inch thick reinforced cement mortar coating. The coating shall
be reinforced with spirally -wound No. 14 gage steel wire spaced at
one -inch centers positioned approximately in the center of the mortar
coating or, in lieu thereof, with 2 -inch x 4 -inch, No. 12 welded wire
fabric crimped so as to hold the wire 3/8 of an inch from the surface
of the pipe. The fabric shall be securely fastened to the pipe with
welded clips or strips of steel. The wires spaced 2 inches on centers
shall extend circumferentially around the pipe. The ends of rein-
forcement strips shall be lapped 4 inches and the free ends tied or
looped to assure continuity of the reinforcement. Cement, aggre-
gate and water shall be mixed in the proportions of 1 part of cement
to not more than 3 parts of sand. No more than 4 -1/2 gallons of
water shall be used per sack of cement. After the outside coating
has been applied, the pipe shall be cured for 6 days under sprinklers.
Provision shall be made to protect the coating for erosion during
sprinkling. The date of coating shall be plainly marked on the inside
of each pipe length.
(2) Welded steel pipe which is not buried shall be cleaned, primed, and
finish - painted in accordance with Section 109.02.
C -19
SECTION 107.03
PIPING MATERIALS
107.03 VICTAULIC COUPLINGS.
Victaulic couplings shall be designed for a water working pressure equal to
the design pressure for the pipe on which they are to be installed, and shall
be equipped with rubber gaskets for water service. Victaulic couplings
shall be Style 44 for use with steel pipe with ends banded and machined to
match the dimensions for standard Victaulic shouldered ends for cast iron
pipe, and designed for a water working pressure equal to the design pressure
of the pipe on which they are used.
107.04 ROUST -A -BOUT COUPLINGS.
Roust -a -Bout couplings shall be designed for a water working pressure of 300
psi, and shall be Style 99 as manufactured by Victaulic, Inc.
107.05 GASKETS AND BOLTS FOR FLANGED JOINTS.
(a) Except where insulating flanged joints are called for, and at wafer -type
butterfly valves, flanged joints shall be provided with 1/8-inch thick full face
rubber gaskets. At wafer -type butterfly valves, 1/8 -inch thick ring -type
rubber gaskets shall be used.
(b) Bolts shall conform to the requirements of the "Specifications for Steel
Machine Bolts and Nuts and Tap Bolts," Grade B (ASTM Designation A307).
Bolts shall have a minimum tensile strength of 55, 000 psi. All bolts and
nuts shall be hot -dip galvanized.
107.06 SMALL STEEL PIPE.
All pressure piping of small diameter (3 -inch diameter or less) other than
copper tubing and red brass piping, and all vent piping, shall be galvanized
steel and shall conform to the requirements of the "Specifications for Black
and Hot - Dipped Zinc - coated (Galvanized) Welded and Seamless Steel Pipe for
Ordinary Uses" (ASTM Designation A120). Fittings shall be galvanized
malleable iron. Except as otherwise shown, all galvanized pipe shall be
standard weight. All galvanized steel pipe and fittings which are to be buried
shall be wrapped with PVC tape in accordance with Subsection 109.02(c).
C -20
!9
PIPING MATERIALS
SECTION 107.07
107.07 COPPER TUBING.
Copper tubing shall be seamless annealed copper tube and shall conform to
the requirements of the "Specifications for Copper Water Tube" (ASTM Desig-
nation B88), and shall be Type K.
C -21
VALVES
108.01 GENERAL.
SECTION 108.01
(a) The Contractor shall furnish and install all valves shown. All valves
shall be new and of recent manufacture.
(b) The flanges of valves may be either raised or plain faced and shall be
faced and drilled to 125 -pound American Standard dimensions as specified or
shown.
(c) Each valve body shall be tested under a test pressure equal to twice its
design water working pressure.
(d) All interior parts of valves manufactured of bronze or brass except valve
stems, shall conform to the requirements of ASTM Specification B62. Gate
valve stems shall be of bronze, containing not more than 5 percent of zinc,
nor more than 2 percent of aluminum and having a minimum tensile strength
of 60,000 psi, a yield strength of 40,000 psi and elongation of at least 10
percent in two inches, as determined from a test coupon poured from the
same ladle from which the valve stems to be furnished are poured.
(e) Except as otherwise provided in Subsection 108.02(a), iron and steel
surfaces in the water passages of all valves, 4 -inch and larger, shall be
coated with epoxy coating meeting the requirements of Section 108. 07.
(f) All buried valves shall be provided with an exterior protective coating in
accordance with the provisions of Subsection 109.02(a).
