Loading...
HomeMy WebLinkAboutC-1350 - Reservoir & pump station, Master PlanM, TO: FROM: SUBJECT: December 4, 1972 -k d CITY COUNCIL Public Works Department ACCEPTANCE OF PUMPING STATION, ZONES III AND IV AND PRESSURE REDUCING STATION AT BIG CANYON RESERVOIR (C -1350) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: /-/-7 The contract for the construction of the Zone III and IV Pumping Station and the Pressure Reducing Station at Big Canyon Reservoir has been completed to the satisfaction of the Public Works Department. The bid price was $224,000.00 Amount of unit price items constructed: 224,000.00 Amount of change orders: 1,473.50 Total Contract Cost: 225,473.50 Amount budgeted in Account No. 50- 9297 -076 224,000.00 Four change orders were issued: 1. Provided for a change from air release valves to air and vacuum release valves $184.75 2. Provided for a special pipe fitting to join the existing 16 -inch main 564.00 3. Provided for installation of reinforcing and weep holes in the gunite drainage ditch 421.25 4. Provided for installation of additional control wiring 303.50 A budget amendment in the amount of $1,473.50 has been submitted for Council approval. California. The contractor is Triad Piping and Construction Company of Gardena, The contract date of completion was June 12, 1972. December 4, 1972 = Subject: Acceptance of Pumping Station, Zones III and IV and Pressure Reducing Station at Big Canyon Reservoir (C -1450) Page 2. The contractor was delayed approximately 5 days due to inclement weather, and an additional 6 days due to extra work. The major delay in completion of the work was the failure of the pump and valve suppliers to deliver their equipment on time. As a condition of accepting a purchase order from the contractor, these suppliers impose a condition that they will not be held liable for late delivery. The assessment of liquidated damages is not recommended as they could not be passed on to the company at fault. The Zone IV portion of the project was turned on July 31, 1972 and has continuously provided water to the occupied homes in Upper Harbor View Hills and the new homes in the Spyglass Hill area. eph Devlin lic rks Director hh May 8, 1972 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: UNDERGROUND UTILITY EASEMENT AT BIG CANYON RESERVOIR SITE RECOMMENDATION: Adopt a resolution authorizing the Mayor and City Clerk to execute a deed granting the Southern California Edison Company a 6 -foot wide underground electrical easement at the city's Big Canyon Reservoir site. DISCUSSION: The subject easement is required for undergrounding the electrical service at Big Canyon Reservoir site. This undergrounding is a part of the contract for construction of the Zone III and Zone IV pump stations at Big Canyon Reservoir. The existing 10 -foot wide electrical easement provides only for overhead facilities. When the undergrounding is completed, the Edison Company will quitclaim their overhead easement on the reservoir site. A sketch is attached for information showing the proposed underground easement. eph T vlin lic W in WPD /bg Att. r� L I I I I I I I I � I I I IIiB -� 1 I I I ylz �PE,PMAA/E.t/ T ErMr I 01 I VI 2 's /d °S -- C. ^ I I EXrs T/N 6 1 ~ I � I Powat Poc s � 4131 -a N Obi y R Lr$ t PAC. ✓IXW P MKMOC /A vl AAC 4 �• B/G A"YO A/ �� E.PVOr,Q Joq rN LOC-1 /ON OF H4 ° ,ve sc• r. c 3SoD 114', UA/OE,E'GA'OU/VO UT /L /Ty ��gSEMEitJT EXrST ��� EG 6c T6 /cq� ESM'T. -, To 6c Oc/i TcLA /MCO gY I��� � I SOUTNLL.V CAU,QOR ✓/A EO /SON CO. 1�y� p I WHC.�/ UNOCQ 6e0 uNG /a/G /D , I`I M I COM Ot.GTEo OI I AT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ?G�oSEU G ' L/- C/�E,E GreO[J.v 8/G CA/VYO,L/ /PESE 2\/0/ e DRAWN G+5=P'/ DATE 's" APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. April 24, 1972 TO: CITY ATTORNEY CITY CLERK ✓ FROM: Public Works Department SUBJECT: UNDERGROUND UTILITY EASEMENT AT BIG CANYON RESERVOIR The subject easement is attached for your approval as to form and content. The description has been checked and appears to be correct. If the deed does not meet with your approval, please return it to me so that the necessary changes can be made in time to make the May Bth Council meeting. If the deed is approveu, please prepare a Council. Resolution authorizing the Mayor and City Clerk to execute the easement document and forward deed to the City Clerk. A separate Council memo will be prepared by the Public Works Department explaining the need for the easement. This easeritent is required for undergrounding the electrical service at the big Canyon Reservoir site. It is a part of Contract No. 1350, Zone III and IV Pump Stations at Big Canyon Reservoir, currently in progress. The executed easement should be returned for recording to: Southern California Edison Company Might of Way Department 'rust Office aox 2307 Santa Ana, California 42700 Attention: Mr. W. H. Mellen Right of Way Agent In addition they should be requested to return two copies, with recording data to the city. When received, one copy should be forwarded to the Public Works Department. William B. Dye Project Engineer WBD /bg Att. �i >rLtL[t +r 1;M fib * W. A 1 OLMIC.�t or ^ �• t'QiJIACTL C3T sacxt eras CALT?('!A' IA Fi rsaf Cm3t W et1s�?�ac'rTOM WX`!N L1?1T i@IM "M el4,CTRICAii; SOMXX glWILZ9fXA*,,7111'. TIC a a ::}6v mj on .I$S'a „z. WIMAS 9, the South sll ,California Millen COM"It', 1 �IQovid! tt o` eftviaal service to t.bo big Canyon Resog"Lr ait4 +t _ and ft=AS, it is the desire of the ' "ity of Newport Reach to haver the os eetrica` foe£1iti ` set that p'scsd under1roundt am.1 Wffi3 , to fadilitate the undergraundiAg of these famil ±ties, it isk necessary for t' r. City 0-7 me"Ort Duaa2 to gra&t an ease nt to the Southern California.Sdison ^entiCpankr t sox, THEMORB, AS .TT 7R'Sai9LVED that tl;s HA"r and the t"ity Clark are autNoriaad and directed to executer a grant of essaeaent conveying to Southern California adison Compaxiy on easoniont for underground et.ecttriacal service faail. itiea over the rest propenrty described as fo1 teawa t A strip of land, 6 feet irk width, lying within a portion of Block 93, of Irvine's subdivision, as shown on carp ,:recorded in .gook 1, pages se of riseellansous maymm, i;at the off"i"ce of the Amoorder of said County? the ceytexli aP said strip berm "sor.ibed as follows- Commencing at the 1 inch iron pips, plug and tack. per Tract lid. 22+'Z'2, an shown ors reap recorded in 3wk 123r pages 22 through 26, inclusive, of kiscrellaneous vaps, :inn the office of the aecor4ar of said county, said pipe being accepted as the went.etly corner of deed recorded on ?)sc*;mbmW 2n, 1957, in :*43t 9_.143, page 395 of offlain- Records, r000rds of said County, said point a'{ so :setin-j 3hom on, a 'Map filed in "fto'k SCE, page 37 of Gecor$s of Rurveys, , reocardss of sni.d County? thoaae. Sottth 160517)126" Nan't, 213 -feet to the '!'RUX Porn (W SSUIti!?:ll Y thenco, 51outh 6962+5'390 Gast, 171.75 fa*tr thence, North X7.31141" ;Swat, a di- stamen of 15,62 feat,. -a- d NOV 22 1971 By the CITY COUNCIL CITY of HoWPORT BfiACH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: CONSTRUCTION OF MASTER PLAN WATER SUPPLY FACILITIES (CONTRACTS 1350 AND 1352) RECOMMENDATION: Adopt a resolution authorizing the Mayor and City Clerk to execute a cooperative financing and reimbursement agreement with John D. Lusk and Son'for the subject facilities. 2. Adopt a resolution awarding Contract No. 1350 to Triad Piping and Construction Company for $224,000.00, and authorizing the Mayor and City Clerk to execute the `contract.i 3. Adopt a resolution awarding Contract No. 1352 to Amick Construction, Inc., for $54,848.00 and authorizing the Mayor and City Clerk to execute the contract. DISCUSSION: November 22, 1971 The agreement with John D. Lusk and Son .provides for the-construction of the Master Plan Water Supply Facilities for Upper Harbor View Hills = Sector IV and additions to facilities for Water Pressure Zones II and III. The construction of the proposed Master Plan Water Supply Facilities will be accomplished in three separate contracts. The three contracts are: (1) Contract No. C- 1350 - Pumping Stations and Pressure Reducing Station at Big Canyon Reservoir; (2) Contract No.— C=T352 -- one'.IVTransmis is on Main; and - M- -Contract W-o-�-- C-T351 Zone IV Storage Reservoir. Bids have been opened for the first two contracts, these are summarized below. The plans and specifications for the reservoir contract are under preparation and will be submitted at a later date. Following is a revised summary of-the construction cost of the subject facilities. The costs for Contracts C -1350 and C -1352 are based upon actual bids, and the reservoir cost is an estimated amount. The'division of funding is also shown. All funds advanced would be eligible for reimbursement from water acreage charges deposited in the Water System Development Fund with the exception of the costs of the pressure reducing station and the reservoir drain line. Included in the current budget are the sums of $138,000 for the total city share, and $300,000 for the developer's share of the cost. A budget amendment for $37,500 has been prepared for Council consideration to finance the city's revised total share, including the estimated reservoir construction cost. Sufficient unappropriated funds are available in the Water'Fund to finance the increase in the amount to be advanced by the city. Six bids for Contract 1350 were received and opened in the office of the City Clerk at 10:00 A.M. on November 11, 1971. Bidder Bid 1. Triad Piping and Construction Co., Gardena $224,000.00 2. Taymech Corporation, Santa Ana $232,630.00 3, November 22, 1971 Inc., Compton $239,922.00 4. Jenkin Page Two $249,000.00 5, Dan J. Peterson Company, Arcadia Subject: Construction of Master Plan Water..Supply Facilities Inc., Santa Fe Springs $297,000.00 (Contracts 1350 and 1352) Advance Advance by Facility Total Cost by City City Share Developer Zone III Pump Station > $113,672 $113,672 Zone IV Pump Station, 77,154 $ 77,154 re n tation 20,763 $20,763 Reservoir Drain Line 12,411 12,411 Sub -total 224,000 T71 3,6 2 33,17 77, (Contract 1350) Zone IV Transmission Line $ 54,848 $ 54,848 (Contract 1352) Zone IV Reservoir $238,400 $ 28,600 $209,800 Totals $517,248 $142,272 $33,174 $341,802 Included in the current budget are the sums of $138,000 for the total city share, and $300,000 for the developer's share of the cost. A budget amendment for $37,500 has been prepared for Council consideration to finance the city's revised total share, including the estimated reservoir construction cost. Sufficient unappropriated funds are available in the Water'Fund to finance the increase in the amount to be advanced by the city. Six bids for Contract 1350 were received and opened in the office of the City Clerk at 10:00 A.M. on November 11, 1971. Bidder Bid 1. Triad Piping and Construction Co., Gardena $224,000.00 2. Taymech Corporation, Santa Ana $232,630.00 3, Pylon, Inc., Compton $239,922.00 4. Jenkin Construction Co., Long Beach $249,000.00 5, Dan J. Peterson Company, Arcadia $279,000.00 6. Maecon, Inc., Santa Fe Springs $297,000.00 The low bid is 12% more than the engineer's estimate of $199,600.00. This contract provides for the construction of pumping stations for Water Pressure Zones III and IV, a Zone III to Zone II Pressure Reductng-Station and a reservoir drain line, all at Big Canyon. The estimated date of-completion is May 22, 1972. The plans were prepared by Shuirman- Simpson, Civil Engineers. Although Triad Piping and Construction Co. has not.previously. done work for the City of Newport Beach, a check of the references supplied indicates that the firm is qualified to perform the work required by this contract. Fifteen bids for Contract 1352 were received and opened -in the office of the City Clerk at 10:30 A.M. on November 11, 1971. : November 22, 1971 Page Three Subject; Construction of Master Plan Water Suppl.y:Facilities (Contracts 1350 and 1352) Bidder 1. Amick Construction, Inc., Ontario 2. Ace Pipeline Constructi.on,.Inc., Pomona 3. Engineering Contractors ,.Inc..42,.Bellflower 4. Longley Construction Co., Inc :, Fullerton 5. Bebek Corporation, Santa Ana 6. Hawker Construction Co., Fontana 7. G. R. McKervey, Inc., Santa Ana 8. J. C. Scott Company, Anaheim 9. Edmond J. Vadnais, Etiwanda 10. Jenkin Construction Company; Long Beach 11. Pacific Coast Pipeline, Inc.., Santa Ana 12. Callacher Company, Inc., Costa Mesa 13. Alex Robertson Company, Paramount 14. B & E and Associates, So.. El Monte 15. Dan V. Peterson Company, Arcadia Bid 54,848.00 50,800.00 51,390.00 52,710.00 65,000.00 66,400.00 56,933.00 58,600.00 70,500.00 71,805.00 73,617.00 76,800.00 77,575.00 78,525.00 81,000.00 The low bid is 10% less than the engineer's estimate of $60,900.00. This contract provides for the construction of 3,500 feet of 16 -inch diameter Zone IV transmission main from the Zone IV Pumping'Station.to the intersection of San Joaquin Hills Road with Spy Glass Hill Road'. The estimated dat6,of completion is April 3, 1972. The plans were prepared by Raub, Bein, Frost and Associates. Amick Construction, Inc. has not previously done work for the city. A check of the references supplied indicates that the firm is well qualified. l ' J seph T evlin P blic W r s Director W D /bg WHWUM,- pursuant to, t1W nottae invit, bids for work tlt- oonneetion> with construction of ,p# iri ' stations I]tI and IV, pressure reducing station at Big Canyon Reservoisi fn accordance with the plans and specifications here" adopted, bids were received on the 11th day of ;Novembet, 3991, and pub- licly opened and declared; and WHgRM , it appears that the lowest respousiible "bidder thetefo id'TRIAD PIPING AND CONST. CO.L NOW`, TE•1$R]2PORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Triad Piping and Const. Co. for the work in the amount of $224,000.