Loading...
HomeMy WebLinkAboutC-1608 - Water main improvements - cement mortar lining of cast iron water mains on Balboa PeninsulaCt.ue. -L Z�.e." NG f,"R 2 $ 1975 By tI13 CITY Coil;:' CAT'Y OF hlAWPORT B aAC.h TO: CITY COUNCIL FROM: Public Works Department April 28,1975 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: ACCEPTANCE OF CEMENT MORTAR LINING OF CAST IRON WATER MAINS ON BALBOA PENINSULA (C -1608) 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 cement mortar lining of the cast iron water mains on the Balboa Peninsula has been completed to the satisfaction of the Public Works Department. The bid price was $ 69,846.00 Amount of unit price items constructed 63,206.58 Amount of change orders None Total contract cost 63,206.58 Amount budgeted in the Water Fund 125,000.00 (Account No. 50- 9297 -104) In addition to the contract cost, materials installed by City forces amounted to approximately $21,500. The design engineering was performed by the Public Works Department. The contractor is Ameron Pipe Lining Division of Wilmington, California. The contract date of completion was March 26, 1975. All work was com- pleted by March 11, 1975. ephIT. Devlin lic ks Director id t NOV 2 5 1974 TO: CITY COUNCIL November 25, 1974 CITY COUNCIL AGENDA ITEM NO.—H-2 (b) FROM: Public Works Department SUBJECT: CEMENT - MORTAR LINING OF CAST IRON WATER MAINS ON BALBOA PENINSULA, C -1608 RECOMMENDATION: Adopt a resolution awarding Contract Number 1608 to Ameron, Inc., Pipe Lining Division, for $69,846, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Two bids were received and opened in the office of the City Clerk at 10:30 A.M. on November 14, 1974. Bidder Amount Bid 1. Ameron, Inc., Pipe Lining Division $69,846 Wilmington, California 2. Raymond International, Inc. $83,580 Oakland, New Jersey The low bid is 6.0% lower than the engineer's estimate of $74,600. The project provides for (1) the cleaning and (2) the cement - mortar lining of approximately 11,000 feet of existing 6 ", 10 ", 12 ", and 14" diameter cast iron water main pipe on Balboa Peninsula. The project will result in improved water quality and fire flows. The Pipe Lining Division of Ameron specializes in this type of work and has successfully performed similar work in Southern California. Sufficient funds have been provided for the work in the current budget, Account No. 50- 9297 -104. The support work required for the cleaning and lining operation will be provided by City forces. The plans and specifications were prepared by the Public Works Department. The specifications require the contractor to start work after January 20, 1975, and complete the work within 65 days of the date of starting, or by May 30, 1975, whichever occurs first. Exhibits are attached showing the location of the work and the .cleaning and lining pr edure (supplied by Ameron). oseph T evlin 1 Public W s Director , ••IBD: jd �1tt. I ' ��•$ '; �', \`� S,. �� '� 1.111 V � rq P9 \Is1 N pyE• `, � \ Q • t � •., � tia s1 � t ILNE ADA \t RAND• Cpt� 1 \� F 51 so �•DI 'pVE � (a'� � Zs -4p 7nv 3lp,� n I / I S" j V Q �G Sii I I F ST. Z f S'• V ;0a. 41 LpJECT IM1TS AINS E p ELI _ v 1 . 'crPV�u J Sl• cooAo �_ FE s i Gam, rJ1 Q ALVA i1:jj,0D0 PLC i ?f► % k it , A'pa ITT 11, 3 CITY OF NEWPORT BEACH DRAWN A.L. DATE PUBLIC WORKS DEPARTMENT APPROVED PUBLIC WORKS DIRECTOR R.E. NO. _ DRAWING NO. LO W ca LU am = W MJ Lu am W Y. CD O �' XI 0 N d m E m 'a a as 'n O C ap J C « � E S tV J 0 g s E U •T n° m t i F wo u o B N = m > i « N m `m U2 n M E 3' a m o 02 Ow n a r8 �q 3 � S= •� E J f m a 4 z� E } y N UO «0) LN co c'3• « L aa) a 0) a)- E2t c :3 CD 0�()OCCna°i Q) = E �CDD0O� �o H ° ° m 3 •� W av E �' >. zz �' a c. �ca Nc°i a �H - O >� 'O co _C C O > 4 to C h �„ Rw. C co CO`)QEC 70 �o �cNi I.V o (D a) a) " c ^ Z E m a m O EE�,00)>,'m o ^z 0S€ y CCOUNC «E G W 4^ Qd Nt UO pa H EE =�U)0 c d ^�R 0 o W0 U) 0 -0 CO O cap E Z 0 0 c a 0 3: WM m a) a) - v io d € W a n U C D cO ca>o 0 Lai co a ° » LL Z 0oQm c0Em O> aC(V m0 N Oca)U_ O .— _ 10 N°-OO a)UOO wCOOLlZ O U �E UCD2 cO O)4a) 0 t:L-0 m U CA 0)Ca m aE c� N E 3° �• COL y CL ^.. N N O m co CO 0 `O C-O �r a; m N°)`o0>.C°\) ina)c�EEUM E3 �SrE=-o °)oCOC- as °0 °OO c: E .- CQOyyO. O_°aC60 Ua) -C a > 0) C co O.-O ° N .0. >r 7 a) c`n„°°)a) (D E�L�v) cpF.3 0 r°c3a E °om�cornOcnZom °�- a) °cm's °� a E o ° m .c N '� " >. c m m Co CL 0 N— U O —y -O 0) Cc% cn EcoL) a0(D F- E5cto =cm e Na mLno>c m CD CD m cN"0a.0 E- aa ima a) co 0-14 cO ° C Y O 3 3° E . m m s �o)ccn °m mLOmoa� =�EEo H ca coo +W� 3U�>(Dcn as -3 a co 0) c i y m o E co L L °)� 0- co m .0 - � ._ vi a CD �'?> > 3 rnrn° 3 La?0Ev O m.aLN ooccTa) m (1) o co 5»- - ° 0 c'aCOL �'o�w o = L 0. = ytL___ 3 NOY 2 5 1914 RESOLUTION NO. 8 38 7 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR IMPROVEMENTS IN CONNECTION WITH WATER MAINS ON BALBOA PENINSULA, CONTRACT NO. 1608 WHEREAS, pursuant to the notice inviting bids for improvements in connection with water mains on Balboa Peninsula, in accordance with the plans and specifications heretofore adopted, bids were received on the 14th day of November, 1974, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Ameron, Inc., Pipe Lining Division; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Ameron, Inc., Pipe Lining Division, for the work in the amount of $69,846.00 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 accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 25th day of November , 1974. ATTEST: City Clerk Mayor DDO /bc 11/21/74 i .. ... ;. . _. m • 206/ OCT 2 9 1974 October 29, )974 CITY COUNCIL AGENDA ITEM NO. H -12 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: CEMENT - MORTAR LINING OF CAST IRON WATER MAINS ON BALBOA PENINSULA, C -1608 RECOMMENDATIONS: 1. Approve the plans and specifications for the subject project. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on November 14, 1974. DISCUSSION: The subject project provides for (1) the cleaning and (2) the cement- mortar lining of the existing cast iron water main pipes on Balboa Peninsula. Most of the pipes to be lined were installed in 1926 when stan- dard practice did not require a special lining. Over the years the interior of the pipes has become extremely rough due to corrosion, resulting in reduction in hydraulic capacity. The proposed work will restore the hy- draulic properties of the pipe. In addition, the proposed work will reduce the number of "red water" complaints caused by the rusty, unlined water pipes. The support work required for the cleaning and lining operation will be provided by City forces. This work includes installation of surface bypass piping, excavation and backfilling of access holes, and installation of pipe sections removed by the contractor for access to the inside of the pipe. Reaches of pipe will be isolated from the water system as they are cleaned and lined. This operation will in some cases reverse the nor- mal direction of flow in the lines. This flow reversal will disturb mineral deposits in the lines and may result in the discharge of some discolored water to the customers in the vicinity of the work. A special effort will be made to hold these disturbances to a minimum, and to provide advance notification to properties which may be affected. October 29, 1974 Subject: Cement - Mortar Lining of Cast Iron Water Mains on Balboa Peninsula Page 2 The estimated cost of the work is $74,600. Sufficient funds for the project are available in the current budget, Account No. 50- 9297 -104. The plans and specifications were prepared by the Public Works Department. The specifications require the contractor to start work after January 20, 1975 and complete the work in 65 days, or by May 30, 1975, which- ever occurs first. An exhibit is attached showing the location of the work. Att. in h rector mu \ �rqP i pL pyE i � � sl 1YS1 pVE I i" P1ti \ s \ Cpl ® \, gyp. I? 1 , I CCOL SIRE py& ' I GS�D D V� Z� CITY OF s U I F ST E_ 7.II I pR )j 1��4 w LIMI.r5 wasu srW fLjoErD l BE V4FAU u °° r sr BEACH MENT V sr 1V\ APPROVED DATE PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. J / , du�a , CITY OF s U I F ST E_ 7.II I pR )j 1��4 w LIMI.r5 wasu srW fLjoErD l BE V4FAU u °° r sr BEACH MENT V sr 1V\ APPROVED DATE PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. May 20, 1975 Ammon, Inc., Pipe Lining Division Post Office Box 457 Wilmington, California 90744 Subject: Surety Fidelity and Deposit Company of Maryland Bond No. 5940342 Project Cement mortar lining of cast iron water mains on Balboa Peninsula Cortract No. 1608 On April 28, 1975, the City Council accepted the work of subject project and authorized the City Clerk to file a Notice of Com- pletion and to release bonds 35 days after Notice has been filed. Notice of Ccupletion was filed with the Orange County Recorder on May 7, 1975 in Book 11395, Page 1673. Please notify your surety company that bonds may be released 35 days after recording date. Doris M. George Deputy City Clerk rm:dm cc: Public Works Department RE'C`ORDING - REQUESTeD BY AND %,E,M RETURN TO: LAURA LA• ^ICS, CITY C1ERK CITY GP i ;`.•.,':,8-E, ACH 3300 i,:`..> .' : UL'c`✓ARD NE`.Yr {• T dLA— CALIF. 92660 5980 XEMPT C2 NOTICE OF COMPLETION PUBLIC WORKS BK 11395Pc 1673 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:06 A.M. MAY 7 1975 J. wyUE CARLYLE, County Recurd" To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on March 11, 1975 the Public Works project consisting of cement mortar lining of cast iron water mains on Balboa Peninsula on which Ameron, Inc. Pipe L was the contractor, and Fideli was the surety, was completed. I, the undersigned, say: Division r'TTV MP NVWPf)RT RFAr P I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 29, 1975 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 April 28, 1975 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 29, 1975 at Newport Beach, California. 2 � C--3 rn x � CITY OF NEWPORT BEACH CALIFORNIA Date: April 29, 1975 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Works project consisting of coment y=tw lining of cast iron water mains on Balboa Foninsula Contract No. 1608 on which AmeYM. Inc., Pipe Lining Divisim was the Contractor and Fidelity and Deposit Co of Maryland was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. IMPORTANT - 2971fl4 69,846.00 ' The Articles covered by this Purchase Order or Contract must con- form with the Safety Orders. of the State of California. Division _ of Industrial Safety. - Show as a separate item any retail sales tax, use tax or Federal � A tax applicable to this purchase.. This order subject to California sales tax. - All allowable transportation charges ar Do must be prepaid and shown as '" _ ti separate item on the invoice. Do not include Federal trarisporta `.lLLBC11/a tion tax. _ c s 0- Date Jam exy 27, 1976 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. Project Ban Attached is signed copy of subject contract for transmittal to the contractor. Contractor- Amarm, Inc., Eiz ArAm Mvwon Address: p. 0, ft 467 Amount: $ 699846.00 Effective Date: Novarber 14, 1974 Resolution No. 8387 LL-dg Att. cc: Finance Department G;J Laura Lagios -1 CITY ONEWPORT BEACH - PUBLIC WORKS ARTMENT MEMO TO: � � � it � Le V-K Date S P U y) I ck 5 FROM: B 1 u D4 E SUBJECT: CEW rr- %k-bu.- mV- t�q�q(��I13VQ -,& @t� CAST IttoiJ wIVEV S �a4 A 'PGw» y e4, uT, acNefl `-oy- xi,- eunowl A6 eop I s or- -vu � e��J�YiCT VocuME�rs Fo4_ 'we -Swg -lecr "Qe Ec'r. W�3Eo n4,r d �k�culY"ID ���Aac ""R-c-gtuvLz -ppie" r-pi2. ���T¢tBkQluw�� Two �oP�ES DP 'CNE Co�,1nLl.CYO�S��Q:Y1�cAT� oG 1N5urze�SCe AiZ.F A�sO Copies to: ft M-04 �`` PUT IT IN WRITING . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CEMENT - MORTAR LINING, IN PLACE, Approved by the City Council this 29th day of October 1974. Laura Lagios, City Coft CAST IRON WATER MAINS BALBOA PENINSULA CONTRACT NO. 1608 SUBMITTED BY: AMERON, INC., Pipe Lining Division Contractor A d P Box 457 ress Wilmington. California 90744 . City Zip Te ephone ' ', 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 10:30 A.M. on the 14th day of November , 1974 , at which time they will be opened and read, for performing work as follows: CEMENT - MORTAR LINING, IN PLACE, CAST IRON WATER MAINS BALBOA PENINSULA CONTRACT NO. 1608 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 an the Co_��rppor�aate�� Seal shall be affixed to all documents requiring signatures. In the case of a artnership, the signature of at least one general partner is required. No bids will be accepted.from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) ='T # 0 Page la The City has adopted the Standard 1, ecifications for Public Works Construction (1973 Edition) as prepare y the out ern Ca i ornia 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 $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolu- tion No. 8090 adopted September 10, 1973. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the.California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -10 -73 .r 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 words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or 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. 