108.02 PLUG VALVES.
(a) GENERAL. Plug valves shall be of the tapered plug type, worm gear -
operated, with flanged ends, and shall be designed for wrench operation as
shown. Valve bodies and plugs shall be constructed of cast iron. All sur-
faces of the plugs shall be coated with a dry film lubricant, polyfluoride or
approved equal, permanently bonded to the metal surface. All other ferrous
surfaces in the water passages of the valves (excluding stainless steel surfaces)
shall be coated in accordance with Subsection 108. 0I(e). Other parts shall
be constructed of materials best suited to the requirements of each part and
resistant to wear due to corrosion or friction. The valves shall be provided
with a fitting designed to provide for application of a sealant through a check
C -22
VALVES
SECTION 108. 03
valve protected passage in the stem. Provision shall be made by ducts or
grooves to insure the maintenance of a closed pressurized sealant system
between all contact surfaces of moving parts. The plug shall be held toward
its seat by a factory adjusted gland assembly, set for proper sealing and
operating torque. The gland assembly shall be adjustable from the valve
exterior and shall utilize either spring washers or gland deflection to allow
plug unseating when pressurized sealant is injected. Valve covers shall be
fitted with forged steel covers and flexible antifriction diaphragm under
cover gasket. Valve bodies and plugs shall have smoothly finished water
passages free from sharp corners when the plugs are in the wide -open posi-
tion. The valves shall be designed for a water working pressure of at least
175 psi. Dimensions and drilling of flanges shall conform to the require-
ments of Subsection 108. 01(b). Plug valves shall be furnished with oper-
ating wrenches. All valves shall be Fig. 143, as manufactured by Rockwell
Manufacturing Company, or approved equal.
108.03 BUTTERFLY VALVES.
t (a) FLANGED BUTTERFLY VALVES. Flanged butterfly valves shall con-
form to the 'Standard for Rubber - Seated Butterfly Valves" (AWWA Designa-
tion C504), and shall be of the class indicated on the drawings. Valve
bodies shall be cast iron conforming to the 'Specification for Gray Cast
Iron Castings for Valves, Flanges, and Pipe Fittings" (ASTM Designation
A126), Class B. Valve shafts shall be of Type 316 stainless steel, running
in 110ilite ", or approved equal, sleeve -type bearings, and fitted at the outer
end for connection to operating gearing. Drilling of bolt holes shall conform
to the requirements of Subsection 108.0l(b). Ferrous surfaces in the water
passages of all valves (excluding those surfaces manufactured of non-
corrosive materials) shall be coated in accordance with Subsection 108.01(e).
(b) WAFER -TYPE BUTTERFLY VALVES. Where shown, valves desig-
nated as "Monoflange" or "wafer- type" shall be rubber - seated valves. They
shall conform to the requirements of Subsection 108.03(a) except that they
shall have no flanges and the water passage shall be lined with rubber with
the rubber lining returned along the faces of the ends. Wafer -type butterfly
valves shall be as manufactured by Henry Pratt Co. , or approved equal.
C -23
VALVES
(c) MANUAL OPERATORS.
SECTION 108.04
(1) Manual operation shall be through totally - enclosed permanently lubri-
cated gear reducers which provide at least 30 revolutions of the oper-
ator input shaft for the wafer -type, and 40 revolutions for the flanged -
type to open or close the valve. Gear reducers shall have self- locking
worm, screw -type or spur and rack -type gearing.
(2) The valves to be installed in manholes or structures shall be equipped
with handwheels as shown. Open and close stops shall be provided to
limit valve disc travel. The handwheel operators shall be equipped
with position indicators and locking devices.
108.04 PRESSURE REDUCING VALVES.
Pressure reducing valves shall be of the sizes shown on the drawings, and
shall be flanged, of the globe type with cast iron body. Regulation of down-
stream pressure shall be accomplished by means of a simple adjusting
screw. The valve must open to the full area of the pipe and the pilot valve
shall be a direct - acting, spring- loaded valve designed with a large diaphragm
and effective working area to insure sensitive control and accurate regulation
of the required pressure. The valves shall be capable of reducing the pres-
sure on the downstream side of the valve to pressures which may be adjusted
between 30 and 110 psi. Valve seats shall be replaceable and shall be of
Type 316 stainless steel. The shafts and stems shall be of Type 316 stain-
less steel and shall be guided by two bearing guides, one in the cover chamber
and one in the seat ring. Valves shall be Cla -Val No. 90 Pressure Reducing
Valves, 175 psi, or approved equal.
108.05 CORPORATION STOPS.
Corporation stops shall be James Jones, No. J -1505, or approved equal.
108.06 PRESSURE GAGES.
The pressure gages shall have steel cases, 1/4 -inch NPT bottom connection,
stainless steel bourdon tubes, stainless steel movements, black faces with
white markings and shall be accurate to within 0.5 percent of the dial ranges.
The range shall be 0 - 160. The gages shall be mounted as shown on the
drawings and shall be Foxboro Model "M ", or approved equal.
C -24
'1
P
'ti
^;.
•
VALVES
108.07 EPDXY COATINGS.
SECTION 108.07
(a) GENERAL. The epoxy coating required under Subsection 108.01(e) shall
be powder epoxy as specified in Subsection 108. 07(c) when applied to gate
valves. For all other valves and gates requiring an epoxy coating, said
coating shall be either powder epoxy as specified in Subsection 108.07(c) or
liquid epoxy as specified in Subsection 108. 07(d) at the Contractor's option.
(b) SURFACE PREPARATION. All oil and grease shall be removed from
the metal, sising an oil -free solvent (methyl ethyl ketone or trichlor %thylene)
and clean dry rags. The surface shall be sandblasted to white metal. In
order to obtain maximum adhesion of epoxy coating, the grit used for blast-
ing shall be coarse enough to impart a tooth in the metal equal to 25 percent
of the thickness of the coating to be applied. The metal shall be cleaned after
sandblasting with clean, dry compressed air. Use of rags to remove resid-
ual dust after kandblasting will not be permitted.
(c) POWDER EPDXY.