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in ac -. cordance with the specifications bid and °this award on behalf of the City. of Newport Beach, and 'that the City Cle:ek be directed to furnish an executed copy to the successful bidder. ADOPTED this 22nd day of November ,1971 ATTSST: City,cTeric Mayor �S OCT 121971 October 12, 1971 By fW CITY COUNCIL CITY OP NFM/PORf BEACH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: CONSTRUCTION OF MASTER PLAN WATER SUPPLY FACILITIES, CONTRACT 1350 AND CONTRACT 1352 RECOMMENDATION: Approve the plans and:specifications for Contract 1.3.50, Pumping Stations and Pressure 'Reducing Station at Big Canyon Reservoir; and for Contract 1362; 16 -inch Diameter Zone IV Transmission Main. Authorize the City Contract 1350 to be November 11, 1971. Authorize the City Contract 1352 to be November 11, 1971. DISCUSSION: Clerk to advertise for bids for opened at 10:00 A.M. on Clerk to advertise for bids for opened at 10:30 A.M. on The construction of the proposed Master.Plan water supply facilities will be accomplished in three separate contracts. The three contracts are: (1) Pumping Stations and Pressure Reducing Station at Big Canyon Reservoir; (2) Zone'IV Trans- mission Main; and (3) Zone IV Storage Reservoir. The plans and specifications for contracts (1) and (2) are being submitted for Council approval at this time. The plans and specifications for the third contract are under preparation and will be submitted at a later date. Contract number one will provide for the construction of pumping stations for Water Pressure Zones III and IV, a Zone III to Zone LI:Pressure Reducing Station, and a reservoir drain line, all at Big Canyon Reservoir. The plans "and specifications for this contract were prepared by Shuirman- Simpson, Civil Engineers. Contract number two will provide for the construction of 3,500 feet of 16 -inch diameter Zone IV transmission main from the Zone:IV-Pumping Station to the intersection of San Joaquin Hills Road wtth-Spy�Glass Hill Road. The plans and specifications for this project were prepared by Raub; Bein,-Frost'and'Associates, Civil Engineers. The funds for construction of the subject facilities will be advanced by both the City Water Fund and the developer of Upper Harbor,View Hills — Sector IV (John D. Lusk and Son). All funds advanced would be.eligibl.e:for reimbursement from the water acreage charges deposited in'the Water.System'Development.F:und; with the exception of the pressure reducing station ($18;900) and the'reservoi'r - drain line ($11,600). (Note: The reservoir drain line was added during design to provide for emergency drawdown of Big Canyon Reservoir.) October 12, 1971 Page Two Subject: Construction of Master Plan Water Supply Facilities Contract 1350 and Contract 1352 Following is a summary of the engineer's estimate for contracts (1) and (2) and the estimated cost of contract (3). The division of funding is also shown. The amounts to be advanced are distributed in accordance with the formula set forth:.in the Capital:Improvement Projects section of the current budget. Facility Zone III Pump Station Zone IV Pump Station Pressure Reducing Station Reservoir Drain Line Sub -total (Contract 1) Zone IV Transmission Line (Contract 2) 1.5 M.G. Reservoir (Contract 3) TOTALS Total Advance City : Advance by Cost by City. Share Developer $100,800 $100,800 68,300 18,900 11;600 199;600 1001800 60,900 238,400 28;600 $498,900 $129,400 $68,300 $18,900 11 600 " 30,500 68,300 209,800 $30,500 $339,000 Included in the current budget are•the sums of $138,000 for,the total city share, and $300,000 for the developer's share of the cost. 'A budget amendment will be presented for Council consideration when bids 'have been received and the bid prices determined. Sufficient unappropriated funds are available in'the Water Fund to finance the increase in the amount to be advanced by the city. A cooperative financing and reimbursement agreement with the developer is currently being processed. The developer has indicated.general. concurrence with the terms of the agreement as drafted; subject to some minor:revisions: The agreement will be prepared in final form, executed by the developer, and presented to the Council prior to consideration of award of the construction contracts. l � ' vlin Director 0 i December 18, 1972 Triad Piping and Construction Co. 15832 South Broadway Gardena, CA 90248 Subject: Surety Hartford Accident and Indemnity Company Bonds No. 396 78 13 Project Pumping Station, Zones III and IV and Pressure Reducing Station at Big Canyon Reservoir Contract No.: 1350 The City Council on December 4, 1972 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on December 7, 1972 in Book No. 10460, Page 844. Please notify your surety company that bonds may be released 35 days after recording date. Laura Lagios, C. M. C. City Clerk dg cc: Public Works Department RECORDING REQUESTED By AND MAIL TO Laura Iagios, City Clerk 3300 Newport Blvd. Newport Beach, CA 92660 6380 FREE C8 NOTICE OF COMPLETION PUBLIC WORKS BiaiK 10460 PAGE$44 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. DEC 7 1972 J. WYLIE CARLYLE, CauatY Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on July 31, 1972 the Public Works project consisting of Pumping Station, Zones II: Pressure Reducing Station at Big Canvon Reservoir (C -1350) on which Triad Pipi was the contractor, and Ear was the surety, was completed. I, the undersigned, say: Accident and CITY OF NEWPORT BEACH Public 7 rks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 5, 1972 at Newport Beach, California. I, the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on December 4, 1972 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 5, 1972 at Newport NNeiw'port Beach, California. CITY OF NEWPORT BEACH CALIFORNIA Date: December 5, 1972 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Attached for recordation is Notice of Completion of Public Works project consisting of Pumping Station, Zones III and IV. and Pressure Reducing Station at Big Contract No. 1350 Canyon Reservoir on which Triad Piping and Construction Co.was the Contractor and Hartford Accident and Indemnity Compap& the surety. Please record and return to us. Very truly yours, Laura Lagios City Cleric City of Newport Beach LL:dg Encl. i f CITY OF NEWPORT BEACH Date DKonber 20, 1971 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1350 Project NVing Station Zones rn and IV Pressure Reducing Station at Big Canyon Rawrvoir Attached are ..3, executed copies of subject contract for your files and for transmittal to the contractor. Contractor:. 1Y^fad Pi➢-11* and 0"tntection ()D- Address: 15932 SoIuth Bro&&W, '7A dena, ''A 90248 224,000.00 Amount: $ Effective Date: 12 -15 -71 Resolution No. 7564 adopted on NtiVe�er 22' :971 LL:dg Att. cc: Finance Department ❑ i iii /�i., 46 tk TO: CITY CLERK FROM: Public Works Department SUBJECT: PUMPING STATION ZONES III AND IV PRESSURE REDUCING STATION AT BIG CANYON RESERVOIR, CONTRACT 1350 Attached are 4 sets of the subject contract documents and the appropriate insurance certificates. Will you please have executed on behalf of the city, retain your copy and the insurance certificates, and return the remaining copies to our department for distribution. William Dye Project Engineer WD /ldg Atts. CERTIFICATE OF INSURANCiE m Hart Fire Insurance Company 'EN e ork Underwriters Insurance Company THE HARTFORD ® Hart Accident and Indemnity Company (7 T *ity Fire Insurance Company „„ INSURANCE GROUP � ® Citizens Insurance Company of New Jersey This is to certify that the company designated Co. Codr herein by Co. Code has issued to the named insured 5 the policies enumerated below. Named Insured and Address TRIAD PIPING AND CONSTRUCTION CO. 15832 South Broadway Gardena, Ca 90248 The policies indicated herein apply with respect to the hazards and for the coverages and limits of liability indicated by specific entry herein but this certificate of Insurance does not amend, extend or otherwise alter the terms and conditions of the insurance coverage in the policies identified herein. `If with respect to Automobile Liability the Policy Number entered above includes the symbol GB, AZ, MVP, MAG or PGB, the word "occurrence" is amended to read "accident ". _ Location and description of operations, automobiles, contracts, etc. (For contracts, indicate t Pe of agreement, party and date.) Contract No. 1350 awarded 11122/71 - Pumping Station Zones IfI and -IV, Pressure Reducing Station at Big Canyon Reservoir City of Newport Beach is added as additional insured but only as respects the above contract. If policy is canceled, ten days written notice will be given to: Date 11/30/71 Form AL -12 -2 Printed in U. S A. 9270 CITY CLERK jlCITY OF NEWPORT BEACH CITY HALL NEWPORT BEACH, CALIFORNIA By A. RDS & NS, INC. Aa6horieed Representative Coverages and Limits of Liability (SINGLE LIMIT) (DUAL LIMITS) Policy Number Bodily Injury and Bodily injury Liability Property Damage Liability Hazards and Property Damage Liability occurrence aggregate each person occurrence occurrence aggregate Policy Term General Liability V v W_ 4� Premises - Operations 72 C 208594 $ 1000$ ,coo $ 250 .000 $ 500 ,000 $ 100,000$ 500 ,000 Independent Contractors 8/12/71 to 8/12/72 $ 1000$ coos 250 .000$ 500 .coos 100,ows 500 00o Completed Operations; $ 1000$ 1000 $ 250 ,000 $ 500 000$ 100,000$ 50 Products 11 $ ,000$ ,000 Aggregate: $ ,000 XXXX XXXX Contractual (as described below) 11 $ Iwo 000 $ ..250 ,coo $ 500. P00 $ 100 ,om $ 500 ,ow Automobile Liability Owned Automobiles 11 $ ,000 XXXX $ 2550 000$ 500 000$ 100,000 XXXX Hired Automobiles 11 $ 1000 xxxx L__50 ,000 $ 500 ,000 $ 100,000 xxxx Non -Owned Automobiles 11 $ ,000 xxxx s 250 000 s 500 ,0o $ 100,000 xxxx Workmen's Compensation 72 WH 115326 Compensation — Statutory and 8/12/71 to 72 Employers' Liability Employers' Liability — $ 100 1000 Umbrella Liability $ ,000,000 `If with respect to Automobile Liability the Policy Number entered above includes the symbol GB, AZ, MVP, MAG or PGB, the word "occurrence" is amended to read "accident ". _ Location and description of operations, automobiles, contracts, etc. (For contracts, indicate t Pe of agreement, party and date.) Contract No. 1350 awarded 11122/71 - Pumping Station Zones IfI and -IV, Pressure Reducing Station at Big Canyon Reservoir City of Newport Beach is added as additional insured but only as respects the above contract. If policy is canceled, ten days written notice will be given to: Date 11/30/71 Form AL -12 -2 Printed in U. S A. 9270 CITY CLERK jlCITY OF NEWPORT BEACH CITY HALL NEWPORT BEACH, CALIFORNIA By A. RDS & NS, INC. Aa6horieed Representative a CONTRACT NO. 1350 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR PUMPING STATION ZONES III AND IV PRESSURE REDUCING STATION AT BIG CANYON RESERVOIR c -�y erlr� SUBMITTED BY: TRIAD PIPING AND CONSTRUCTION CO. Contractor 15832 So. Broadway AdTress Gardena, California 90248 tty Zip Code Approved by the City Council on this . 12th Day of October, 1971 324 -4941 one �40W $224 000.00 Laura agios, ity , c ota m ce r • CITY-AF NEWPORT BEACH PUMPING STATION'ZONES.III AND IV PRESSURE REDUCING .STATION AT BIG CANYON.RESERVOIR CONTRACT NO. 1350 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR1of1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids; has examined the.Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. C -1350 in accordance with the Plans and Specifications; and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS ;:TOTAL PRICE 1. Lump Sum Construct Zone III and Zone IV Pumpingg Stations, pressure. reducing station, 27 -inch transmission main, and other incidental items of work. @ Two Hundred Twenty Four Thousand _ Dollars and No Cents Lump-Sum TOTAL PRICE WRITTEN IN WORDS: Two Hundred Twenty Four Thousand Dollars and No Cents Nnv_ ln$ 1971 Date CONTRACTOR'S LICENSE NO. 270109 $ 224,000.00 ffidle-A IF Name 4D CQNSTRUCTION CO. Is/ 1ln_g Mull lnaux 1 lirP���TS� ZAuthorl.zed Slgnatu T— TELEPHONE NUMBER 213- 324 -4941 CONTRACTOR'S.ADDRESS , 15832 So. Broadway, Gardena- Califnr.nia y , 0 November 1, 1971 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PUMPING STATION ZONES III AND IV PRESSURE REDUCING STATION AT BIG CANYON RESERVOIR CONTRACT NO. 13 0 ADDENDUM NO. 1 ADD THE FOLLOWING TO THE SPECIAL PROVISIONS: SECTION 13 PIPING MATERIALS A. General All steel pipe shall have a minimum net inside diameter; after application of the interior protective lining, equal to the nominal diameter of the pipe specified on the plans or in the Special Provisions, with a permissible tolerance of minus ( -) 1/4 inch. PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL. 4-'n�' 6J Benjamin B. Nolan Assistant Public Works Director WBD /ldg November 2 1971 /s/ Joe Mull enaux Date Received 75t� ze Signature [ 1 • November 3, 1971 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PUMPING STATION ZONES III AND IV PRESSURE REDUCING STATION AT BIG CANYON RESERVOIR CONTRACT NO. 1350 ADDENDUM NO. 2 MAKE THE FOLLOWING REVISIONS TO THE SPECIAL PROVISIONS: ADDENDUM NO. 1 In the first line, following the'- work. °pipe ", insert "with a diameter"of 14 inches or larger ". SECTION 13. PIPING MATERIALS A. General Add the following paragraph: "Mitered elbows may be substituted for the smooth elbows shown on the plans. 