154 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 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. (2131 835 -$201 one Number November 14 1974 Date AMERON, INC., Pipe Lining Division Bidder's Name (SEAL) s/ B. A. Espiau, Vice President Authorized Signature s /L. S. Leister, Ass't Secretary uthorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: L. R. Tollenaere President Vice President.and Manager D_ F. MCCoig Secretary R. W. Jenner Treasurer { 0 0 1 0 Page 3 DESIGNATION Of SJ6- CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. None 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Authortize Signature S /L. S. Leister, Asst Secretary Type of rganization (Individual, Co- partnership or Corp) P.O. Box 457 WJ1m#gtaria 90744 _ Address FOR ORIGINAL .CITY.CLERV S FILE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Ameron, Inc., Pipe Lining Division as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent (10%) of the amount of The attached bid-- - - - - -- Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Cement - Mortar Lining, in place, Cast Iron Water Mains, Balboa Peninsula Contract No. 1608 in the City of Newport Beach, is accepted by the City Councir 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 141h day of November , 19_.ZL_.. Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) J. F. Tesnohlidek, Notary Public Commission Expires March 13, 1977 u •1 1' 0.3 RVIVVEITM ,d ,• S /L. S. Leister. Ass't Secretary 1 'tl I '1 ly•�.i 1 • � 1 BY $f .luctin f�Carfvhv Title... Ativrriey- in4ast ;,. 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 14th day of November, 19 74 , MY commission expires: May 7. 1977 S /B. A. Espiau, Vice President S /L. S. Leister, Asst. Secretary Mary H. Fistanich o ary Public Commission Expires May 7, 1977 i FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. On file with City Clerk. Copy attached also AMERON, INC., Pipe Lining Division .SIB. a, EsRi Uice President igne M.S. Leister, Ass't Secretary j FMANCIAL STATEMENT CURRENT ASSETS Cash Receivables - Trade, net Notes and other Inventories - Finished products Products in process Materials and supplies Other current assets Total current assets INVESTMENTS AND ADVANCES Gifford -Hill- American, at equity Unconsolidated subsidiaries and affiliates, at cost PLANT AND EQUIPMENT Land Buildings Machinery and equipment Construction in progress Less - Accumulated depreciation Total assets Unit CONSOLIDATED Period Gaza August 31, 1974 BALANCE SHEET ASSETS (In Thousands) UN:NG DIVISION �. 6l. d✓lszn'la�. R. S. DIE!U7, . ", ",; i7:iETMG iflrNAGER L. S. LGSIL , ASST. SECRETARY 1974 1973 4,978 2,549 30,638 27,221 1,414 32,052 1,512 28,733' 9,543 6,988 7.,727 7,950 17,030 34,300 7,897 22,835 31341 1,741 ., 74,671 55,858 4,504 4,686 6,510 11,014 6,427 11,113 5,426 5,835 16,952 16,035 62,321 60,641 6,798 3,132 91,497 95,643 45,430 46,067 43,546 42,097 131,752 109,068 UN:NG DIVISION �. 6l. d✓lszn'la�. R. S. DIE!U7, . ", ",; i7:iETMG iflrNAGER L. S. LGSIL , ASST. SECRETARY FINANCIAL STATEf SENT Unit CONSOLIDATED [Period _ ate August 31, 1974 BALANCE SHEET LIABILITIES 1974 CURRENT LIABILITIES Trade payables Demand notes due banks Other notes and current portion of long -term debt Accrued liabilities - Wages and retirement benefits 3,230 Taxes, insurance, interest and other 9,891 Federal income taxes Total current liabilities LONG -TERM DEBT, less current portion ° Insurance companies 13,500 Banks 15,000 Other notes 1,251 Convertible debentures 1,747 STOCKHOLDERS' EQUITY Common stock, par value $5 a share Authorized 6,000,000 shares Outstanding 2,215,374 in 1974 Capital surplus Retained earnings beginning of year 41,286 Add - net income for nine months 5,140 46,426 Deduct - cash dividends 1,204 - treasury stock 294 Stockholders' equity Total liabilities and stockholders' equity 8,185 13,500 2,300 13,121 2,029 39,135 In Thousands) 2,013 6,615 15,000 12,000 1,540 31,498 2,218 11,380 4,811 44,928 61,119 131,752 37,673 4,034 41,707 1,100 406 1973 " Unit CONSOLIDATED Period 9 Montha�ta August 31, 1974 FINANCIAL STATEMENT , STATEMENT OF INCOME (In Thousands) 1974 1973. SALES -134,365 115,655. COSTS AND OPERATING EXPENSES Cost of sales 101,577 90,286 General and administrative expense 21,835 123,412 17,918 108,204' INCOME FROM OPERATIONS 10,953 7,451. OTHER 1NCOME AND (EXPENSE) Equity in earrings of Gifford- Hill - American, Inc. 440 705 Other income from affiliates 566 374 Interest (2,591) (1,878) it Miscellaneous (net) 372a (1,213) 432 (367 INCOME BEFORE FEDERAL INCOME TAXES 91740 70084' FEDERAL INCOME TAXES 4,600 3,050 NET INCOME 51140 4,034 NET INCOME PER C0M240N SPARE (Based on 2,285,699 shares in 7.974 and 2,316,062 shares in 1973) 2.25 1.74 I certify that these statements present the financial position of Ameron and its consolidated subsidiaries as of August 31, 1974 and 1973, and their operating results for the nine month periods then ended.. xml-zr�/ pv�,�Sllfolr Nelson P. Roberts Controller 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. 1974 . Dept. of Water & Power Robert S. Bryant {213) 481 -6208 City of Los Angeles of San Francisco Senior Engineer Jr. (475) 558 -2282 1973 Dept. of Water & Power Robert S. Bryant (213) 481 -6208. City of Los Angeles Senior Engineer 1972 City & County of San Francisco Arthur H. Frye, Jr. (415).558 -2282 P.U.C., San Francisco, CA Gen. Mgr. & Chf. Eng. 1970 City & County of San Francisco Arthur H. Frye, Jr. (475) 558 -2282 P.U.C., San Francisco, CA Gen Mgr. & Chf. Eng. 1969 City & County of San Francisco Arthur H. Frye, Jr. (41.5) 5584282 P.U.C., San Francisco, CA Gen. Mgr. & Chf. Eng. See additional list on file with City Clerk. Particulars upon request. AMERON, INC., Pipe Lining Division S1B. A. Espiau, Vice President S gne Sf.L. S. Leister, Ass't. Secretary 5g4-2 greminm included in. pei Lce bond Page. 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted as awarded to AMERON, INC., Pipe Lining Division ....................... .... hereinafter designated as the "Principal ", a contract for Cement- Mortar Linino. in Place. Cast Iron Water Mains. Balboa Peninsula Contract No. 1608 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 AMI:RON, INC. Pipe Lining Division as Principal, hereinafter designated as the Contractor and Fidelity and Deposit Company of Maryland as Surety, are held firmly bound unto the City of Newport Beach in the sum of Three and nV100 Thirty Four Thousand Nine Hundred Twenty Dollars ($34;923:00. ) 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 materialsi 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 wili- 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. 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 2nd day of December , 1974 AKERON,INC. Pipe Lining Division (Seal) __1? n t (Seal) on rab or Fidelity and Deposit Compa_y of Maryland (Seal ) This bond was approved by the City Council of the City of Newport Beach by motion on ae Attest: City Clerk Seal) Fact Seal) STATE OF CALIFORNIA SS: .... ... .. ...... ... .._..COUNTY of Los ANGELES On ........ .....4 e4 em bgr- --- , --- 1_974---- - - - - -- before me, the undersigned, a Notary Public of said county and state, personally appeared ----------------- J-u-s-tir- --- MCC?. r- thy------------------------------------------------------------------ known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same. ,:m.nv:::n:...., �: ,...I..�.� I. KERBY r OTARY PUBLIC - CALIFORNIA Oi6fy PubdzL PRINCIPAL OFFICE IN Los Angeles 193730 LOS ANGELES COUNiY MyCummissl9n Expires /u1y23,197$5 .......:. ............ Thee premtum charged Al'ond k =C'�G 19 ' _Sa the teem thereof PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That 5 *91 -12 Page: 10 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Novembgr.25. 194 has awarded to AMERON, INC., Pipe Lining Division hereinafter designated as the "Principal ", a contract for Cement- Mortar Lining, in Place, Cast Iron Water Mains, Balboa Peninsula Contract No. 1608 in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, AMERON, INC. Pipe Lining Division as Principal, hereinafter designated as the "Contractor ", and Fidelity and Deposit Company of Maryland As Surety, are held and firmly bound unto the said sum being equal to 100% of the estimated the said City or.its certain attorney, its suw well and truly to be made, we bind ourselves, successors or assigns, jointly and severally, City of Newport Beach, in the sum of and no /100 5i Dollars ($ 69,846.00 )� amount of the contract, to be paid to :cessors, and assigns; for which payment our heirs, executors and administrators, 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. 40',142 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 instrument has been duly executed by the Principal and Surety above named, on the 2nd day of December , 194. Ju AMERON, INC. Pipe Lining Division (Seal) By. ---(Seal) (Seal) Contractor Fidelity and Deposit Company of Maryland (Seal) STATE OF CALIFORNIA ss: ----------------- .------- COUNTY OF Los ANGELES December 2, 1974 On ...................................... .. .. ...... ... ... ......... . . . . .. before me, the undersigned, a Notary Public of said county Justin McCarthy and state, personally appeared - ° -- ----------- ---- -I-- ------ -- -- - -- --- -- ------ -------------- -------- --- ------- . known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same. " �onnnnu�nniOFFICIAL . C: sniomum wuw. I. KERBY AL NOTARY Pu BAJC 1 = iti `•, .} Il e <l .a • o CALIFORNIA °• i(fy PlLL2G PRIN�IPAL OFFICE I N 1210 LOS ANGELES CO VNTY c� MyCominissionE:pirealuty23.7973 LOS Angeles .............................. n,...m. .....„u.uv. ..... wanno.o.n...... Power of Attorney FIDELITY A DEPOSIT COMPANY 01 MARYLAND HOME OFFICE: BALTIMORE, MD. KNow ALI. MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora- tion of the State of Maryland, by W, H, C. GRIFFITH Nice-President, and M. A KELLY Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -LaIYs of said Com- party, which reads as follows: "The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Resident Assistant Secretaries and Attorneys - in -Fact as the business of the Companv may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." does hereby nominate, constitute and appoint Justin McCarthy of Los Angeles, California i s true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings,,,, And? fFe execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Justin McCarthy, dated March 9, 1954 The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this ...... .... 29th.-...----------...--- --- ---dayof_---- ----- ------- --- June ---- ----------- ------ A.D. 19..55... ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND (SIGNED) --- - -- --- -- --- ---- -- -- ------------- i; —A ..... KE-LLY -------- ... By---- -------- ---------- ------ - ---------- ---- -W-Al ..0 ...GEIFFITH (SEAL) Assistant Secretary Vice- President STATE OF MARYLAND i ss: CITY OF BALTIMORE J On this 29th day of June A.D. 19 55 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice - President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year first above written. (SIGNED) (SEAL) ........... __-- ... ................................ AIILI&E- -M.,.. RQS.TEK Notary Public Commission Exp'sres.May -- 1957 CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe- cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly Called and held on the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this ..... - -- 2nd......_ - - ---- -- - - -- - - - --- -day of------ - - - - - -. R e l; e m b e r--------- -- - --- 19 - -- -- -7 4 - rr ....... LI419 —C[f 194313 ASSfSl6nt UGLIClQ1J' rage.12 CONTRACT THIS AGREEMENT, made and entered into this'' a day of. 19 by and between the CITY OF NEWPORT BEACH, California, hereina ter d' esig ted as the City, party of the first part, and AMERON, INC., Pipe Lining Division hereinafter designated as the Contractor, party of the setond. part. WITNESSETH: That the parties hereto do mutually,aarpe 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 Cement - Mortar Lining, in Place, Cast Iron Water Mains,.Ba1boa Peninsula Cnntract No. 1608 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 basi's,.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. j 0 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. CITY OFF NEWPORT.BEAACH, CALIFORNIA By: Lworno � dyor AMERON, 1i,C 1 PIPE LINING DIVISION contractor . � (SEAL) IL A ESPIAU. F PRESIDetf Tit e L S. LEISTER, ASST: SECRETARY Title • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CEMENT - MORTAR LINING, IN PLACE CAST IRON WATER MAINS BALBOA PENINSULA CONTRACT NO. 1608 PROPOSAL To the City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92660 Gentlemen: PR 1 of 3 The undersigned declares that he has carefully examined the location of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all of the work required to complete Contract No. 1608 in accordance with the City of Newport Beach Drawing W- 5108 -S, the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefore the following unit prices for each completed item of work in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. l5nn Clean and install cement mortar Linear Feet lining, in place, in 14 -inch cast - iron pipe @ five Dollars and Seventy Cents $ 5.70 $ 8,550.00 Per Linear Foot 1450 Clean and install cement mortar Linear Feet lining, in place, in 12 -inch cast -iron pipe @ Five Dollars and Cents $ 5.70 $ 8.265.00 Per Linear oot 2400 Clean and install cement mortar Linear Feet lining, in place, in 10 -inch cast -iron pipe @ Five Dollars and Seventy Cents $ 5.70 $ 13,680.00 Per Linear Foot 4. 