(1) MATERIAL. One hundred percent epoxy material shall be used in
all coatings. The material used shall be one of the following: Dow
Corning Epoxy DC 3100, Furane Plastics Co. No. 268, Minnesota
Mining and Manufacturing Co. "Scotchcoat, 11 Michigan Chrome and
Chemical Co. "Miccron 65011, or approved equal.
(2) PREHEATING. Areas that are not to be coated shall be masked
using 500- degree masking tape, similar to Minnes*a Mining and
Manufacturing Company's Permacel. The part to be coated shall
be placed in an oven and preheated until the surface temperature is
350 F + 20 F - 10 F. The time required for preheating will vary,
depending upon the type and thickness of the metal parts and the
source of heat. An accurate temperature measuring device such as
pyrometer shall be used to determine the substrate temperature.
(3) APPLICATION. The epoxy shall be applied as a powder to the
heated metal by one of the following methods:
(aa) ELECTROSTATIC METHOD. The powder shall be applied to
the heated, grounded metal part which has been electrostatically
C -25
SECTION 108.07
VALVES
charged by means of a current of approximately 1 -1/2 amperes
at approximately 400 volts. After application of the epoxy, the
part shall be reheated to 320 F for 30 to 60 minutes to fuse the
epoxy. Equipment for applying the epoxy powder shall be the
Sames Electrostatic Powder Spray, or approved equal. Par-
ticular care shall, be given to protection of non - ferrous masked
parts. The finished product shall be carefully examined for
epoxy interference on working parts.
(bb) HEAT FUSION METHOD. The part shall be prepared as outlined
above and heated for a sufficient period to drive out all moisture
from the metal. Epoxy powder shall be applied using an air spray
device designed to exclude moisture from the spray air. The
part must be preheated to maintain a surface temperature high
enough to cause instant epoxy fusion during the entire application
process. After coating, the item shall be reheated to 320 F + 20 F
- 10 F for a period of not less than 30 minutes. Particular care
shall be given to protection of non - ferrous masked parts. The
finished product shall be carefully examined for epoxy inter-
ference on working parts.
(4) THICKNESS OF COATING. The minimum thickness of coating shall be
15 mils, provided, however, that the thickness of coating in the grooves
for valves or fittings designed to receive a rubber gasket shall be ap-
proximately 5 mils.
(5) INSPECTION. Coating thickness shall be checked with a nondestruc-
tive magnetic type thickness gage. Coating integrity shall be tested
with a 67 -volt Tinker -Rasor holiday tester or a spark testing unit
operating at 6,000 volts.
(6) HAND- APPLIED EPDXY. Where hand - applied epoxy is specified it
shall be Narmco No. 3135, as manufactured by Narmco Materials Di-
vision, Telecomputing Corporation, Costa Mesa, California, or ap-
proved equal. Surface preparation and preheating shall be in strict
accordance with the manufacturers instructions. Thickness and in-
spection shall be in accordance with Subsections (4) and (5)oherein.
C -26
SECTION 108. 07
VALVES
(7) FIELD REPAIRS. If small local repairs are necessary, they shall be
made using Narmco No. 3135, or approved equal. The surface must
first be cleaned with an oil -free solvent (methyl ethyl ketone or tri-
chlorethylene) and clean dry rags.
(d) LIQUID EPDXY. The coating shall consist of 3 coats of "Specoat, " SEC -
ETP, as manufactured by Specialties Engineering Co. , Pasadena, California,
or approved equal, applied to give a minimum coating thickness of 15 mils.
Said coating is a trowelable epoxy formulation. Prior to application of the
coating, the surfaces shall be prepared as specified in Subsection 108. 08(b)(Z).
"Specoat" shall be applied strictly in accordance with the manufacturer's
recommendations. This requires heating of the metal to approximately 125 F
to remove moisture from the surface, and filling cracks and cavities with
putty -like material ("Specoat," SEC -ETCH) between the first and second
coats. The completed coating shall be checked for thickness in accordance
with Subsection 108. 07(c)(5).
C -27
SECTION 109. 01
INSTALLATION OF PIPING
109.01 INSTALLATION OF WELDED STEEL PIPE.
(a) At all times when the work of installing pipe is not in progress, all open-
ings into the pipe and the ends of the pipe in the trenches shall be kept tightly
closed to prevent entrance of animals and foreign materials. The Contractor
shall take all necessary precautions to prevent the pipe from floating due to
water entering the trench from any source, shall assume full responsibility
for any damage due to this cause and shall at his own expense restore and
replace the pipe to its specified condition and grade if it is displaced due to
floating. The Contractor shall maintain the inside of the pipe free from
foreign materials and in a clean and sanitary condition until its acceptance by
the City.
(b) The pipe sections shall be laid in place to true alignment and grade in
accordance with the drawings. Special care shall be taken in placing the
pipe and making the field joints. Bumping of the pipe in the trench will not
be permitted. Fabric slings shall be used for handling coated pipe, and
sandbags shall be used to support the pipe when stockpiled. Concrete thrust
blocks shall be provided at the locations and in the sizes shown on the draw-
ings. Bell holes of ample size shall be dug where joints are to be welded.