90- degree elbows shall,-be 4-piece-long, radius elbows in accordance with AWWA D -208. Elbows in excess of-90 degrees shall be fabricated to the same radius as a 4 =piece long--radius-elbow with the central angle of each piece not to exceed 22,- degrees." SECTION 13, PIPING MATERIALS H. Victaulic.Couplings In the first line, delete "Style °77 "'and'replace-.with "Style 44" PLEASE SHOW DATE OF RECEIPT OF THIS,AODENDUM:�ON,THE`PROPOSAL OR INSERT'A COPY WITH YOUR PROPOSAL. Benjamin B. Nolan Assistant Public Works Director WBD /bg CONTRACTOR: TRIAD PIPING AND CONSTRUCTION CO. Authorized' Signature: /s/ Joe Mullenauxy a L66 Date Received: November 5, 1971 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the l:lth day of November 19 71 at which time they wiTI —Ye' opened and read7or performing work as follows—: PUMPING STATION ZONES III AND IV PRESSURE.REDUCING STATION AT BIG CANYON RESERVOIR CONTRACT NO. 1350 Bids must be submitted on the proposal form attached with the contract documents furnished. by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on.the outside of the envelope containing the bid. The contract documents THAT MUST BE COMPLETED, EXECUTED, AND RETURNED in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Corporate Seal shall be fixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1970 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue.., Los Angeles, California 90034, (213) 870 -9871) . The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. Page la City of Newport Beach, California Notice Inviting Bids In accordancd.with the provisions Of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.)# the City Council of the City of Newport Beach has ascertained,the general prevailing rate of per diem wages in the locality in which the work is to be performed fbr each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969, A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive), Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for.any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 270109 Classification A Accompanying this proposal is Bid B nd Cash, Certified Check, Cashiers Check or Bond in an amount not les.p than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to. comply with such provisions before commencing the performance of the work of this contract. 213 - 324 -4941 Phone Number November 10 1971 Date Triad.Pioinq and Construction Compan :Bidder's Name q (SEAL) /s/ Joe Mullenaux Authorized Signature Authorized .ignature Individual Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. 'Item of Work Sub - contractor Address 1. Painting Superior Coatings 1702 Eubank, Wilmington' 2.. Excavating McAmis Contracting Co. 15832 So. Broadway, Gardena 3. Guniting Johnson - Western Gardena 4. Electrical Randall. & West Huntington 6. 7. 8. 9. 10. 11. 12.. Triad Pi in and Construction Company er s Name /s /Joe Mullenaux L �l/IGL�S� Author ed Signature Individual Type of rganization (Individual, Co- partnership or Corp) 15832 So. 6 oadw gardena. CA ress FOR ORIGINAL, CITY CLERK'S FILE COPY • - s Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, TRIAD PIPING & CONSTRUCTION CO. as Principal, and HARTFORD ACCIDENT & INDEMNITY CO. as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE AMOUNT OF THE PROPOSAL Dollars ($ 10% /Proposal ), 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 C -1350 PUMPING STATION ZONES III AND IV, PRESSURE REDUCING STATION AT BIG CANYON RESERVOIR in the City of Newport Beach, is accepted by the City Council. of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 9th day of November , 1971 Corporate Seal (If Corporation) TRIAD PIPING & CONSTRUCTION CO. Principal /s/ Joe Mullenaux (Attach acknowledgement of Attorney -in -Fact Ann M. Arneson. Notary Public Commission Expires April 5. 1975 HARTFORD ACCIDENT AN INDEMNITY COMPANY Surety By Rose M. Olson Title Attorney -in -Fact IV Page 5 . NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement.with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'Subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any: person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 10th day of November , 19 71 - My commission expires: March 31. 1975 /s/ R. M. Burrell ootary Public FOR ORIGIPq SEE CITY CLERK'S FILE COPY • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his.financial responsibility. Liabilities---- - - - - -= $17,488.00 Assets -------------- $399,309.00 (Will submit complete financial statement if awarded contract.) /s/ Joe Mullenaux — Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No 197L Crown Development Co. Chuck Hoffman 714 - 675 -6393 Booster Pump Station r 1971 Champlin Petroleum Co. Mr. Page 432 -6923 Water Pollution Control - Piping, pumps & reservoir 1971 Texaco Inc Mr. H E Kilzer 835-8261. Ext 414 1970 Newhall Co Water Dist I D Booster St #1 Montgomery 259-3610 1962 City of.Santa Ana Dewey Dixon 681 -4255 Bristol St. Booster Pump St. 1963 Hacienda Heights Booster St. 1962 La Canada Water Dist. Mr. Richardson Booster Pump Station 1950 -1961 General Supt. for Bovee & Crail Mr. Bovee 630 -3125 Const. Co. - Specialized in Water Booster Pump Stations TRIAD PIPING & CONSTRUCTION CO. n LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That i. Page 8 No. 396 78 13 Premium: $1,806.00 WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted November 22nd. 1971 has awarded to TRIAD PIPING AND CONSTRUCTION COMPANY hereinafter designated as the "Principal ", a contract for r. -1350 PUMPING STATION ZONES III AND IV_ PRESSURE REDUCING STATION AT RTC CANYON RFSFRVOTR. in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for,.or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We TRIAD PIPING AND CONSTRUCTION COMPANY as Principal, hereinafter designated as the Contractor and HARTFORD ACCIDENT AND INDEMNITY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED TWELVE THOUSAND AND NO /100 ----------- - - - - -- -Dollars ($ 112,000.00 ) said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee., to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. Y- • • Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety . above named, on the 30th day of November , 19 71 . TRIAD PIPING AND CONSTRUCTION CO. (Seal) 6A�-e f�zr� {Seal) (Seal) ontractor HARTFORD ACCIDENT & INDEMNITY CO. (Seal) Harry W Jerdon- Attorney- in- fact(Seal)^ Approved ass�tt"o form:y jJ City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Attest: City Clerk STATE OF CALIFORNIA (COUNTY OF...._._Lgs Angeles (ss. 14 On this. .. P. day of NoyembeP _ in the year one thousand nine hundred and .- .... $PWAY ... ne......., before me, Rose M. Olson _ _ -------- _........ __ -. -_ __ ___ _._ a Notary Public in and for said County, residing therein, duly . - - .... -. - -. . ......... -- - - - -- . OMC;AI SEAL ROSE AA. OLSON .... 9,'RNIA ... .. :... JN IY ....._....... -"fl Il, IM My Commission will Expire ........... .......... Form S- 3663 -6 Printed in U. S. A. 3-'67 commissioned and sworn, personally appeared ...... .....HdYty W. JOrdOn known to me to be the Attorney -in -Fact of the Hartford Accident and Indemnity Company, the Corporation described in and that executed the within instrument, and also known to me to be the person....., who executed it on behalf of the Corporation therein named, and ...... he -..... acknowledged to me that such Corporation executed the same, �" ► �" 9k WVi2P�,k, iljlt,u4j I have hereunto set my hand and affixed my Official Seal, at my office, in the said County, the day and year in this certificate first above written. ..................... ..................... N.t.q Public in and in, said county, state o! Cetitomia Page 10 PERFORMANCE BOND No. 396 78 13 Premium: Included KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 22, 1971 has awarded to TRIAD PIPING & CONSTRUCTION CO. hereinafter designated as the "Principal ", a contract for C -1350 PUMPING STATION ZONES III AND IV, PRESSURE REDUCING STATION AT BIG CANYON RESERVOIR in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, TRIAD PIPING AND CONSTRUCTION COMPANY as Principal, hereinafter designated as the "Contractor ", and HARTFORD ACCIDENT AND TNnpmNTTY rnMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED TWENTY FOUR THOUSAND AND NO /100 - - - - - -- Dollars ($ 224,000.00 )9 said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. a �� !�� • • Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this insthument has been duly executed by the Principal and Surety above named, on the 30th day of November , 19 71 , TRIAD PIPING AND CONSTRUCTION COMPANY .(Seal) =1 w} P �//iLc c f%�> , �� (Seal) o (Seal) Contractor HARTFORD ACCIDENT AND INDEMNITY CO. (Seal) f C., Harry W. Jordon, Attorney -in -fact (Seal) Surety Approved as to form: City Attorney STATE OF CALIFORNIA ss. COUNTY OF ........ Los. - Angeles......_..... -- On this...... 30th ..... day of.........November ....... in the year one thousand nine hundred and.......... Seventy.. One. --- .., before me, ...................................... Rose........, Olson.......................... a Notary Public in and for said County, residing therein, duly commissioned and sworn, personally appeared ............ Harry..W,,,, broon .................. known to me to be the Attorney -in -Fact of the Hartford Accident and Indemnity Company, the Corporation described in and that executed the within instrument, and also known to me to be the person...... who executed it on behalf of the Corporation .....» - - - -°•�••' """"' °'"'"" " "- °�`�' -�T therein named, and ......he...... acknowledged to me that such Corporation executed the O'tICIAL SEAL same. r ,ROSE M OLSON i t•; +Ar,•; i:.:C. CALIPORN1A ;N 9}1 WLfiLQ6tI (LtRItRG�3 I have hereunto set my hand and affixed my Official Sea), at my office, in the said County, the day and year in this certificate first h:y C� �'ddi55;pN Ed.': �=� APiciL 11. 1975 ` ,�.,,.,..�... —•--• above written. ; My Commission will Expire ................. ............................... .. ....... 0'4 .. .......... Form i-3663-0 Printed in U. S. A. 3 -'67 Notary Public in and for said County, State of California CONTRACT 0 Page 12 THIS AGREEMENT, made and entered into this / T day of p£CEM B E R , 19'7/ , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and TRIAD PIPING & CONSTRUCTION CO. hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of PUMPING STATION ZONES III AND IV, PRESSURE REDUCING STATION AT BIG CANYON RESERVOIR CONTRACT 1350 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive.in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials.and to do the work according to.the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the 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. • s` Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. Approved as to form: 'tea ity ttorney CITY OF NEWPORT BEACH, CALIFORNIA By: mayor TRIAD PIPING & CONST. CO.. Contractor (SEAL) By- OWNER Title By: Title CITY OF WPORT BEACH.:- PUBLIC,WORKS DEP M NT INDEX 0 SPECIAL PROVISIONS PUMPINGSTATION ZONES III AND IV PRESSURE REDUCING STATION AT BIG CANYON RESERVOIR CONTRACT NO,t 1350 SECTION PAGE 1. Scope of Work ----- -- -- --- --------- ----- -- - --- I 1 2. Completion of the Work ----------------------- 1 3. Shop Drawings ------------------ --------------- 1 4. Construction Survey Staking ------------------ 3 5.t Access for Existing Operations --------------- 3 6. Work Area -------- ---------------------------- 4 7. Site Access ------------------- ---------------- 4 8. Guarantee ------------------------------------ 4 9. Connection to Reservoir Outlet Line ------ 5 10. connection to Existing 16-inch Line - - - - -- - -- 5 11. Earthwork ------------ --------- 12. Concrete ------------------------------------- 7 13. Piping Materials ----------------------- - - - - -- 7 A.' General ---------------------------------- 7 B. Above Ground Steel Pipe and Specials ----- 7 C. Below Ground Steel Pipe ------------ - - - - -- 8 D. Cast Iron Pipe and Fittings ------ 8 E. Flanges ---- ---- ---- ---- -- - -- .8 F. Copper Pipe and Fittings ----------- - - - - -- 9. G. Polyvinylchloride (PVC) Pipe i Fittings.-- 9 H. Victaulic Couplings ----------------- 9 I. Sleeve Type Couplin gs ------ ------------- 9 INDEX SECTION PAGE 13. Piping Materials (cont'd) J.' Gaskets and Bolts ---------------------- - - - - -- 10 K. gXotective Coatings -------------------- - - - - -- 10 14. Valveis ------------------ ----- ------ -------- - - - --- 11 A. 4ate Valves 2" and Smaller ------------- - - - - -- 11 B. Gate Valves 4" and Larger -------------- - - - - -- 11 C. Butterfly Valves .---- --------------------- - - -- 11 D. Plug Valves --------------------- ------- - - -- -- 12 E. Bronze Angle Valve --------------------- - - - - -- 12 F. Air Release and Vacuum Valves ---------- - - - - -- 12 G. Pressure Relief Valves ----------------- - - - - -- 13 H. Surge Control ------=------------------- - - - - -- 14 I. Pressure Reducing and Pressure Sustaining Valves ----=-----=----------- - - - - -- 14 J.