4930 Clean and install cement mortar Linear Feet lining, in place, in 6 -inch cast -iron pipe @ Five Dollars and Seventy Cents Per Linear Foot 5. 5500 -10 Rental of 2" bypass piping, Linear Feet- delivered to and picked up from Weeks City Yard Pr2of3 $ 5.70 $28,101.00 @ No Dollars and Cents $ 10 $ 5.500.00 Per Linear Foot Per Wee 6. 150 -10 Rental of 3/4" service hoses Eac' Weeks delivered to and picked up from City Yard @ Ope Dollars and F;fty Cents $ 1.50 $ 2.250.00 Per Each Per Week 7. 15 -10 Rental of street plates delivered Each Weeks to and picked up from City Yard @ Fifteen Dollars and Nn Cents $ 15:00 $ 2.250.00 Per Each Per Week 8. 5 Crew delay and /or assist work while Crew Hours waiting for City to complete support work @ Two hundred fifty Dollars and Cents $x $ 1,250.00 Per Crew Per Hour ,50.00 TOTAL PRICE WRITTEN IN WORDS Sixty -Nine Thousand Eight Hundred Forty -Six Dollars and s{o Cents $ 69,846.00 • 9 Contractor's License No. PR3of3 (Bidder's Name) Date Nnuero6er ia, 1974 ut orize Signature S /L. S. Leister, Ass't. Secretary Bidder's Address e e hone u er 0 E CITY OF. NEWPORT BEACH PUBLIC WORKS DEPARTMENT CEMENT - MORTAR LINING, IN PLACE, . CAST IRON WATER MAINS BALBOA PENINSULA CONTRACT NO. 1608 ADDENDUM NO. 1 Index to Special Provisions, Page ii Add the following: "G. Obstructions . . . . . . . . . . . . . . . . . . . . . . . . . .. 7" XIII. Construction Details Page SP 7 of 7 Add the following section: "G. OBSTRUCTIONS If the contractor encounters unforeseen obstructions (not including corrosion and tuberculation) to the passage of the cleaning or lining equipment; such as excess joint caulking material, offset joints, bends, reducers, or other protruding fittings inside the pipe which are not normally removed by the cleaning operation or restrict the passage of lining equipment, he shall immediately notify the engineer. Within one hour of notification, the City will start excavation of an access hole to expose the pipe at the location requested by the contractor. This access hole will be provided at no expense to the contractor only if the pipe conditions as described above produced the obstruction. The contractor shall be responsible for removing the required section of pipe and clearing the obstruction. The portion of the above work which is the contractor's responsibility shall be included in the price bid for other related items of work, and no separate payment will be made ". Note: Show date of receipt of this Addendum on.the Proposal or insert a signed copy with your Proposal. Benjamin B. Nolan Assistant Public Works Director AMERON, INC., Pipe Lining Division November 4, 1974 S /B. A. Espiau, Vice President Date Received Authorized Signature S /L. S. Leister, Ass't. Secretary CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR CEMENT- MORTAR LINING, IN PLACE, CAST IRON WATER MAINS BALBOA PENINSULA CONTRACT NO. 1608 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. BIDDER'S QUALIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . 1 III. SCHEDULE AND COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . . . . . . 2 VI. NOTIFICATION TO RESIDENTS AND BUSINESSES . . . . . . . . . . . . . . . 2 VII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES . . . . . . . . . . . 2 VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IX. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 X. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XI. MATERIALS AND SERVICES TO BE FURNISHED BY CITY. . . . . . . . . . . . 3 XII. MATERIALS TO BE RENTED TO CITY BY CONTRACTORS . . . . . . . . . . . . 3 XIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . . . 4 A. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 1. Portland Cement . . . . . . . . 4 2. Cements for Blending with Portland Cement . . . . . . . . . . 4 3. Blended Hydraulic Cements . . . . . . . . . . . . . . . . . . 4 i INDEX TO SPECIAL PROVISIONS - Continued CONTRACT NO. 1608 A. MATERIALS - Continued 4. Sand. . . . . . . . . . . . . . . . . . . . . . . . . . 4 5. Admixtures . . . . . . . . . . . . . . . . . . . . . . . . . . 4 6. Water . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. ACCESS TO WORK. . . . . . . . . . . . . . . . . . . . . . . . 5 C. CLEANING INTERIOR PIPE SURFACES . . . . . . . . . . . . . . . . . 5 D. CEMENT MORTAR FOR LINING. . . . . . . . . . . . . . . . . . 5 1. General . . . . . . . . . . . . . . . . . . . . . . . . . . 5 2. Testing . . . . . . . . . . . . . . . . . . . . . . . . . . 6 E. APPLICATION OF CEMENT MORTAR LINING . . . . . . . . . . . . . . . 6 1. Required Thickness . . . . . . . . . . . . . . . . . . . . 6 2. Machine Placement . . . . . . . . . . . . . . . . . . . 6 3. Hand Placement. . . . . . . . . . . . . . . . . . . . . . . 6 4. Surface Finish. . . . . . i . . . . . . . . . . . . . . . . . 6 5. Hand Finishing. . . . . . : . . . . . . . . . . . . . . . . . 7 6. Cure of Lining . . . . . . . . . . . . . . . . . . . . . . . . 7 F. CLEARING LATERALS . . . . . . .. . . . . . . . . . . . . . . . . . 7 ii' i i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CEMENT - MORTAR LINING, IN PLACE, CAST IRON WATER MAINS BALBOA PENINSULA CONTRACT NO. 1608 I. SCOPE OF WORK a r i or i The work to be done under this contract consists of furnishing labor, equipment, transportation, material, and services necessary to clean and cement - mortar line, in place, various diameters of existing cast iron water mains on Balboa Peninsula. Certain materials and /or services will be furnished by the City, as set forth in Section XI. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. W- 5108 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1973 Edition. Copies may be purchased from Bui ing News, Inc., 3055 Overland venue, Los Angeles, CA, 90034, Telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. II. BIDDERS' QUALIFICATIONS AND EQUIPMENT Only bids from responsible bidders will be considered. To qualify as a respons- ible bidder, the contractor shall have a successful performance record in cement - mortar lining pipelines in place. Bidders shall submit with their bids the name and qualifications of the proposed superintendent, who must be experienced in this type of work, and a list of lining projects successfully completed. This superintendent shall be present whenever lining is being placed. The lining machine shall be of a type that has been used successfully for simi- lar work over a period of at least 3 years. Bidder shall designate the type (or types) of machine he proposes to use. III. SCHEDULE AND COMPLETION OF WORK Work shall commence on or after Thursday, January 20, 1975, and, once the work is started, all work must be