For pipe 20 -inch and smaller, the joints shall be made by daubing the bell
end of the pipe with mortar containing 1 part of lumnite cement to not more
than 3 parts of sand, inserting the spigot into the bell and forcing it to the
bottom of the bell. Excess mortar on the inside shall be swabbed out. For
the pipe larger than 20 inch, the joints shall be pointed on the inside after
the trench has been backfilled. The joints shall be field - welded in accord-
ance with the "Standard for Field Welding of Steel Water Pipe Joints" (AWWA
Designation C206). The size of welding rod used, the number of passes,
and time interval between passes shall be carefully controlled to avoid
damage to the cement - mortar lining. After welding, the surfaces near the
welds shall be cleaned of all dirt, scale or welding flux and provided with a
protective coating conforming to the requirements of Subsection 107. 02(h).
(c) Where butt - straps or closure pieces are used, both the interior and ex-
terior surfaces of the butt - straps or closure pieces shall be given a coating
equivalent to the factory - applied coating of the adjoining pipe sections. The
exterior cement mortar coating in such cases shall be reinforced with wire
mesh. The interior cement mortar lining shall be similarly reinforced
where the exposed length of the butt -strap or closure piece, as measured
between the ends of the connected pipe sections, exceeds 4 inches.
C -28
t
INSTALLATION OF PIPING
SECTION 109.02
109.02 FIELD APPLICATION OF PROTECTIVE COATINGS.
(a) BURIED VALVES AND FLANGED JOINTS. Except as otherwise shown,
all buried valves, flanged joints, and other buried iterntwhich are not gal-
vanized or mortar coated, shall be thoroughly cleaned and given two coats
of EC -244 as manufactured by Minnesota Mining and Manufacturing Com-
pany, or approved equal. The coating shall be applied strictly in accordance
with the manufacturer's recommendations.
(b) PIPING AND VALVING IN STRUCTURES. Exposed ungalvanized metal
surfaces of piping in structures and above ground shall be painted with one
prime coat of No. 5210 yellow zinc chromate, and one prime coat of No. 5176
Corrosion Inhibitive Red Primer, followed by two finish coats of No. 9645 -2
Dark Green Heavy -Duty Alumizol, as manufactured by Gilmore and Nolan,
Inc. , 1451 S. Lorena Street, Los Angeles, California. Prior to painting,
wire brushes or abrasives shall be used where necessary to render the sur-
faces clean and dry. No painting shall be done when the relative humidity
exceeds 60 percent.
(c) BURIED GALVANIZED IRON PIPE. Buried galvanized iron pipe shall be
wrapped with a 20 mil adhesive polyvinyl chloride (PVC) tape, half lapped.
Fittings and couplings shall be first primed, then wrapped with polyvinyl
chloride tape to a 40 -mil thickness in accordance with the manufacturer's
instructions.
109.03 CONNECTIONS TO EXISTING MAIN.
(a) The connections to the existing 24 -inch steel cylinder concrete pipe
(transmission main) shall be made in accordance with these specifications
and the details and notes shown on the drawings. The Contractor shall re-
move the exterior mortar coating for a sufficient distance along the 24 -inch
pipe to permit installation of the special sections as shown. The rod wrap-
ping shall be welded to the steel cylinder just beyond the limits of the special
sections to be installed. Care shall be exercised to avoid burning through the
steel cylinder, after which the rod wrap shall be cut and removed from the
cylinder.
(b) In order to insure a minimum of inconvenience, the City will determine
the exact time of day or night said connections shall be made. The Contractor
C -29
q T.
INSTALLATION OF PIPING
SECTION 109.04
shall plan his work in such a manner that the resulting connections will be
completed within 3 days. No additional compensation will be paid for over-
time which may be necessary in making said connections. The Contractor
shall notify the City at least 2 days of the date on which he proposes to begin
to..make the connections as outlined herein.
(c) When the connections are made, about two ounces of HTH shall be placed
in the pipe at each point where the existing main is cut. All new pipe and
fittings shall be swabbed internally with an approved chlorine solution. The
connections shall be made in the presence of the City Inspector.
109.04 PIPELINE TESTS.
It is impractical to test the piping prior to returning the system to service
but the Contractor shall be responsible for having constructed a "tight"
system. If any noticeable leaks occur, the Contractor shall be responsible
for stopping said leaks and any defective piping or valves shall be replaced
with new sections.
109.05 REPLANTING.
The Contractor shall be responsible for replanting of the ice plant ground
cover in the area of his operations, both at the construction site and access
roadways to the site. The work will not be considered complete until it has
been approved by both the City and the California Division of Highways.
Final acceptance of the completed project will be made by the City.
C -30
1�
2
3
4
i
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
• wiec
3//64 64
(12)
Rl ai iiQBi 00. 5951
A RESOLUTION OF THE CITY COUNCIL OF TM CITY OF
NEWPORT BEACH AWARDING A CONTRACT FOR THE CW1
STUXTION OF A P8iii LU UDOCIN6 STATION law
NO" iiWITAL
VHRR&AS, pursuant to the Notice .Inviting ;ids for work
consisting of tw ea wtructiou of a pressure reducing statUM below
Ron hospital in the UlLy of Newport Beach, is accordance with the
plane ft{ specifications heretofore adopted, bids were received on
the 8th Say of April, 1964, and publicly opened and declared; and
WUREAS, it appears that the lowest responsible bidder
the"for is PYLON, INC.;
*UW0 IREREFORL9 BE IT RESOLVED that the bid of Pylon,
Inc., in the amount of 415,545 be accepted and.that the contract
for the construction work be awarded to said bidder.