- Combination Pressure Reducing and Check Valves ---=-------------=----- - - - - -- 15 K. Check Valve with Dual Speed Control ---- - - - - -- 16. L. Needle Valves -------------------------- - - -- -- 16 M. Valve and Stem Coatings ---------------- - - - - -- 16 N. Valve Position Indicators -------------- - - - - -- 17 15. Turbine Pumps and Motors------------------- - - - - -- 17 A.. General ---------- ---- ---- ---- -- --- ------ -'- - -- 17 B. Operating Conditions -----=------------- - - - - -- 17 C. Motor and Pump Head ---------------=---- - - - - -- 18 t • a INDEX SECTION PAGE 15. Turbine Pumps and Motors (cont'd) D. Discharge Column Assembly ----------- - - - - -- 20 E. Pump Assembly ----------- -- ---------- - - - - -- 21 F. Contractor Submittal ---------------- - - - - -- 22 G.. Pump Manufacturers ------------------ - - - - -- 22 16. Pump Controls ----=--------------------=- - - - - -- 22 A. Zone III - -- ° °--------- ----- --- -- -- - - ---- 22 1. Pump Starting - ----- ---- ------ ------- - -- - -- 22 2. Pump Shutoff ------------------------ - - - - -- 23 B. Zone IV ---------- ----- ----- -------- - --- - -- 24 17. Flowmeter -------------------------------------- 25 18. Pressure Gauge -------------------------- - - - - -- 25 19. Asphaltic Concrete Pavement ------------- - - - - -- 26 20, Aggregate Base -------------------------- - - - - -- 26 21. Manholes ------- ------ ------ --- ------ --- -- ----- 27 22. Testing ------------ ------ -- ------- -- -- -- - - - - -- 27 23. Disinfection ---------------------------- - - - - -- 28 24. , Pumping Station Tests ------------------- - - - - -- 28 25. Electrical ------------------------------ - - - - -- 28 A. Materials ------- ----- --- ------------ - --- -- 28 B. Conduit and Fittings ---------------- - - - - -- 29 C. Junction Boxes ----------------=----- - - - - -- 30 D. Pullboxes - --------------------- - --- -- 30 -iii - INDEX SECTION PAGE 25. Electrical (cont'd) E. Wire and Cable -------------------------- - - - -31 1. 600 Volt Conductors ----------------- - - - - -- 31 F. Main Switchboard and Motor.Control Center - 32 G. Nameplates --- -- --- ---- ----- --- ---- -- - - -- -- 35 H. Lighting Fixtures -------- ----------------- 35 I. Lamps -------------------- -- --------- - - - - -- 35 J. Ground Rods - -------- -- ----- ------- -- - - - - -- 35 K. Execution ---- ------ ---- ----- ----- --- - - --- 36 L. Conduit Installation -------------- - - - - -- 39 M. Pullboxes --------------------------- - - - - -- 41 N. Wire and Cable ---------------------- - - - - -- 41 26. Painting ------ --- ------- ------ ------ --- - - - - - -- 43 A. General ---- ----- ----- ---- -- --- -- ---- -- - --- 43 B. Painting Schedule ------------------- - - - - -- 43 C. Materials ---- ----- --------- ---- -- --- -- ---- 44 D. Thinning --- --- ----- ----------- -- --- - - - -- -- 44 E. Application -- ---- ---- -- -------- --- -- --- - -- 44 - iv . I 1 . 1; CITY. 6NEWPORT- BEACH - PUBLIC.WORKS DWMENT SPECIAL PROVISIONS FOR-: PUMPING STATION ZONES JII AND IV PRESSDRE REDUCING STATION AT BIG CANYON RESERVOIR CONTRACT NO. 1350 1. SCQPE Or t90R K Work to be done under this Contract consists of constructs ing two water pumping stations, a pressure reducing station, a 27 -inch transmission main, and other incidental items of work. All of the work to be done under the Contract is.located within the Big Canyon Reservoir site. The Contract requires completion of all the work in Accordance with these special Provisions, the City's Standard Special Provisions, the plans (Drawing No. W- 5082 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the "Standard. Specifications for Public Works Construction, 1970 Edition ". Copies may purchased from Building News. Inc., 3055 Overland Avenue, Los Angeles, California, 90034; Telephone (2.13) 870 -9971. Copies of the City's Standard Special Provisions may be.purchasod frost the Public Works Department at a cost of $2.00. 2. COMPLETION OF THE WORK The Contractor shall complete all work on the Contract within 180: consecutive calendar days after date that the City executes the Contract. 3. SHOP DRAWINGS Shoop drt)tginga will be required-for all equipment, piping and appurtenances. The Contractor shall furnish to the =ngineer for review two prints of each shop drawing. The tesa 'shop.. drawing" as used herein shall be understood to tnelsft lists,` Schedules, "graphs, operating instructions, etc., and shall be submitted at least 30 calendar days before drawings will be required for commencing the work. Within ten days of receipt of said prints, the Engineer will return one print of each i drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN ", revision of said drawing will not be required and the Contractor shall immediately submit five additional copies to the Engineer. If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED ", formal revision of said drawing will not be required and the Contractor shall immediately submit five corrected copies to the Engineer. If the drawing is returned to the Contractor marked "AMEND AND .RESUBMIT ", the Contractor shall revise said drawing and shall resubmit six copies of said revised drawing to the Engineer. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT ", the Contractor shall revise said drawing and shall resubmit two copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the Engineer has reviewed the pertinent shop drawings and returned copies to the Contractor without rejection. Revisions indicated on shop drawing shall be. considered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis + of claims,for extra work. The Contractor shall have no claim for damage or extension of time due to any delay resulting; from makir required revisions to shop drawings. The review of said drwings by the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifications or on the contract drawings. 4. CONSTRUCTION SURVEY STAKING Field - surveys for control of construction shall be the responsibility of the Contractor. All such surveys, including construction staking, shall be done under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the lump sum price bid and no additional allowance shall be'made therefor. 5. ACCESS FOR EXISTING OPERATIONS The Contractor shall conduct his operations in such a manner that vehicular access is available at all times to the 3 i H existing operations building. The existing driveway between the operations building and the pumping station site shall not be blocked for more than 2 weeks. One lane of travel shall be open at al times on the main access road during construction of the 24j.drain line. Pavement shall be replaced within 5'days after the !,Packfilling of the trench has been completed. 6. WORK AREA The Contractor shall confine all of his operations to the i pumping station site and to the designated area immediately adjacent to the site. No material shall be stored, nor vehicles parked, on the existing paved area. Trees, shrubs, and improvements''shall be protected from damage. 7. SITE ACCESS All access to the site shall be via the existing reservoir site entrance and electric gate lobated off of Pacific View Drive. Except when entering or exiting the electric gate shall remain locked at all times. The Contractor will not be given keys to operate the electric gate.; Operation of the gate will be controlled by the reservoir operator. If the chain link fence is removed to facilitate the connection of the 27 -inch transmission main, it shall be replaced at the end of each day. 8. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work.by the City Council, all materials. 4 and all workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. .All equipment or material warranties in excess of one year shall be delivered to the Engineers: 9. CONNECTION TO RESERVOIR OUTLET LINE The �O -inch butterfly valve shall be installed on the existing f�,anged outlet during a period of minimum water demand. F6r the purposes of this contract, the period of minimum water.demand shall be considered as being between. 12 Midnight and 4 A.M. The Contractor shall notify the Engineer a minimum of 72 -hours in advance of making the connection. 10. CONNECTION TO EXISTING 16 -INCA LINE The existing 16 -inch line on the discharge side of the Zone IV Pumping Station has recently been installed. It shall be the responsibility of the Contractor to verify the precise vertical and horizontal location of the end of this line. The line is filled with water and the end is capped with a blind flange that has been tapped and valved. The line shall not be drained and connection made until the pumping station piping has been completed, tested,;and disinfected. 11. EARTHWORK All earthwork indicated shall be done in accordance with the applicable portions of Section 300 of the Standard Speci- fications. Excavated material shall be placed in a disposal area as indicated on the drawings. Asphalt.concrete pavement and Portland Cement concrete may be placed in the disposal area provided that the broken pieces are not larger than 12 inches in largest dimension and that these materials are placed a minimum of four feet below.the finished surface indicated. Prior to' placement of any material in the'disposal area, the stockpile of uncompacted material shall be removed and recompacted. The grades indicated for the - disposal area provide for a greater quantity of material than is expected to be excavated from the pumping station site; therefore, the Contractor shall place the material in the disposal area beginning at the southerly end and progressing northerly. The completed portions of the disposal area shall have a finished surface within t0.10 of a foot of the elevations indicated. The resulting side slopes shall be left at a slope of 2:1 and shall be grid rolled or otherwise compacted. All material placed in the disposal area shall be compacted to a relative compaction of not less than 908 when tested in accordance with Subsection 211 -2 of Standard Specifications. Excavated material shall be hauled to the disposal site via a haul route that is approved by the Engineer. Excavated materials shall not be transported over any of the existing paved areas. The existing palm trees on the easterly side of the pumping station site shall be removed in advance by others.. - 16 - i • + ir 12. CONCRETE Concrete construction shall comply with the requirements of the Standard Specifications. Concrete slabs on grade shall be constructed of Class 5.5 -C -2500 concrete, and shall be finished as specified in Section 303 -5.5.2 of the Standard Specifications. 13. PIPING MATERIALS A. General All piping materials shall conform to the applicable portions. of Section 207 of the. Standard Specifications except as modified herein. All steel and cast iron pipe and fittings shall be mortar -lined as specified in the Standard Specifications. All field welding shall be performed by welders qualified in accordance with the Standard Specifications for field welding of steel water pipe (AWWA C- 206 -62), or Section IX of the ASME Boiler and Pressure Vessel Code. B. Above Ground Steel Pipe and Specials Above ground steel pipe shall comply with the require- ment of Section 207 -10 of the Standard Specifications. The; interior shall be mortar -lined as specified. The steel cylinder thickness shall be a minimum of 3/16 of an inch. The exterior surface of the pipe shall be painted as specified • hereinafter. Joints and special sections -shall be as indicated on the plans. Piping, fittings, and specials shall be shop fabricated. Field welding will not be permitted except for closing pieces. 7 - �.i I t C. Below Ground Steel Pipe . —r— Below ground steel pipe shall be mortar -lined and coated fabricated steel pipe manufactured in accordance with ' Section 207 -10 of the Standard Specifications except that steel cylinders shall have a minimum wall thickness of 3/1611 , except the 27" transmission main which shall have a minimum i wall thickness of 10 gauge (0.135 inches). Cement mortar lining and coating shall conform to Section 207 - 10.4.1 of the Standard Specifications. Joints for the 27" transmission main shall be bell and spigot.with,rubber gaskets, except as otherwise indicated. Field welded'j.oints shall be lapped joints or plain ends fitted with butt straps. The number of field welded joints shall be held -to a minimum by shop fabricating sections in as long lengths as can be conveniently hauled to`theijob bite. D. Cast Iron Pipe and Fittings Cast iron pipe shall be centrifugally cast conforming to Section 207 -9.2.3 of the Standard Specifications. Pipe shall be Class 150 unless otherwise indicated. Cast iron fittings shall conform to Section 207 -9:9 ..,,of the Standard Specifications, and shall be for a working pressure of 150 psi unless otherwise indicated. Flanges for cast iron fittings shall conform with ANSI B 16.1, Class 125. F. Copper Pipe and Fittings Copper pipe shall conform to ASTM Designation 888 Type K. Fittings shall be wrought copper designed for 150 psi working pressure with soldered joints. G. Polvvinvlchloride (PVm P be and Fittinas PVC pipe shall be made from all new, rigid, unplasticized polyvinylchloride,and shall be normal impact (Type I) Schedule 40, unless otherwise designated. Fittings shall be of the same material as the, pipe. Unless otherwise shown or specified, all joints shall be solvent - welded in accordance with the manufacturer's instructions. All connections between PVC pipe and metal pipe shall be made with approved adapters. 