completed in 65 consecutive calendar days or by May 30, 1975, whichever occurs first. '� • SP 2 of 7 The contractor shall give the City 35 days'advance written notice of his proposed starting date and shall submit for approval his proposed construction schedule in accordance with Section 6 -1 of the Standard Specifications, except as modified herein. Any changes in the approved schedule will require written approval of the engineer. The proposed schedule submitted for approval shall include a reasonable amount of time for a City water utility construction crew to close up and put reaches of the cement - mortar lined main back into service and install the "removed bypassing" on reaches that are to receive cement - mortar lining. IV. PAYMENT Payment of "linear feet" of water main cement - mortar lined shall be the measured horizontal length of pipe, including bends, transition sections, and valves. Payment for all incidental items of work not separately provided for in the pro- posal shall be included in the price bid for other related items of work. V. TRAFFIC CONTROL AND ACCESS The contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications except as modified herein. The access holes for the contractor's lining operation will be excavated and "plated" by City forces in advance. It shall be the contractor's responsibility to provide the necessary public safety as he uses the access holes, including covering the access holes at the completion of each working day and completion of,use, unless otherwise permitted by the engineer. VI. NOTIFICATION TO RESIDENTS AND BUSINESSES The City will mail a preliminary notice to all residences and businesses affected by this work. The contractor shall notify the engineer 40 to 55 hours prior to blocking access to residences or businesses._ The City will then prepare and distribute to each resident and business affected, a notice stating when the work will begin and approximately when access to their property will be restored. VII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES Utilities, structures, and substructures are not shown on the plans. Prior to performing any work, the contractor shall be responsible to investigate and protect all utilities, structure and substructure in conformance with Section 5 -2 and 5 -6 of the Standard Specifications. The contractor shall be responsible for any damage to any utilities, structures, or substructures caused by his operations. VIII. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his own work. If the contractor desires to use available • � SP3of7 City water, it shall be his responsibility to make arrangements for water by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. IX. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. X. PERMITS All of the necessary permits will be obtained by the City except, however, the contractor shall have a valid City business license. XI. MATERIALS AND SERVICES TO BE FURNISHED BY CITY The following materials and /or services shall be furnished by the City: A. Access holes at locations shown on the plans including excavation, shoring when required, plating, backfilling and patching,and all traffic control required during these operations. The access holes will be maintained in a dewatered condition as required by the con- tractor. B. Operate all valves and remove any water leaking from laterals into reach of main being lined. C. Install, maintain, and remove all bypassing. D. Furnish all right -of -way including a storage area at the 16th Street Reservoir site. E. Provide the necessary couplings and reinstall all sections of water main removed by contractor at access holes. F. Provide access holes in addition to those shown on the plans. Items "A" through "E" will be provided at no cost to the contractor. A charge of $500 will be made to the contractor for each access hole provided at the contractor's request under Item "F ". All materials and /or services provided under this section of the Special Pro- visions shall not be considered a part of this contract. XII. MATERIALS TO BE RENTED TO CITY BY CONTRACTOR The contractor by submitting a bid acknowledges that he can provide on a rental basis the materials and in the quantities specified under Bid Items 5, 6, and 7 in the Proposal. The materials supplied shall be suitable for the intended purpose and shall include all of the appurtenances and miscellaneous hardware customarily provided. The contractor shall deliver the rental material to the City Yard at 592 Superior Avenue within seven days after notification by the City. Two separate pick -ups shall be considered included in the unit prices JY 4 OT / bid for the rental equipment. The rental cost shall terminate two days after notification to pick up the material. In the event the contractor does not begin work within 3 days following the start- ing date indicated on the City- approved schedule, the time period from the approved starting date to the date of the actual start of work shall not be included in the rental time for Bid Items 5, 6 and 7. In addition, once the work has been started, all working days during which no work is performed shall not be included in the rental time for the above -noted Bid Items. Payment for rental materials will be made on the units shown in the Proposal com- puted to one - seventh (1/7) of a week. The requirements of Section 3 -2.1.1 shall not apply to Bid Items 5, 6 and 7. XIII. CONSTRUCTION DETAILS A. MATERIALS 1. Portland Cement - -shall conform to the requirement of Section 201 -1.2 of the Standard Specifications for low alkali cement. 2. Cements for Blending with Portland Cement -- Natural cement shall be Type N in accordance with the latest revision of ASTM Desig- nation C -10. Pozzolanic material shall be Class N, F or S in accordance with the latest revision of ASTM Designation C -618. 3. Blended Hydraulic Cements - -shall be type 1P or P in accordance with the latest revision of ASTM Designation C -595. Portland cement shall conform to the requirements of Section XIV -A -1 of these Special Provisions. Pozzolanic material shall conform to the requirements of Section XIV -A -2 of these Special Provisions. The percent of Portland cement that can be replaced with P,ozzo- Ian shall conform to the requirements of Section XIV -D -1 of these Special Provisions. 4. Sand - -shall conform to the requirements for soundness as speci- fied of the latest revision of ASTM Designation C -33. Sand shall be a well graded, fine aggregate with 100 percent passing the No. 16 sieve. The aggregate shall not contain alkali - reactive substances in amount which will produce a ratio of Sc /Rc greater than 1.0 when determined by the latest revision of ASTM Designation: C -289. 