BY. IT b`[JicTh`TaR 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 as behalf of the city
of Newport Beach, and that the City Clerk be directed to furnish
an executed copy to the successful bidder.
Ai70PTED this 13th day of April, 1964.
wyoi
ATTEST -6
-L7 Awr-
•
TO: CITY COUNCIL
FROM: CITY MANAGER
•
NOVEMBER 4, 1964
SUBJECT: ACCEPTANCE OF PRESSURE REDUCING STATION BELOW HOAG HOSPITAL
(C -887)
RECOMMENDATIONS:
1. ACCEPT THE WORK.
2. AUTHORIZE THE CITY CLERK TO FILE A NOTICE OF COMPLETION.
'j, /
3. AUTHORIZE THE CITY CLERK TO RELEASE THE BONDS 35 DAYS AFTER
THE NOTICE OF COMPLETION HAS BEEN FILED.
THE CONTRACT FOR THE CONSTRUCTION OF THE PRESSURE REDUCING STATION BE-
LOW HOAG HOSPITAL HAS BEEN COMPLETED TO THE SATISFACTION OF THE PUBLIC WORKS
DEPARTMENT.
THE BID PRICE WAS: $15,545'00
EXTRA WORK AMOUNTED TO: $� 253.00
THE FINAL CONTRACT PRICE WAS: $15,796-00
THE EXTRA WORK INVOLVED THICKENING THE FLOOR SLAB AND WATERPROOFING THE
STATION DUE TO ENCOUNTERING UNANTICIPATED GROUND WATER.
THE CONTRACTOR IS PYLON INC., OF COMPTON, CALIFORNIA.
THE CONTRACT CALLED FOR COMPLETION ON SEPTEMBER 20, 1964.
THE WORK WAS COMPLETED ON OCTOBER 14, 1964+ A STRIKE AT THE PLANT OF THE
VALVE SUPPLIER ACCOUNTED FOR PART OF THE DELAY. IN ADDITION, THE CONTRACTOR WAS
REQUESTED TO DELAY SHUT DOWN OF THE 24° LINE FOR 2 WEEKS AT THE END OF SUMMER IN
ORDER TO MINIMIZE LOW WATER PRESSURE PROBLEMS IN WEST NEWPORT.
COUNCIL
C! °OJITION:
f0BE"RTCOOP
CITY MANAGER
FILE:
,Cs%e: i7/•�P/.-- �'-'�' (J
JTD:GPD-4s � /w�i•
•
County Recorder
Hall of Records
Santa Ana, California
Dear Sir;
November 17, 1964
Enclosed with this letter is a Notice of Completion
of Public Works project on which Pyton, Inc. was the
contractor and United States Fir Inaertt _ Company
was the surety. Please record and return to us.
Very truly yours,
Doris M. George
Deputy City Clerk
City of Nexvport Beach
dg
Encl.
CITY OF NEWPORT BEACH
CI�RNT
April 13, 1964
To: City Clerk
From: City Attorney
Subject: Agenda Item I 10
The attached resolution, if adopted by the City Council, will
award to Pylon, Inc., for the amount of $15,545 the contract
for the construction of a pressure reducing station below Hoag
Hospital.
WWC:mec
Encs.
cc - City Manager
Public Works Director
Walter W. Charamza
City Attorney
-( -l3 - 6
-595
I
CITY CLERK
Public Works Department
City Clerk
L
April 23. 1964
Contract documents for the construction of a pressure
reducing station below Hoag Hospital
Attached are executed copies of the "Public Works"
and "Contractor" copies of the Contract.
MS: gm
0
CITY CLERK
Finance Director
City Clerk
0
April 23, 1964
Contract document2 for the construction of a pressure
rn ucing station below Hoag Hospital
Attached is the Finance Department copy of the above -
mentioned Contract numbered 887.
9
M
E
CITY OF NEWPORT BEACH
PUBLIC WORKS
DEPARTMENT
E
Date APRIL 22, 1964
NO.
TO: CITY CLERK
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF A PRESSURE
REDUCING STATION BELOW HOAG HOSPITAL
ATTACHED ARE 4 COPIES OF THE SUBJECT DOCUMENT FOR EXECUTION
BY THE CITY.
THESE DOCUMENTS HAVE BEEN APPROVED AS TO FORM BY THE CITY
ATTORNEY.
INSERT DATE IN THE APPROPRIATE
EXECUTED BY THE MAYOR.
PLEASE EXECUTE AT THE EARLIEST
AFTER EXECUTION BY THE CITY, P
CLERK" FOR YOUR FILES, SEND THE ONE MARKED
FINANCE DIRECTOR, AND RETURN THE REMAINING
ATT 5: 4
MA:VR
BLANK THAT THE DOCUMENT IS
POSSIBLE DATE.
_EASE RETAIN THE COPY MARKED "CITY
"FINANCE DEPARTMENT" TO THE
2 COPIES TO THIS OFFICE.
1
% MICHAEL ANDERSON
ASST. CIVIL ENGINEER
0
TO: CITY COUNCIL
FROM: CITY MANAGER AND PUBLIC WORKS DIRECTOR
SUBJECT: THE CONSTRUCTION OF A PRESSURE REDUCING STATION BELOW HOAG HOSPITAL
(C -887)
RECOMMENDATIONS: \ O
1. AWARD CONTRACT TO PYLON, INC., FOR $15,545.00.
2. ADOPT A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE THE CONTRACT.
SEVEN BIDS WERE RECEIVED AND OPENED IN THE OFFICE OF THE CITY CLERK
AT 10:30 A.M. ON APRIL 8, 1964.