7' ' I H. Victaulic Couplings Victaulic couplings shall be Style 77 as manufactured by the Victaulic Company of America. The ends of the pipe to be joined with victaulic couplings shall be banded and machined to match the dimensions for standard, victaulic shoulder ends for cast iron pipe. The victaulic coupling for the 36" suction line pipe inside the control building shall be Style.41. I. Sleeve Type Couplings Above ground sleeve type couplings shall be.Dresser I 9 w i Af_ Style 38. Couplings for buried service shall be Dresser Style 53, manufactured of cast iron with stainless steel bolts. J. Gaskets and Bolts Except as otherwise provided, gaskets for flanged joints shall be full face and cut from 1 /8" thick rubber. Wherever blind flanges are shown the gasket shall consist of 1/16" thick cloth- inserted rubber sheet which shall cover the entire 'inside surface of the blind flange and shall be cemented to the surface of the blind flange. Bolts for above - ground flange joints shall conform to the requirements of the "Specifications for Low Carbon Steel Externally and Internally Threaded Standard Fasteners ", Grade B (ASTM Designation A307). Bolts will have a minimum tensile strength of 55,000 psi. Bolts-and nuts for buried flanged joints shall be Type 316 Stainless Steel. K. Protective Coatings The exterior surface of all buried.valves, flanged joints, and other buried items which are not mortar coated except for cast iron pipe and titti4gs shall be thoroughly cleaned and given two coats of EC -244 as manufactured by Minnesota Mining and Manufacturing Company. The coating shall be applied strictly in accordance with the manufacturer's recommendations. After drying, the ±coating shall have a minimum thickness of 1/8 inch. 10 - r 14. VALVES The Contractor shall furnish and intall all valves and gates as shown and specified. All valves shall be new and of current manufacture. The flanges of valves may be raised or plain faced. The flanges and valve bodies shall be designed for water working pressures of 175 psi, unless otherwise indicated. The flanges shall be faced and drilled to conform with ANSI B 16.1 Class 125. Each valve body'shall be tested under test pressure equal to twice its design water working pressure. 1 A. Gate Valves 2" and Smaller Gate Valves 2" and smaller shall be bronze; 150 psi working pressure, flanged ends or screwed as indicated, solid wedge disc, non- rising stem, similar to Crane Company $438... B. Gate Valves 4" and Larger Gate Valves 4" and larger shall conform to the requirements of Section 207 -14 of the Standard Special Provisions. Hand wheels shall be provided where indicated.. C. Butterfly Valves Butterfly valves shall be equal to or exceed the requirements of AWWA Specification:C- 504 -70. All valves shall be equipped with.manual hand wheel operations conform - ing to Section 12.2 of AWWA C- 504 -70. The shafts of all valves shall be fabricated from Type 316 stainless steel. The discs, pressure class,.manufacturer and model of valve.., shall be as follows: 36" - Pratt Triton'XR 70 Pressure Class 25A Cast iron disc with type 316 stainless steel edge. 12" thru 24" - Pratt Model 2F II Pressure Class 150E Cast bronze disc containing less than 108 zinc and 28 aluminum by weight. D. Plug Valves i.. The 16" plug valve shall have .flanged ends and be gear operated with a hand wheel. The valves shall be DeZurick 118F G12 H12. E. Bronze Angle Valve All parts of the 2" bronze angle valve except the i wheel shall be bronze, and the valve shall have screwed ends. The valve shall be Crane No. 2. F.. Air. Release and Vacuum Valves A:;r release and vacuum valves shall have cast iron bodies;, bronze internal parts] and:stainless steel floats.;. .: 12 _, The valves shall be Eddy -Iowa, F- 3062. The 1" valves shall be Model No. 200 -A, and the 2q valves shall be Model No. 200. G. Pressure.Relief Valves The pressure relief valves shall be designed to maintain constant,upstream pressure by bypassing or relieving excess pressure, and shall maintain close pressure limits without causing surges. The main valve shall be the hydrauli- cally operated, pilot - controlled, diaphragm 'type and shall have a single removable seat and resilient disc. The pilot control shall be a direct acting, adjustable, spring - loaded. diaphragm valve designed to p4rmitflow when controlling pressure exceeds spring setting. The pilot control system shall operate so that as excess line pressure is dissipated, the main valves are gradually closed to a positive'drip -type seating. The valves shall be Clayton, 50 RCG. The pattern and pressure setting for the various valves shall be as follows: 1. Zone III Pump No. 1 Bypass 2" Angle Pattern Screwed Ends with Pressure Range 100 =300 psi 2. Zone IV.Pump Bypass" Angle Pattern Flanged Ends with Pressure Range 100 -300 psi 3. Zone III Surge Protection 6" Regular Pattern Flanged Ends with Pressure Range 2 -35 psi The interior surfaces of the.valve bodies shall'be epoxy coated and the stems shall be 'supplied with plastic sleeves. , H. Surge Control The 4" Zone IV surge control valves shall be designed to open on a negative pressure wave. The main valve shall be hydraulically- operated, pilot - controlled, diaphragm type i and shall have a single removable seat and resilient disc. The pilot control shall be a direct acting, adjustable, f spring- loaded diaphragm valve. The pilot control system i shall operate so that as excess line surges are dissipated, the main valve is gradually closed to a positive drip -type , I seating. The valve shall be an angle pattern, and the interior surfaces of the valve body shall be epoxy coated, the stem supplied with plastic sleeves and.provided with a high pressure setting of 100 -300 ps.i, and a low pressure setting of 30 -130 psi. The valve shall be Clayton 52A KM I. Pressure Reducing and Pressure Sustaining Valves The 12" pressure reducingiand pressure sustaining valves shall maintain a relatively constant downstream pressure regardless of fluctuating demand, and sustain a redetermined upstream p p pressure. The valves shall be hydraulically- operated, pilot - controlled, diaphragm type globe valves. The main valve shall have a single removable seat and a resilient disc and no external packing glands. The pilot control shall be a direct acting, adjustable, spring loaded, diaphragm type designed to close when -!14 _! downstream pressure exceeds the spring setting, and open to sustain a predetermined upstream setting. The valve shall be designed for a pressure rating of 175 psi. The downstream adjustment range shall be 10 -40 psi, and the upstream adjustment range shall be 20 -80 psi. The internal surfaces of the valve body shall be epoxy coated, and the stems supplied with plastic sleeves. The valves shall be Clayton, 92 -01 KCG. J. Combination Pressure Reducing and Check Valves The 10" combination pressure reducing and check valves shall be installed on the discharge side of Pumps No. 1 and No. 2 of the Zone III Pumping Station. The valves shall be designed to maintain a constant downstream pressure regardless of fluctuating demand and shall positively close tight when a pressure reversal occurs. These shall be hydraulically= operated, pilot - controlled, diaphragm type globe valves. The main valve shall have a single removable seat and a,resilient disc. The pilot control shall be a direct acting, adjustable, spring loaded, normally open diaphragm valve, designed to close when downstream pressure` exceeds the spring setting:' The valve shall have a pressure rating of 175 pounds, and shall have an adjustment range of 50 -150 psi. There shall be a,minimum pressure differential 1 of 2 psi.batween the inlet.and.outlet pressures. Interior . surfaces of the valve shall be epoxy coated,.and. the stems - 15 - i supplied with plastic sleeves. -. The valves shall be Clayton 91G01 AJKCG. K. Check Valve with Dual Speed Control The .8" check valves with dual speed control shall be installed on the discharge side of'Pumps No. 1 and No. 2 of. the Zone IV Pumping Station., The valves shall be designed to open to permit flow when inlet pressure is greater than discharge pressure. When the discharge pressure is greater, the valves will close tightly to prevent return flow. The valves shall be diaphragm actuated and hydraulically operated by line pressure. They shall be spring loaded, single seat, globe typo valves having a renewable seat ring.' The valves shall contain auxiliary control w4ich:psrait adjustment of the opening and closing speeds.: Tfie valves shill have a pressure rating of 175 psi... The interior surfa0es!of the' valve body shall be epoxy coated. The valves shall be . Clayton 81 CKC. L. Needle Valves Ajbrass needle valve to permit dampening of the Pressure signal shall be installed on the pressure taps where indicated and shall be Bristol Not .7197,. D4.. Valve and Stems Coatings When specified above•epoxy coatings shall be applied to-interior valve body surfaces that have been'sandLt. blasted to white metal. 100'8 _.pure epoxy shall W`applied to a thickness of 10 -12 mils using the heat fusion process. Plastic stem sleeves where•specified shall be "Delrin" as furnished by the Cla -Val Company. N. Valve Position Indicators All valves specified above in paragraphs G. H, I, J, and K shall be equipped with position indicators enclosed in a sight'glass. 15. TURBINE PUMPS AND MOTORS A. General This section covers the furnishing and installation, i complete, of four vertical turbine'motor driven close coupled - pumps for the Zone III and Zone IV Pumping Stations. B. Operating Conditions The following are the operating conditions for the No. 1 and No. 2 pumps: �.. ZONE III ZONE IV 1. Diameter of Pump Can 16 inches 14 inches, 2. Suction Head: Minimum 0 135 feet Normal 20 feet 180 feet 3. Pumping Head: Minimum 180 feet 375 feet Normal 180 feet 398 feet 4. Total Pumping Head: Maximum 180 feet 263 feet Normal 160 feet 218 feet 5.' Capacity of Each Pump: Total Pumping Head - Maximum 2400 gpm 730 gpm Total Pumping Head - Normal 2700'gpm 840 gpm The total pumping head does not include losses in the pump which must be allowed.by the Manufacturer. The .17 - maximum efficiency of the pumping units shall be attained at a point on the pump head - capacity curve slightly.to• the .left of the point designated above for the normal operating condition. The efficiency of the pumping units shall be as high as correct design.and, good engineering will permit. Five certified copies of the pump curves for each unit shall be submitted to the Engineer, C. Motor.and Pump Head The motor and pump head shall be the unit drive construction. The thrust bearing shall have ample capacity to carry the weight of all the rotating parts.plus the hydraulic thrust of the pump impellers and have an ample safety factor. This factor should be based on an average life expectancy of 5 years operation at 24 hours per day. Motors shall.be constructed in accordance with the latest applicable NEMA, IEEE and ASA Standards and shall be designed and selected for the specific purpose, application, and load requirement.' Motors are to be provided by the sup- plier of the driven equipment and are to be compatible with the electrical characteristics and physical locations shown on the plans. Shop drawing submittals shall include outline dimension drawings, description of the electrical insulation System, description of the mechanical construction and the followingg electrical data; rated rpm, horsepower, voltage, full -load 'amperes power factor and efficiency and the start- I -18 -:. ing KVA code letter. The supplier shall furnish two copies of a parts list and a Maintenance Manual for each motor furnished. Motors shall be the manufacture of Westinghouse, General Electric, or U.S. Motors. Motors shall be vertical, hollow shaft, high thrust, P Base type rated at 460 volts, three phase. Minimum horse- power ratings are shown on the drawings. The insulation shall be a premium Class 'B' non- hygroscopic system. All interior surfaces shall be protected from moisture, abrasion, and fungus by epoxy or similar protective coating. The'motor construction shall be Totally Enclosed Fan Cooled with a service factor of 1.15 or 1.0 if the load brake horsepower does not exceed 858 of the nameplate rating of the motor. The fan shall be non - sparking and made of plastic or bronze. The conduit box shall be gasketed cast iron, diagonally split. A neoprene -lead separator gasket shall seal the conduit box and frame. A grounding .lug shall be provided. Motor nameplates shall be stainless steel with embossed lettering and stainless steel fastening pins. The motors shall be dynamically balanced to .001 inches,-peak to peak. - 19 - ' c The Zone III motors shall be provided with 110 volt single phase space heaters. Crouse Hinds Type ECD 284 or equal breather drains shall be provided. All castings shall have a.flood coat of red oxide and zinc chromate primer. An intermediate prime coat and.finish coat shall be applied after erection in accordance with Section 26 of this Specification. A suitable base of high - grade cast iron or fabricated steel shall be provided for mounting the motor, and with a discharge.elbow having above - ground flanged discharge outlet. The flange& discharge outlet for the Zone III pumps shall be 10" diameter, and for the Zone IV.pumps 8" diameter. The flanges shall be faced and drilled to conform with ANSI B 16.1 Class 125., The pump bases shall haYe.a suitable flange and gasket such that a watertight connection is formed between the pump base and the pump can. A 1" IPT tap shall be provided in each base at a location that will permit venting of the space between the pump column and the pump can. D. Discharge Column Assembly j The total length of the discharge column.shall be such that the pump is set at the depth indicated on the drawings. M6 column pipe shall be not less than 8" inside diameter for the Zone IV 'pumps, and.10" inside diameter for the Zone'Ill.pumps.