5. Admixtures- -shall conform to the requirements of ASTM Designation: C -494 except as herein modified. Admixtures containing chlorides shall not be used. 6. Water - -shall conform to the requirements of Section 201 -1.4 of the City's Standard Specifications. sN b of i B. ACCESS TO WORK Access holes to the water main will be provided by the City in accor- dance with Section XII -A of these Special Provisions. Additional access holes will be provided at the contractor's request at a charge of $500 each in accordance with Section XII of these Special Provisions. The contractor shall be responsible for removing a section of the cast iron pipe at each access hole as necessary for the lining work All pipe cuts shall be made by mechanical saws. Pipe sections or valve sections removed for the water mains shall be cement - mortar lined by hand troweling to the same thickness as in the adjoining machine -lined pipe. Immediately after being lined, the sections shall be bulkheaded to maintain a proper curing condition. The City will reinstall the sections of water main removed by the contractor. C. CLEANING INTERIOR PIPE SURFACES "Cleaning" shall be done by the "drag method" and shall include the removal of slime, dirt, loose rust, loose or deteriorated remains of any original lining and all foreign materials and deposits. The interior surface of the pipe, after cleaning, shall present a sur- face free from foreign matter, without accumulated water on the pipe wall or at the joints. D. CEMENT MORTAR FOR LINING 1. General The cement mortar shall be a mixture of one part of portland cement to not less than 1 and not more than 12 parts of dry, screened sand, by volume. Up to 25 percent, by weight, of the required Portland cement may be replaced with natural or Pozzolan cement. When a mixture has been determined, materials shall be controlled within ± 22% by weight. The cement mortar for lining shall be a dense, smooth, uniform material, of a consistency to assure efficient one - course machine application. The water- cement ratio of the mortar shall be as low as possible, consistent with proper plasticity for application, and with due allowance for slight variations of temperature, length of haul of the cement mortar and mois- ture conditions in the pipe. Cement mortar shall be mixed for not less than 12 and not more than 6 minutes after all ingredients are in the mixer, and after mixing shall be used promptly for lining the pipe. Mortar that has attained its initial set shall not be used for lining. Water shall be the last ingredient added to the mix. • 2. Testing SP6of 7 The contractor shall, at his expense, provide for sampling and testing of all of the materials, with the exception of water, used in the cement mortar for conformance with the requirements of Section (XIV -A) of these Special Provisions. Testing shall be under the direct supervision of a registered civil engineer in the State of California and qualified as an expert in cement testing. Two certified copies of reports of the required tests shall be submitted to the City prior to delivery of the material to the work site. All sampling and testing of cements shall con- form to the requirements of ASTM Designation: C -183. E. APPLICATION OF CEMENT MORTAR LINING Thickness of Lining The nominal thickness of lining for pipe 10 inches and less in diameter shall be 1/8 -inch and 3/16 -inch for pipes over 10 inches in diameter. Lining thickness shall not be less than the specified thickness, or more than 1/8 -inch greater than the specified thickness. 2. Machine Placement The lining shall be applied in one course by use of a machine which will centrifugally project the mortar against the interior surface of the pipe without injurious rebound and with sufficient velocity to cause the mortar to be densely packed. Use of com- pressed air will not be permitted in the process of application except to power equipment. Travel of the lining machine and discharge of mortar against the pipe wall shall be controlled to produce the required lining thickness. Hand Placement Hand placement of lining shall be permitted at bends, specials or other locations where machine placement is impossible or impracticable. Hand application of mortar around rivet heads may be used as required to insure the proper cover and to reduce the hydraulic friction loss. Hand placement shall be done either just preceding the machine lining or soon after the machine - placed mortar has set so that the hand work and the machine work will adequately bond. Surface Finish Machine applied linings in pipe 42 inches in diameter and larger shall be finished by mechanically- driven rotating trowels. Machine - applied linings in pipe 14 inches in diameter and smaller shall be finished by means of a drag trowel. Pipe 15 to 42 inches in diameter shall be finished by either of the above methods at the contractor's option. The finished surface shall have a smooth appearance. Design of the trowel attachment shall permit operation in pipelines found out -of- round. Trowels shall smooth the surface with a minimum disturbance of the lining. SP7of7 5. Hand Finishing Cement mortar for hand finishing and repaid shall be of the same materials and proportions as the mortar used for machine lining. Defective areas in the machine - applied lining shall be cleaned of all loose foreign material, moistened with water and repaired by hand finishing with steel trowels to yield the required lining. All hand finishing required shall be completed not later than the day following the machine application of mortar lining to that particular pipe section, whether a normal working day or other- wise. 6. Cure of Lining As soon as practicable after placing the lining, the pipe shall be closed at both ends and manholes shall be covered to prevent the circulation of air. Water may be introduced into the closed section in order to maintain a humid atmosphere and keep the lining moist. F. CLEARING LATERALS Laterals and connections to the pipe being lined shall not be left obstructed by the lining operations. After the mortar lining has been placed, but before its final set, laterals and connections less than 2 inches in diameter shall be cleared by backflushing with air. Backflushing shall be done in a manner that will not damage the freshly applied lining. • AMERON, INC. CERTIFIED COPY OF RESOLUTION OF THE BOARD OF DIRECTORS RESOLVED, That the resolution passed by the Board of Directors on January 25, 1971, and modified by authority of said Board of Directors at their meetings on September 25, 1972, and January 29, 1973, relating to authority to sign and affix the Corporate