PYLON, INC.
B. C. WALKER
WEST & BIGGS, INC.
TRIAD PIPING AND CONSTRUCTION CO
LONGLEY CONSTRUCTION CO., INC.
JAMES 1. GALLACHER
ECCO CONSTRUCTION CO.
COMPTON
RIVERSIDE
LONG BEACH
PARAMOUNT
FULLERTON
COSTA MESA
GARDEN GROVE
TOTAL
$15,545.00
I , 93.00
1921 .00
19,700.00
22,493.00
24;800.00
24,837.00
THE LOW BID IS 29% LESS THAN THE ENGINEERS ESTIMATE OF $22,000.00.
A BALANCE OF $14,000.00 IS AVAILABLE IN ACCOUNT No. 50- 9297 -032. A BUDGET
AMENDMENT WILL BE SUBMITTED AT THE NEXT COUNCIL MEETING IF THE CONTRACT IS
AWARDED.
THE ESTIMATED DATE OF COMPLETION IS SEPTEMBER 10, 1964.
PREPARED BY:
DONALD C. SIMPSON
PUBLIC WORKS DIRECTOR
ATTEST TO OPENING BIDS:
MARGERY SCH OUDER
CITY CLERK
RC:DCS:MA:VR
4 -10 -64
.t c �j L, c1.c'-;
/ r F�
�" �• .
1 �L v co r f
ROBERT COOP
CITY MANAGER 5
RECM.I-D
MAR 16 1964
PYLON, INC.
CONTRACT NO. 887
CITY OF NEWPORT.BEACH
CONTRACT DOCUMENTS
FOR
THE CONSTRUCTION OF
A PRESSURE REDUCING STATION
BELOW HOAG HOSPITAL
-. FROM-
PYLON, INC. • Engineering Contractors
19506 S. ALAMEDA ST. . P.O. BOX 4729 • COMPTON, CALIF. 90224
APPROVED BY THE CITY COUNCIL ON THIS
1 _ DAY OF MARCH, 1964
ITY LERK
I
TO THE HONORABLE CITY
CITY OF NEWPORT BEACH
CALIFORNIA
PROPOSAL FOR CONTRACT NO. 887
COUNCIL
0
THE UNDERSIGNED DECLARES THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE �p
PROPOSED WORKS THAT HE HAS EXAMINED THE PLANS AND SPECIFICATIONS FOR CONTRACT N0. W7,
AND HEREBY PROPOSES TO FURNISH ALL MATERIALS AND DO ALL WORK REQUIRED TO COMPLETE THE
WORK IN ACCORDANCE WITH SAID PLANS, THE STANDARD SPECIFICATIONS OF THE CITY OF NEWPORT
BEACH, AND THE SPECIAL CONDITIONS, AND THAT HE WILL TAKE IN FULL PAYMENT THEREFOR THE
FOLLOWING LUMP SUM PRICE FOR THE ITEM COMPLETE IN PLACE:
ITEM QUANTITY ITEM DESCRIPTION TOTAL
N0. TOTAL LUMP SUM PRICE WRITTEN IN WORDS LUMP SUM PRICE
1 PRESSURE REDUCING STATION'
EACH
FIFTEEN THOUSAND FIVE HUNDRED
X#�d
FORTY FIVE AND NO /100 DOLLARS �C
EACH $ 15,545.00
0
0
THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED
CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER
HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF THE
CHECK OR BOND ACCOMPANYING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT
BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDINr
FOR THE REGISTRATION OF CONTRACTORS, LICENSE No. 183460 �I
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 THI< PART OF
THE UNDERSIGNED IN MAKING UP THIS BID-
ACCOMPANYING THIS PROPOSAL IS Bid Bond
CASH, CERTIFIED CHECK, CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE=
NEvada 6 -2342
PHONE NUMBER
April 8, 1964
DATE
P. 0. Box 4729
19506 So. Alameda St., Compton, Calif
BIDDERS ADDRESS
PYLON, INC,
BIDDERS NAME
% I (SEAL)
AUTHORIZED SIGNATURE
G. A. Diedrich, President
HORIZED JIGNATURE
Corporation
TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, COPARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION
AND NAMES OF ALL COPARTNERS IF A COPARTNERSHIP:
G. A. Diedrich
Mary H. Scott
President
Sec. /Treas.
PAat 3
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HA S/ USED ZWEXSUB -BIDS OF 1jgx9Q¢kRNkg}6
X93WEB CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB— CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB — CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACHo
ITEM OF WORK SUB— CONTRACTOR ADDRESS
1. NONE
2.
3•
4.
5•
6.
PYLON- INC.