- 20 . The line shafting shall be turned, ground, and polished precision shafting of ample size to operate the pump without distortion or vibration. The top shaft shall be pealed in the discharge head with a mechanical type seal. The 'shaft shall be.coupled with strong steel spacer type couplings machined from solid bar steel. A non - corrosive journal shall be placed on each shaft at the bearing point. This non- corrosive journal shall consist of stainless steel or Monel sleeve swagged into a shaft recess with the O.D. substantially flush with the shaft O.D. The column assembly shall have bronze guides fitted into the pipe coupling and retained by the butted pipe ends. Each guide shall contain a water - lubricated, Cutlass rubber bearing designed for vertical turbine pump service. E. Pump Assembly The pump bowl shall be of close- grained cast iron having a minimum tensile strength of 30,000 pounds per square inch, free from blowholes, sandholes, and all other faults; and shall be accurately machined and fitted to close dimensions. The impeller shaft shall Ise of stainless steel of not less than 12% chrome. No.so- called rustless iron will be considered. The impeller shaft shall be supported by a combination of water - lubricated, fitted rubber and bronze bearings. - 21 ", f.. Impeller shall be of bronze, accurately machined and finished, and mechanically balanced. -_It shall be securely fastened to the impeller shaft with a tapered bushing. bowl shall have an impeller seal ring to prevent i slippage of water between bowl and impeller. The impeller shall be adjustable by means of a nut in the pump head. F. Contractor Submittal The Contractor'shall submit three sets of complete dimensional prints, descriptive material, operating and maintenance instructions, and replacement parts list. G. Pump Manufacturers All pumps,shall be manufactured by the same company. The pumps shall be manufactured by Peerless, Johnson, Byron Jackson, or Worthington. 16. PUMP CONTROLS A. Zone III 1. Pump Starting When the selector switches on the motor starters are in the "automatic" position, the pumps shall be started by a pump controller actuated by a pressure sensing element connected to the discharge header. If the discharge header pressure is 90 psi or less, Pump No. l.shall be started. Pump No. 2 shall be. started if:the discharge pressure drops to 87 psi. An adjustable ti!me.delay shall be provided to prevent.Pump No. 2 from starting for a period of up to i -22 Al one (1) minute after Pump No. l has been started. The pump controller and pressure sensing element shall be contained in a single cabinet on a pipe mount adjacent to the discharge 4eader. The pump controller shall operate the two pumps now and have provision for operating 4 pumps in the future. The set points on each pump control unit shall be adjustable. The pressure sensing element shall be suitable for a range of 0 -200 psi. The pump controller and pressure sensing unit shall be Bristol OG2G500G14R-. 2. Pump Shutoff When the selector switches on the motor starters are in the "automatic" positions,.Pump No. 1 will continue to run until the selector switch is turned to the "off" position. Pump No. 2 will be shut off by' a pump controller activated by a pressure sensing element connected to the pump outlet upstream of the pressure reducing and check valve. When.this pressure rises to approximately 250 psi, the controller shall activate alrelay.and'shut Pump No. :2 off. A time delay shall be provided to prevent the pump from being started for approximately one minute. The controller and sensing unit shall be mounted on a pipe support adjacent to the pump discharge piping. The controller and sensing element shall be a single unit with a variable setting of 0 -400 psi. The pressure element shall be - 23 - r C phosphor bronze. The indicating scale shall be 0 -400 psi. The pressure sensing connection will be 1/4" NPT. The controller shall be Bristol Model 87. B. Zone IV When the selector switches on the motor starters f are in the; "automatic" position, the pumps shall be started by the pump controller actuated by.a telemetered signal from a water level indicator located at the Zone IV reservoir. The pump controller shall be panel mounted in the control building. The water level indicator and the telemetered connections are not part of this contract and will be made at a later date by others. :The pump controller shall operate the two pumps now, and shall have provision for operating three electric motor. c driven pumps and one engine driven pump in the future. On a falling water level, the controller shall turn on one pump at a time at predetermined levels and keep them on until the reservoir is filled. A manual transfer shall be incorporated in the controller or provided separately to permit the sequencing of the pumps to be alternated.. The pump controller unit shall record the.reservoir levels. The scale on the recording chart shall have a range of 0 -30 feet. Each pump control unit shall have an adjuittable setting to;permit the on and off set points to be changed. The pump controller unit shall be Bristol Model IMIM500G14R, -24- r F In the event of a failure in the telemetering system and 'a predetermined high pressure occurring in the pumping station discharge header, a pressure input pump controller shall actuate a relay and shut all pumps off. The controllet shall be located adjacent to the discharge . header and mounted on a 2" pipe as indicated. If the pressure in the discharge header falls to a predetermined minimum, the pumps shall be allowed to start again. An adjustable time delay shall be provided to keep the pumps from starting for up to 2 minutes after they have been shut off. The pump controller shall.have an adjustable range to permit the on and off pump setting to be varied between 100 -300 psi. The pump controller shall be Bristol Model OG2G500G11R. 17. FLOWMETER The flowmeter shall be a propeller type meter with a ,cast iron flanged full bore tube. The meter shall be designed for a working pressure of 250 psi'. The flanges shall be Class 250 drilled and dimensioned in accordance with ANSI B 16.2. The propeller shall be polythene,.and the internal mechanism stainless steel. The propeller rotation shall be transmitted through a magnetic drive.. The meter shall be furnished with an indicating head. The meter shall be Sparling Model 905. The flowmeter indicator- totali *er- recordtr shall be suitable for mounting in the panel in the Control Building. The recorder shall operate on 110/120 volt 60 cycle A.C. power supply, have a seven- day.strip. chart, and a maximum ' scale of 3000 gpm. The instrument shall be Sparling Type 219 CF -328. 18. PRESSURE GAUGE The pressure gauge to be mounted on the discharge line 1 from the No. 1 pump of the Zone III Pumping Station shall have a 6" dial, a pressure range of 0 -500 psi,.1/4" male NPT bottom connection; phenol case. The gauge shall be Bristol Type 410. 19. ASPHALTIC CONCRETE PAVEMENT Asphaltic concrete shall:be furnished and placed in accordance with the requirements of the Standard Specifications. Asphaltic concrete shall be Type III -C2 -85 -100. The.compacted j thickness of asphaltic concrete used to replace existing paving ! shall match the existing thicknessibut not be less than 2h inches. Prior to placing asphaltic concrete, the aggregate' base shall be primed as specified in Section 302 -5.2 of the Standard Specifications. 20. AGGREGATE BASE Aggregate base shall be furnished and placed in accordance • with the requirements of the Standard Specifications. The aggregate base shall consist of .processed natural material; gradation B. The compacted thickness of aggregate base used. 26 _ i to replace existing base shall match the existing but not be less than 4 inches. 21. MANHOLES Manhole frames, covers, and vertical sections shall comply with the standard drawing indicated. The flat top i sections shall be Associated Concrete Products, Inc. Drawing No. Ft -105 with 24 -inch opening. 22. TESTING 8 0 All piping systems shall be tested in accordance with the requirements of Section 306 - 2.3.10.1 of the Standard Specifications. The joints of all underground piping for the pumping stations shall be exposed during the test and all visible leakage shall be stopped. The test pressures to be used for the various piping systems are as follows: (1) Zone III Pumping'Staiion Discharge Header, 27 -inch Zone III Transmission Main and Zone IV Pumping Station Suction Header -- ----- 225 psi (2) Zone III Pumping Station Suction Header - - - - -- 150.psi (3) Zone IV Pumping Station Discharge Header - - - -- 275 ;psi (4) Zone III Pump Discharge Lines Between Pump and Pressure Control Valves ------- - - - - -- Pump Shut -off Head (5) All Portions of Pipeline System Not Included in Above -------------=-------- - - - - -- 225 psi Water for the tests will be fur i nished by the City. The test for (4) above-shall be performed with the pumps operating and the pump control valves closed. The test shall continue for ten minutes. - 27 23. DISINFECTION Interior of all pipelines, pumps, valves, and _fittings shall be disinfected in accordance with Section 306 - 2.3.10.2 of the Standard Specifications. 24. PUMPING STATION TESTS When the pumping stations have been completed and are ' approved for operation by the Engineer, they shall be tested under actual operating conditions. During the tests all control settings shall be adjusted as directed by the-Engineer. Water for the tests will be furnished by the City. 25. ELECTRICAL The work covered by this section consists.of furnishing all labor, materials, equipment and performing all operations required for complete and operable electrical systems as indicated on the drawings and /or as specified herein. Miscellaneous appurtenances are not necessarily specified or shown on the plans. A. Materials Materials shall be new, shall be listed and approved by Underwriters'Laboratories, and shall bear the Inspection Label where subject to such approval. Materials shall meet with the approval of the Division of Industrial Safety, State of California and all governing bodies having juri� diction. All similar materials shall be of the same manufacture. If ordered by the Engineer, the Contractor shall submit for review sample articles of the material proposed for use. After review, said sample articles will be returned to the Contractor. i 28 - All structural and miscellaneous steel used in connection with electrical work,and located out -of -doors or in damp locations shall be hot dip galvanized unless otherwise i specified. Included are underground pullbox covers and similar . electrical items. Galvanizing shall average 2.0 ounce per sq. ft. and shall conform to ASTM A123. Exposed parts of electrical equipment and the interior of panels, cabinets and switchboards shall be thoroughly cleaned of dirt, cement, plaster, and other materials. All scratched or damaged materials shall be replaced or-refinished to the satisfaction of the Engineer. B. Conduit and Fittings 1. Rigid conduit shall be rigid steel and shall have U.L. Label, zinc coated exterior with zinc or enamel interior. Fittings for rigid conduit shall be threaded steel or malleable iron, zinc coated. Conduit and fittings shall be subject to approval by the Engineer. 2. Electrical metallic tubing shall be steel and shall have U.L. Label, zinc coated exterior with zinc or enamel interior. Fittings for EMT shall be steel or malleable iron, insulated, gland ring compression type. Conduit and fittings shall be subject to approval by the Engineer. 3. Flexible metallic conduit shall have U.L. Label and zinc coated exterior and interior. Fittings for flexible conduit shall be "JAKE" Type ",BC". Setscrew connectors are not approved. Liquid -tight flexible conduit shall be Sealtite 29 - Type U.A. with Appleton Series "ST" or Pyle- National Series "CT" connectors.. Conduit and fittings shall be subject to approval by the Engineer. 4. Non - metallic conduit shall be PVC Schedule 40 conduit conforming to NEMA Standard TC -2 and shall be U.L. listed. Fittings shall be the product of the conduit manu- facturer. 5. Non - metallic duct shall be PVC Schedule A conduit for concrete encasement conforming to NEMA Standard TC -2 and shall be U.L. listed. Fittings shall be the product of the conduit manufacturer. 