BIDDERS NAME
AUTHORIZED SIGNATURE
G. A. Diedrich, President
Corporation
TYPE OF ORGANIZATION
(INDIVIDUAL) COPARTNERSHIP OR CORPORATION
P. 0. Box 4729
19506 So. Alameda Street
Compton, California
ADDRESS
a
PAGE 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOId ALL MEN BY THESE PRESENT,
THAT WE, PYLON, INC.. I , AS PRINCIPAL,
AND UNITED STATES FIRE INSURANCE COMPANY AS SURETY, ARE
HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF Ten
percent(10%) of amount of bid DOLLARS (p 10% ), LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY
AND SEVERALLY, FIRMLY BY THESE PRESENTS-
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN, PRINCIPAL FOR THE CONSTRUCTION OF
A pressure reducing station below Hoag Hospital (Contract No. 887
IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY) AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUCTION
AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS"
WITHIN TEN (10) DAYS (NOT INCLUDING SUNDAY) FROM THE DATE OF THE MAILING OF A NOTICE TO
THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS
READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE
AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED
TO THE SAID CITY.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS
April , 19 64 .
CORPORATE SEAL (IF CORPORATION)
(ATTACH ACKNOWLEDGMENT FROM OF
ATTORNEY IN FACT)
t
BY
6th DAY OF
PYLON, INC.
PP7 INC IIPAL
BY:
G. A. Diedrich
President
STATES FIRE INSURANCE COMPANY
SURETY .
TITLE Gordon M.
ACKNOWLEDGMENT BY SURETY
State of California l
' County of Los Angeles f ss.
On this 6th day of April , in the year 19 64_,
before me, ,LOW Cnal I'us , a Notary Public in and for said County and
State, personally appeared Gordon S. Dougherty
known to me to be the person whose name is subscribed to the within instrument as the Attorney -in-
fact of the UNITED STATES FIRE INSURANCE COMPANY, and acknowledged to me that he subscrib-
ed the name of the UNITED STATES FIRE INSURANCE COMPANY thereto as principal, and his own
name as Attorney -in -fact.
9
Greens
i
Nrµmy Publio n M-d for scdd County and s
My Commission Expires May 23, 1966
NON COLLUSION AFF9DAVIT
0
PAGE 9
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF
FILING THIS BID, BEING DUL.Y SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NO 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 ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS, WHICH TENDS TO OR DOES LESSEN OR DESTROY
FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE ATTACHED BIDS; THAT
NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID
DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CON-
TRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN WHICH 13 NOT
PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PREVENT ANY SUBCONTRACTOR OR MATER -
IALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT
BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCEMENT OR ANY FORM OR CHARACTER
OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED, OFFERED,
PAID OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID
BID OR AWARDING OF THE CONTRACT, NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING
OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAY, DELIVER TO, OR SHARE WITH
ANY OTHER PERSON IN ANY WAY OR MANNER, ANY OF THE PROCEEOS OF THE CONTRACTS SOUGHT
BY THIS BID=
PYLON, INC
By:
G. A—
President
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS 8th DAY of April , 1964
MY COMMISSION EXPIRES:
PARRY H. SCOTT
_' -1 •r ,�•� _ _ MV Commission F: n. •c I,-n+ nd 1057
-
li� M
NOTARY PUB IC
State of ' ifornia - Prio,Fm Olfi,,, LOS Angeles County
• •
PAGE 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN
THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL
ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY EXPERIENCE, SKILL AND BUSINESS
STANDING-)
THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY-
THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT
INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED*
YEAR
TYPE
OF WORK
CONTRACT AMOUNT
LOCATION
AND FOR WHOM PERFORMED
1.7/1963
3 Pumping
Stations
$ 156,398.00
Las Virgenes Mun. Wtr, Dist.. Calif.
2.6/1963
Pumping
Station
$ 56,550.00
City
of Arcadia. Calif.
3.6/1963
Pumping
Station
$ 33,105.00
L. A.
Co. Waterworks Dist. #4. Calif.
4.11/1962
Pumping
Station
$ 33,650.00
City
of Vernon. California
PYL N. INC.
SIGNED By,
G. A. Diedrich, President
.... ......
XJ
z,
A
kf
"Nz
t.
IQ
41
Newport Harbor News Press <o hived with DAILY PILOT was decreed a newspaper of
general circulation In the Ci .#Newport Beach by Decree of the Superior Court of
Orange Couniy, Caliiornia, Num A24831, dated It June. 1963.
i,Lf..9L NOTICE: j
CITY Op NEWPORT bEACX. I
CALIFORNIA I
TATE OF CALIFORNIA )
NOTICE OF INVITING BIDS
) ss.
at the he office of ttheesCity Clark C itvh Hail
i.' Orange
County
•r )
Newport Beach, California, until ip;s(I
A.M. on the 6th day of April 1964,
at.
which time they will be publicly opened
and read, for performing work as fol-
low"
t'I 1 1
i, -, p i,yyla�Q Ma Schmidt being first duly sworn,
THE CONSTRUCTION OF A PRIES
SURE REDUCING STATION BELOW
HOSPITAL
and On oath depose and say that I am thAdvert181riA Mara
.fOAG (CONTRACT N0.
98)i
No bid will be received unless It A.
made on
of the Newport Harbor News Press /Daily Pilot, a newspaper of
a proposal form furnlshe. Or
•
t; Public Works Department. Earn bid
ba accdmPanied by cash, ee,rifiad
general circulation in the City of Newport Beach, County of Or-
der', the City bid Newport Beach for shin
mcani equal tO at least 10
ange. State of California, and that a Notice ofInV it lri� Bide 9
par cent
Of rye amount bid, such guaranty +o be
",
New ort California
CS Beach
Y. P �
contract is wardeddfail to enter
,n+o the contract.
.t -- _ - - --
accordance with he previsions or
SOCf,nn 179D of the Labor Con
of which copy attached hereto is a true and complete copy, was
the City
Councit of the City of Newport BeacP
has the general Prevailing
printed and published in the regular Newport Beach, Costa Mesa
of Per
lair ar per tliem wages in the locality
,n •,:mch the work 's to be
ror each the or type of workman performed
and Huntington Beach issue (s) of said newspaper for — - - -'- -
,krrormea
mechanic needed to execute the coniracl
Resolution
and is set (said
A ropy
_ 1 _ X 1�, K�;Xj6Xv *X Issues Of
Av. lable
R
of oath Resolution is available
,n the office of the City Clerk in the
❑tv Newport
___ _ ___ -. - __X10JU
March 13
of Beach.
All bids are to be fampared en the
-.. �_.. -. -_ �..�..- �...��. -�__— ...�. _, 196Y _
rave of the Engineer's estimate of the
r-- fltles of work to be done.
—..�_. _ . _..� �.. -_ _. _ -, _
196 —�_
No bids will be accepted from a Con.
traclor who has not been licensed 1
accordance with he provisions At Chap
-- "- - -� -'- "'-- '- --'- -- ' — -'
ter 9, Division III of Business an,
Professions Code.
196_
Plans and SWiffc.tions, farms of pro.
_ ._
-- -- - - - - -- � ��
easels, bonds, and contract may be ob
Pained at he Public Works Department
Ipb
City Hall, Newport Beach. California
A non- refundable charge of S]. aa
- - - - - -� �— -- )-- ,- -. —� -- ,
�f
✓, l\ - / 1, lY r
will
be required for each set of stand ar0
(signed) `` -' `(
-q" -- - -� -' - "-
Seec0katlOns. A refundable deposit of
56.00 will be reguired far each at Of
plans,
13th
Subcribed and sworn to before me this day f
y
special Provisions, and contract
aocumeen No will be made
_ — . -. —_.
Marsh
,riot than QO haws otter awartl of he.
days after
the
Iqb -
City Of Newport Beech reserves.
lv rtght to reject any er all bids end
( ( 1l'
- -- -" — -- -�- " -- - - - - - -- - -
waive any Informality in such bids.
;J-
CITY OF NEWPORT BEACH'
CALIFORNIA
MARGERY sCHROVDER,
Notary Public In and for the
cow c...k
Ptn,..Ped 1: ev: o,:rt t.a M, y wcP. S).
County of Orange, State of California
'WPar BCa Ch .'aL� ;Aas:F
My commission expires
• 0
TO: CITY COUNCIL
FROM: CITY MANAGER AND PUBLIC WORKS DIRECTOR
SUBJECT: PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF A PRESSURE
REDUCING STATION BELOW HOAG HOSPITAL (CONTRACT NO. C -887)
i
RECOMMENDATIONS:
APPROVE THE PLANS AND SPECIFICATIONS.
2. AUTHORIZE THE CITY CLERK TO ADVERTISE FOR BIDS TO BE OPENED
AT 10:30 A.M. ON APRIL 8, 1964.
THE ESTIMATED COST IS $22,000. A BALANCE OF $14,Ooo IS AVAILABLE IN
ACCOUNT NO. 50- 9297-032. A BUDGET AMENDMENT WILL BE SUBMITTED AS REQUIRED AFTER
THE RECEIPT OF BIDS.
COMPLETION OF THE PROJECT WILL PROVIDE A DIRECT CONNECTION BETWEEN THE ZONE I AND
ZONE II WATER SYSTEMS IN THE WESTERLY PART OF THE CITY. ZONE I PRESSURES CAN THEN
BE RAISED SUBSTANTIALLY AND THE RELIABILITY OF SUPPLY TO BOTH SYSTEMS WILL BE
GREATLY INCREASED.
THE EXISTING RESERVOIR AT 16TH AND MONROVIA CAN THEN BE TAKEN OUT OF
SERVICE, THUS ELIMINATING THE EXPENSE OF REPLACING THE ROOF�AND ELIMINATING MAIN-
TENANCE AND OPERATION EXPENSES. THIS RESERVOIR REPRESENTS ONLY 17 % OF THE TOTAL
STORAGE AVAILABLE. IT DOES NOT APPEAR THAT RETENTION OF THE RESERVOIR IN THE
SYSTEM IS JUSTIFIED.
THE ESTIMATED COMPLETION DATE IS SEPTEMBER 10, 1964. CONSIDERABLE LEAD
TIME IS NEEDED FOR FABRICATION OF THE SPECIAL PIPING AND EQUIPMENT. THE CON-
STRUCTION SITE IS LbCATED IN A CITY EASEMENT WITHIN THE NORTHWEST QUADRANT OF THE
ARCHES INTERCHANGE. THERE WILL BE NO INTERFERENCE WITH TRAFFIC DURING CONSTRUCTION.
PREPARED BY:
DONALD C. SIMPSON
PUBLIC WORKS DIRECTOR
RC:DCS :BBN:vs
3/5/64
ROBERT COOP
CITY MANAGER �/