6, Asbestos - cement duct shall be Type I Transite Korduct for concrete encasement and fittings as manufactured by Johns- Manville. i C. Junction Boxes Junction boxes used in exposed work shall be cast metal with threaded cast hubs. D. Pullboxes Weatherproof pullboxes shall be fabricated of cast iron, hot - dipped galvanized, and provided with gasketed plain cast iron cover secured to the box with brass screws. Bosses shall be provided to insure five full conduit threads. Surface mounted boxes shall have flat flanged cover mounting. Flush mounted boxes shall have inside flanged recessed cover mounting for 3" concrete encasement if installed in the earth. - 30 Concrete pullboxes shall be furnished complete with pull -in irons, traffic cover with frame and necessary galvanized, cable racks with porcelain blocks. The pullbox shall have an 8" sump hole through the bottom. Construction shall be equal to prefabricated pullboxes as manufactured by Quickset or Brooks Products. Submit shop drawings for approval. Refer to drawings for size. Pullboxes for system neutral grounds shall be Quickset No. E -16.. E. Wire and Cable 1. 600 Volt Conductors Conductors shall'be copper, #12 AWG minimum, with 600 volt insulation. Conductors #10AWG and smaller shall be solid. Conductors #8AWG and larger shall be stranded.. Insulation shall be as follows: 'a. Branch circuit conductors #8 and smaller in dry, cool (860F) locations.- Type TW. b. Branch circuit conductors #6 AWG and #4 AWG in dry, cool (86 0 F) locations - Type THW. C. Branch circuit conductors #4 AWG and smaller installed exteripr to buildings, below grade, in wet or warm (above 860F) locations - Type,THW. Branch circuit conductors #2 AWG and larger in any location — Type USE- RHH /RHW cross linked polyethylene, IPCEA Specification S -66 -524, NEMA,WC7. 31 - d. Feeder conductors in any location - Type USE =RHH /RHW cross linked polyethylene,.IPCEA Specification.S -66 -524, NEMA WC7. e. Conductors #8 AWG, and smaller shall be color coded with colored insulation. Conductors #6 AWG.and larger shall be black with Scotch #35 colored tape applied at.each termination and on straight through runs in junction boxes or pullboxes.: Color coding shall be.as followal Phase A - Black Phase B - Red Phase C - Blue Neutral - 120 /240 andi120 /208 V systems - White_ Neutral - 277/480 V systems - Natural grey Ground - Green Travelers - grown, Orange, Purple f. Phase rotation shall be consistent throughout ' the system. I F. Main Switchboard and Motor Control Center a. The switchboard and motor control center shall i consist of totally enclosed dead - front, free standing assemblies bolted together to form one structure and enclosed in a weather proof housing for outdoor installation. Unit compartments shall i be mounted back -to -back. I b. The design shall,be in accordance with latest applicable NEMA Standards.for Clasa II, Type .B Control Centers - 32 _ i and shall have been tested in a recognized high power. laboratory to prove adequate mechanical and electrical Capabilities. All major components shall have been manu- factured and individually design tested and guaranteed by the control center manufacturer. c. The structure..shall include heaters with thermo- static switching and interior lights and receptacles. A line to ground fault indicator shall be provided in the structure with contacts for 120 Volt wiring to remote indicator lights in the control building panel annunciators. d. Full length bus bars shall be provided. The horizontal bus shall be rated not less than 600 amperes. The vertical buses shall be rated not less than 300 amperes. Both vertical and horizontal buses shall be held rigidly within the structure by bus supports which are moisture resistant, non- carbonizing, non - tracking and have .vertical creepage surfaces to prevent faults due to build -up of..conductive dust. The bus assemblies shall be braced to withstand bolted fault conditions of not less than the RMS symmetrical amperes shown on the plans. e. Compartments for mounting control units shall ; • be incremented to allow a maximum of six starter units to.be mounted in one vertical assembly. A.vertical wireway contain - ing cable supports shall be adjacent to each vertical unit , i -'33 t' i i i compartment and shall be covered by its own door. f. Motor starters shall be electrically operated, electrically held ", three pole assemblies with arc extinguishing characteristics and silver -to- silver renewable contacts. . Starters shall have provisions for. adding.a minimum of.four electrical interlocks. The overload relay assembly shall be . of the thermal bi- metallic type and shall be three pole. -All 'starters shall be of the draw -out type. g. Circuit breakers shall be ambient compensated molded case type rated as shown on the plans. Each circuit, breaker shall have a thermal magnetic trip unit for each pole. Source short circuit currents are shown on the plans. The manufacturer shall provide circuit breakers with properly coordinated characteristics to interrupt the short circuit currents and to protect the bussing;or starters associated with the breaker. h. Unit draw -out motor starter assemblies shall contain the circuit breaker,, starter, control components and terminal blocks. Height shall be of modular dimensions. i. The main circuit breaker shall be a fixed position, manually operated, systems type providing coordin- ation between the breakers and other devices in the switch- - board. The circuit breaker shall be equipped with static trips j. The switchboard.and motor control center shall be 'manufactured by General Electric, Westinghouse, I.T.E., Cutler- Hammer or Square 'D' G. Nameplates 1. Provide black -on -white bakelite nameplates for each 120/208/240 Volt, switchboard, distribution board, lighting panel, power panel, motor control center, terminal cabinet and individual circuit breaker disconnect switch, starter or control device, indicating equipment controlled. 2. Provide a red -on -white bakelite nameplate for the same equipment operated on 480 Volts. 3. Nameplates to be fastened with screws or rivets. H. Lighting Fixtures All fixtures of similar type shall be of the same manufacturer. All mercury vapor fixtures shall be furnished with high power factor ballasts, C.B.M. approved, constant wattage type. I., Lamps All lamps shall be General Electric, Westinghouse,- or Sylvania. Type of lamp and wattage as. shown on fixture schedule, on drawings, or as required by the specified fixture. Incandescent lamps shall be 130 volt. . J. Ground Rods Ground.rods shall be sectional type driven rods of copper- encased steel, 3/4" diameter by 8 ft.'long, with i copper alloy clamps brazed to upper end of rod. K. Execution 1. .Dimensions. All scaled and figured dimensions are approximate and are given for estimating purposes only. Before proceeding with the work, the Contractor shall carefully check and verify all dimensions and sizes and shall assume all responsibility for the fitting of hip materials and equipment to other parts of the equipment and to the structure. Where apparatus and equipment, particularly switchboards and transformers, has been indicated on the drawings, dimensions have been taken from typical equipment of the class indicated. The.Contractor shall carefully check the drawings to see that the equipment he contemplates installing will fit into the spaces provided. Z. Codes All work and materials shall be in accordance with the City of Newport Beach Electrical Code which is the 1968 National Electric Code. Nothing in the plans or specifications shall be deemed as permission to violate this code, and the Contractor shall be held responsible for any work which is not accepted. Violations shown on the plans are to be brought to the Engineer's attention before work is done. - 36 - i„ . 3. Temporary Electrical Service Temporary services for construction purposes are the responsbility of-the Contractor. 4. Permanent Electrical Services Electrical power and telephone services and metering facilities shall conform to the serving utility companies and shall meet with the approval of local and state inspecting authorities. Verify the location of service pole and the serving utility company requirements, and include all construction costs in the bid. Apply for services in the name of the Owner and pay all service and cable charges. 5. Continuous Electrical Services Maintain continuous electrical services to existing buildings, or portions of buildings, occupied by the Owner during execution of this Contract. Temporary shutdown of any existing electrical equipment shall be made only for a short interval and only with previous authorization from the Owner. Service to the existing Control Building may be interrupted for a maximum of 3 days when the overhead service is replaced. Seven days advance written notice shall be given to the Engineer prior to interrupting electrical service.. 6. Installation of Materials and Equipment Installation of materials and equipment shall be in strict accordance with Manufacturer's recommendations,. - 37 - ij t s instructions, industry standards, as indicated on the drawings and as specified herein.: Provide all mounting facilities for securing or hanging fixtures, equipment and outlets to the satisfaction of the Engineer. Details shown on the plans are for the purpose of establishing the extent and general methods required. Provide all sleeves, inserts,,expansion joints, vibration fittings, etc. Provide storage facilities and protect all work, materials and equipment from damage during progress of work. Materials and equipment shall not be..stored exposed,to the weather. Replace all damaged or defective work,.materials -and equipment without additional cost to the Owner. Provide trenching, concrete encasement of duct and conduit, back - filling and compaction for the underground electrical system, all in accordance with applicable sections of this specification. Do all cutting and patching of the construction work, existing walks, pavements, and buildings required for the proper installation of electrical work. All patching shall be of same material; workmanship and finish as existing and shall match surrounding work to the satisfaction of the Engineer. i L. Conduit Installations 14 Rigid Steel Conduit Rigid steel conduit shall be used for service or' feeder conduits above grade within a building and where exposed on building exterior. Conduits installed exposed to the weather shall have threads filled with red lead and oil before screwing into couplings and threaded fittings. Rigid conduit shall be terminated with insulated bushings similar to O.Z. Insulated Type "B" or insulated grounding Type "BL ". 2. EMT EMT shall be used only for interior sound, signal and branch circuit runs. 3. Run exposed conduits at right angles or parallel to structural members, walls, floor and ceiling. Conduits shall be securely fastened in place. Conduits 1" and smaller may be secured with one hole malleable iron straps. Conduits 14" and larger shall be secured with conduit hangers or two hole galvanized straps. Suspended conduits shall be supported with conduit hangers and h" hanger rod. Multiple conduit runs of four or more conduits, 14" and larger, shall be rack mounted or suspended on trapeze dangers with 3/8" rods. Racks and trapeze hangers shall be formed steel channels similar to Unistrut. Provide junction or pullboxes where-, required for pulling conductors due to excessive numbers of bends or length -. 39 i of conduit runs. All unused conduit openings shall be plugged or capped. Caulking compound or wooden plugs shall not be used.' 4. Flexible Conduit Flexible conduit shall be used where indicated on the drawings. Sealtite flexible conduit shall be used for all final connections to motors and in wet, damp or outdoor areas where drawings indicate the use of flexible conduit. Conduit terminations at.all motors shall be terminated with a length of flexible conduit equal to twelve times the conduit diameter. 5. Non - Metallic Conduit Non - metallic conduit shall be used for all underground installations. All non - metallic conduit shall have a three -inch minimum concrete encasement of concrete. A bare copper ground wire shall be installed in all non ". metallic conduit runs and connected to equipment ground pads and conduit bushings at each end. Ground wire shall be code sized unless otherwise indicated on the plans. Bury underground . conduit including that under buildings to a depth of not less than 24- inches below finished grade. Minimum depths are to top of concrete envelope. Where more . than two conduits are installed intone common concrete envelope, conduits shall be supported and separated by approved plastic conduit spacers. ;Joints shall be equally 40.- 1 staggered a minimum of 2 feet on centers. M. Pullboxes 1. Pullboxes shall be installed where shown on the drawings or where required for construction or by code and i shall be sized as required by code unless otherwise indicated on the plans. All locations shall be approved by the Engineer. 2. General purpose sheet steel pullboxes shall be installed in dry interior locations only. 3. Cast metal pullboxes shall be installed in exterior locations where boxes are subject to mechanical injury but shall not be installed in, pavement subject to vehicular traffic. Flush mounted boxes shall be installed with V minimum concrete encasement. N. Wire and Cable 1. Znstallation�of 600 Volt Conductors a. Deliver all conductors to the job site in their original unbroken carton or reel,'tagged with U.L. label, size, insulation type and manufacturer. .b. Conductors shall be continuous between outlets, junction boxes or terminations. No splices shall be made in branch circuits except in outlet boxes or junction boxes. Feeders shall be installed continuous without splices except where specifically noted on the plans or with the express approval of the Engineer. c. All.joints, splices and taps in conductors _:41 a t #10 AWG and smaller shall be made with Scotchl.ock spring, or tap connectors. Conductors #8 AWG and larger shall be connected with solderless connectors and taped. Splices in gross- linked polyethylene insulated conductors or in pull boxes below grade shall be made with Scotchcast 82A /B series resin splicing kits.and Scotchlock sealing packs. Vinyl tape shall be Scotch No. 33 +. d: Use a manufactured cable lubricant when pulling conductors. Conductors shall not come in contact with the earth or be laid out on paving or concrete slabs while being stalled. e. Train conductors neatly in panels, cabinets and equipment and fasten with Scotchflex No. 760 nylon cable ties. Prior to final inspection all pressure type lugs on panels and equipment shall be.retightened. All branch circuit conductors shall be tagged in panelboards, gutters, junction boxes and where unused circuits terminate. All conductors leaving switchboards or motor control centers shall be tagged.: The method of tagging $hall be with adhesive type markers, Brady or equal. f. A 3/16" polypropylene pull line shall be installed in all empty conduits.including those for signal and telephone systems. 26. PAINTING A. General All exterior above ground metal surfaces except street light mast arms shall be painted as specified in Section 310 of the Standard Specifications except as modified herein. B. Painting Schedule. 1. All metal surfaces except motors, interior electrical panels, controller cabinets and galvanized surfaces. Surface Preparation: white metal blast cleaning. Paint Material: 2 prime coats and 1 finish coat,. Dry Film Thickness: Prime Coat; 2 -3 mils each coat. Finish Coat;1 -2 mils Total: 6 -8 mils t: 2. Motors and Controller Cabinets Surface Preparation: Hand and solvent cleaning. Paint Material: 1 intermediate prime coat and 1 finish coat. Dry Film Thickness: Prime Coat; 2 -3 mils Finish Coat ;1-2 mils Totale 3 -5 mils 3. Galvanized Surfaces Surface Preparation: Commercial blast cleaning. Paint Material: 1.coat galvanized prime, 1 coat intermediate prime, 1 finish coat. -.43 ;h � _ t Dry Film Thickness:. 1st prime; 1 -2 mils Intermediate Prime; 1 -2 mils Finish coat;. 1 -2 mils Total: 4 -6 mils C. Materials All paint materials shall be as manufactured by Rust -Oleum Corporation. The paint material shall be as follows: Prime Coats, except galvanized surfaces: lst coat 1069 Intermediate coat. 1060 Prime Coats, galvanized surfaces: 1st coat" 3268 red Intermediate coat 3286 grey Finish Coat: 1030 green aluminum D. Thinning Paint may be thinned in accordance with the paint manufacturer's recommendations. E. Application Paints shall be applied by brush or spray methods. All prime coats and finish coats shall be applied after erection except surfaces which will be inaccessible after erection. Sand blasted surfaces shall be coated with the first prime coat on the same day that they are blasted, and shall not_be allowed -to remain unpainted overnight. - 44 - EDWARD K. GRANTr JR. 312 EAST W,k1!ON AVENUE : GLENDALE, CALIFORNIA IF ORNIA 91208 ' O17RW 6.1177 November 17, 1373.. Joe Mulleanuxx dba Triad Piping and Construction Co. 1%32 South Broadway Gardena, California Dear Sir: In accordance with your request, I submit herewith the following ficamial statements for your proprietership: Exhibit "V - Belance Sheet, September 30, 1971 Exhibit "B" - Income Statement For the Six Months Ending September 309 1971 The accompanying balance sheet of Triad Piping and Constr¢cstios Co. as of September 30, 1971 and the related statement of income and retained earnings for the six months then ended were not audited by as and acoordingly I do not express an opinion on them. Resgeatfa3ly, Edward K. Grant, Jr. aim�19JAWJVI 44 ASSETS CUP,RKRT ASSETS: Cash in Banks Accounts Receivable Prepaid Insurance TOTAL CURRENT A83= FIXED ASSETS: Accaftilatod, . Not Cost Deproeiatio Bock Y Equipment s i39512,Q i 4�&%.75 s 8104.5,66 Trucks 6*742-t .5,248. JjWo TOTALS 3 4jQ&.$ �10,M.75 TOTAL ASSETS CUMPRff LIABILITIES: Accounts Payable Accrued Union Welfare Fuxft .Accrued Payroll Taxes '!OPAL LIAH1LITIES NET WORTH: Original Investment Addi Not Profit For the Six Months Ended September 301, 1971-Exbibit "B" TOTAL NET WORTH TOTAL LIA31LITIRS AND NET WORTH s 99%6.40 (Prepared without audit) 3.,on-Al Exhibit "A" S 479389• 73 S 99111051 p. ,: „ con or :. W a ON: ..m. , i rM Sub-Contracts t S=31 Tools & Supplies Equipment Rental Union. Welfare ruaft Payroll Taxes Bond Expenme TMAL OM OF CMSVMCN&J GROSS PROFIT GENERAL AND ADMIN119MOM EXPENSESt Auto & Truck Expense Office Satppliea 4 mzpmm Telephone Travel, Promotion 6 utertain"Is Rent Legal. and Accounting Depreciation Insurance (Prepared without audit) 6 2$,166.8 la4*79 164.00 � 1,O;6g2.10 .4� 2,118.6 mo/.o/. 80000 1*5n*80 33.350.6k 6 I:O,g15.36 ('43.95 3.<Yf3..41 .4 0 EDWARD K. GRANT, JR. etTf tud 5puct. C4.�� 312 EAST WILSON AVENUE' GLENDALE, CALIFORNIA 91206 3vl7 9. 1971 To Jos and ftyllis )M emmx 18504 Mariposa Gardena• California Dear Mr. sad Mrs. MulleanauX: CITwV9 6.1177 In accordance with your regueat# the following sinamoial aUtsom s►t is submitted for yon: Exhibit "A^ - Balance 92eet, Jane 309 1971 Thin statement was not audited by me and accordiagiy I do scat express an opinion on it. Iteapeetful3,y� Advard K• Grant. Jr. LIABILITIES &NET NORTH LIABILITIES: Mortgage Payable - Residence 17s •� NET aoma Joe & Phyllis Munfouluz, ,Tans 30, 1971 39 .309 *00 20M 416 .00 (Prepared without audit) z ... Achibit "An J0B "* WLSS�? * 3t9. AIIX .i6ItE 19�,,,ti. CEWENT ASSMI Cash in BmAk 1 s400.8O' Gash on Hand � ., T0TA% CtREW ASSETS 19s 00.00 . FIXED ASSETS: Residenee 359000.00 Real Estate 33,1+.L pD +dE1 TOTAL FIXED ASSETS 68,000.00 OTHER ASSETS: Gash Surrender Value of Life Insura M 6 i sO00.0O Household FurnishiW to .(Other Assets $s6O0.00 Partnership Egnit7i Covina Calif. Motel 9 6Cs0413.00 Tray Apt. Motel 566906.00 California Apt. Motel 77sS3�.o0 Park Covina Motel 42084810 California. Mobile Home 5,000.00 322ra06± TOTAL OTHER ASSETS 329.197.00 TOTAL 416 Ott LIABILITIES &NET NORTH LIABILITIES: Mortgage Payable - Residence 17s •� NET aoma Joe & Phyllis Munfouluz, ,Tans 30, 1971 39 .309 *00 20M 416 .00 (Prepared without audit) c Er s 0 i 1 m 0 —i . n z:� 1;0 F, mD m n z n N Z mo--ir - c— Diz�c� m mm.w■ C �o 1 r. \l �R IgNII111Y1Y111 Rill 111111111111111111111 �11IIA11111 �I�I�ii i nu i m 0 —i . n z:� 1;0 F, mD m n z n N Z mo--ir - c— Diz�c� m C �o 1 r. \l L� N C 3 3 D .Z7 —C s 1 CA x m 1 0 i mI rn n 1 zo- c�z1 z >rn rn n N z wo it to —o _mIA a lqW N C 3 3 n e i i. CONTRACT NO. 1350 t Triad will call back CONTRACT DOCUMENTS FOR PUMPING STATION ZONES III AND IV PRESSURE REDUCING STATION AT BIG CANYON RESERVOIR .Approved by the City Council on this 12th Day of October, 1971 Laura Lagios, E;Ity SUBMITTED BY: TRIAD PIPING & CONAT_ CO_ Contractor d ress City Zip o e 324 -4941 Phone Tot�q 060. = Bid'Price i r 4 CITY.OF NEWPORT BEACH PUMPING STATION ZONES.III AND IV PRESSURE REDUCING STATION AT BIG CANYON- RESERVOIR CONTRACT NO. 1350 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids; has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. C -1350 in accordance with the Plans and Specifications, and will take in full payment therefor the 'following unit price for the work, complete. in place, to wit: ITEM QUANTITY ITEM DESCRIPTION PRICE 1. Lump Sum Construct Zone III and Zone IV Pumping Stations, pressure reducing station, 27 -inch transmission main, and other incidental items of work. @ Z2�, (F7o, °Q Dollars and Cents $? ? 4�e�o W Lump 'Sum TOTAL PRICE WRITTEN IN WORDS: %u>v �/d1r02��.� 7u/dti7'S/ T-Ou/2IWOVs54'Y i Dollars and Cents • � 11•j� CONTRACTOR'S LICENSE NO. 9701 ()q Blnd Ar s ame f I � -A-, aa,, -'r / A horized Signature) TELEPHONE NUMBER 213 - 324 -4941 CONTRACTOR'S ADDRESS 1SA79 Sn ArnaAva� A ^na CalliF_ gn9AR 'ten .. .'__ 3 �::^�. , .:. :�- .�s�.s ._ � }: � .. m �.rr� -." � - .-.�_' -: .,� �et'4� �✓'��Giv�ml_+`�r. ova' _..... _.+.,�......_ a� 3rd F Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of 'a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals., The estimated quantities of work indicated in this 'Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds,within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. ).70109 Classification A Accompanying this proposal is Cash, Certified Check, Cashier's Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3100 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 213- 324 -4941 T�iwT Did ing :c rnnni -_ rn_ Phone Number :Bidders Name (SEAL) 0 7 ! L(7F y/if t�Y��. ice. d/ ate Aut(3brized Signature Authorized Signature I ., '-'I jual Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub- contractor Address 1. Baintina Superior Coatings #,,,, Bubank. Wilmington 2• a ng MQAmis Contracting Eo, 15832 So. Broadway,_Ga: 3... Minitiney Johnson- Western Gardena 4.1 115c n2 /A1- Q A N 0111 ► 1 r N'-7 11-cP.7-4;g1' 5. 6. 7. 9. 10. 11. 12.. Authorized Signature I d' 'du ype o f Organization (Individual, Co- partnership or Corp) L -j • Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL N396 46 68 KNOW ALL MEN BY THESE PRESENTS, That we, TRIAD PIPING & CONSTRUCTION CO. as Principal, and HARTFORD ACCIDENT & INDEMNITY CO_ , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10% OF THE AMOUNT OF THE PROPOSAL Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of PUMPING STATION ZONES III AND IV, PRESSURE REDUCING STATION AT BIG CANYON RFsFRvnrR in the City of Newport Beach, is accepted by the City Council, of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 9th day of November 19 71 . a Corporate Seal (If Corporation) TRIAD P rincipa (Attach acknowledgement of Attorney -in -Fact X Title v& ,.\ (} ■ } 1 E\) # 7 ■ !z \ ;\g >k F im ( \ / rb E- TD ID TD / ICD ) \ \ \ � r a ; r r ® {\ ` � I \ - ;ao * \ } \(\ } ƒ \\ \ \\ \\ \ {((\ F im ( \ / rb E- TD ID TD / ICD ) \ \ \ � r a ; r r ® Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any'public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any. person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this /O i day of �./,#I/ 19 My commission expires: �MITVZMIMOIF OFFICIAL SEAL m R. W1. BURR�LL NOTARY ",13LIC CALIFORNIA LOS Z; COUNTY A1Y Commis -Tan Goims M:r. 31, 1975 Page 6 STATEMENT Of FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his.financial responsibility. Liabilities---- - - - - -- $17,488.00 Assets --------------- $399,309.00 Will submit complete financial statement if awarded cohtnact. signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1971 Crown Development Co. Chuck Hoffman 714- 675 -6393 Booster Pump Station T _1971 Champlin Petroleum Co. Mr. Page 432 -6923 @ater Polution Control- Piving,pumps & reservoir ,1971 Texaco Inc. Pir, H, E, Kilzer 835-8261 Ex,414 .. .. Jim Montgomery Rvi ter Pu= St- Hacienda Heiahts :.. St- 1962 La Canada Water Dist. , via: ✓a +.�:�a. .,, Mr. ,. ., Booster fnr :. Stations Signed , 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PUMPIdG STATION ZONES III AND IV PRESSURE REDUCING STATION AT BIG CANYON RESERVOIR CONTRACT NO. 1350 ADDENDUM NO. 2 MAKE THE FOLLOWING REVISIONS TO THE SPECIAL.PROVISIONS: ADDENDUM NO. 1 0 November 3, 1971 J In the first line, following the.work "pipe ", insert "with a.'diameter of 14 inches or larger ". SECTION 13. PIPING MATERIALS A. General Add the following.paragraph: "Mitered elbows may be substituted for the smooth-elbows-shown on the plans. 90- degree elbows shall be 4 -piece long radius elbows in accordance with AWWA D -208. Elbows in excess of 90 degrees shall be fabricated to the same radius as a 4 =piece long = radios elbow with the central angle of each piece not to exceed 221-, degrees." SECTION 13. PIPING MATERIALS H. Victaulic Couplings In the first line, delete "Styte=>7" and replace with "Style 44 ". PLEASE SHOW DATE OF RECEIPT OF THIS.ADDENDUM.ON'THE PROPOSAL OR INSERT'A COPY WITH YOUR PROPOSAL. az;1,0� / J�a Benjamin B. Nolan Assistant Public Works Director WBD /bg CONTRACTOR: n na & Const Co. Authorized Signature: Date Received: jill 1971 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PUMPING STATION ZONES III AND IV PRESSURE REDUCING STATION AT BIG CANYON RESERVOIR CONTRACT NO. 13 §0 ADDENDUM NO. 1 ADD THE FOLLOWING TO THE SPECIAL PROVISIONS: SECTION 13 PIPING MATERIALS November 1, 1971 A. General All steel pipe shall have a minimum net inside diameter, after_ application of the interior protective lining, equal to the nominal diameter of the pipe specified on the plans or in the Special Provisions, with a permissible tolerance of minus ( -) 1/4 inch. PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL. , 'z " Benjamin B. Nolan Assistant Public Works Director WBD /Idg N Date Receive A,Qporizea signature /