seal by officers and by employees of the Pipe Lining Division be rescinded in its entirety and the following substituted therefor, and... FURTHER RESOLVED, That B. A. Espiau, L. S. Leister, R. S. Diemer, W. W. Dawdy or Richard E. Herrick or any of them, are hereby authorized to sign and affix the Corporate seal on behalf of Ameron, Inc., to bids, proposals, bonds and contracts and by so doing as its authorized agent, bind the Corporation to performance of any and all obligations contained therein. If two signatures be required on any such document, then any two individuals hereinbefore named may sign, or any one of such named individuals, together with C. W. Murray, may sign, and if the signature of any individual or individuals need be authenticated, then any of the individuals herein named may authenticate the signature of any other. I hereby certify that the foregoing is a true and complete copy of Resolution passed at the regular meeting of the Board of Directors of Ameron, Inc. held on February 26, 1973, at the office of the Company, 400 South Atlantic Boulevard, Monterey Park, California, and that the same remains in full force and effect. ,- Date: May 31, 1974 Secretary i- CITY OF NEWPORT BEACH CERTIFI•E OF INSURANCE FOR CONTRACT WOgFOR CITY G1608 IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1608 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: Cement Mortar Line in place cast iron water mains This is to certify that the Fireman's Fund Insurance Company Name of Insurance Company has issued to Ameron, Inc., Pipe Lining Division Name of Insured Sox 457, Wilmington, California 90744 Address of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation-or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard,.Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. Note aggregate limit is $300,000 for bodily injury and $100,000 for property damage liability This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages. Subcontractors). . d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Bailey H. Patterson, Inc. Address of Agency or Broker: Box 391, Riverside, California 92502 683 3300 Telephone No. .(, Countersigned by: Fireman's Fund Insurance Company Authorized Insurance Company Representative Effective date of this endorsement: Nov 29 "19 Endorsement No. re tal ) iiury. Mg. re is 1 Policy Term Limits of Liability Each Occurrence .Aggregate Coverage Policy No. (Minimum: (Minimum: $500,000) $ 500,000 Protectil $1,000,000 Products $ 500,000 Contracti SHOW C )MPLETE INFORMATION BELOW COMPREHENSIVE LIAB. &Muu+gdzmpg Policy No.' From:6 11/72 Note split limit carried, not combined single $300,000 agg.bod.i 5100,000 agg, prop $ * Protecti, Z$44% Bodily Injury or Property Damage LC188 7500 To: 6/1/75 limit. $100,000ea.person $ * Products $ * Contract Each Occurrence $300,000ea.occ.Bl .$100,000ea.occ.PD This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages. Subcontractors). . d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Bailey H. Patterson, Inc. Address of Agency or Broker: Box 391, Riverside, California 92502 683 3300 Telephone No. .(, Countersigned by: Fireman's Fund Insurance Company Authorized Insurance Company Representative Effective date of this endorsement: Nov 29 "19 Endorsement No. re tal ) iiury. Mg. re is 1 CITY OF NEWPORT BEACH CERTIF *E OF INSURANCE FOE CONTRACT * FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1608 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: Cement Mortar Line +in place cast iron water mains This is to certify that the Central National Insurance Company Name of Insurance Company has issued to Ameron Tne. Pipe Li.nine Division Name of Insured 7_ Wilmington the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed,that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are.hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder ?lamed above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Johnson & Higgins of California Address of Agency or Broker: 420I Wilsbire Blvd. .Los Anvel.es. California 90010 Telephone No. 033 -6111 Countersigned by: ,e ial) re jal Effective date of this endorsement: January 15 1975 Endorsement No. Policy Term Limits of Liability Coverage Policy No. Each Occurrence Aggregate (Minimum: (Minimum: $500,000) $ 500,000 Protectil 1$1,000,000 Products I$ 500,OD0 Contracts SHOW C MPLETE INFORiATION BELOW COMPREHENSIVE LIAR. Combined Single Policy No. From: 1-15-75 "Difference between $590001000. primary and $ Protecti, Limit Bodily Injury BD731 $ Products or Property Damage To: 6 -1 -75 $ ,. $ Contract Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder ?lamed above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Johnson & Higgins of California Address of Agency or Broker: 420I Wilsbire Blvd. .Los Anvel.es. California 90010 Telephone No. 033 -6111 Countersigned by: ,e ial) re jal Effective date of this endorsement: January 15 1975 Endorsement No. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CEMENT - MORTAR LINING, IN PLACE, Approved by the City Council this 29th day of October 1974. LauraO City k CAST IRON WATER MAINS BALBOA PENINSULA CONTRACT NO. 1608 SUBMITTED BY: AMERON, INS, PIPE LINING DIVISION Contractor ►Ro. box 45i Address 1�,1vu� AL —in ►3 c at.►N.. 4 0144 City Zip 2t 5 -$201 Telephone n�i e Sl�rrr NIN�'f3�ovsoa,olr�cKS 4Awoa S.V. u"-w% Total Bid Price ' Page 1 CITY OF NEWPORT BEACH; CALIFORNIA NOTICE INVITING BIOS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the 14th day of November , 1974 , at which time they will be opened and read, for performing work as follows: CEMENT - MORTAR LINING, IN PLACE, CAST IRON WATER MAINS BALBOA PENINSULA CONTRACT NO. 1608 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 an the—Corporate � Seal shall be affixed to all documents requiring signatures. In the case of a ark tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) r Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y t e out ern 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 $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolu- tion No. 8090 adopted September 10, 1973. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -10 -73 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 words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or cuisslu;.a 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. ' 15 ¢ Classification A,_ Accompanying this proposal is ash, Lertified check, Gasnier•s Lheck or in an amount not less than 10.percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and comply with such provisions before commencing the performance of the work AMERON, INC., PIPE LINING DIVISION Am (all) 835 -8:Lo 1 Phone Number Bird/ r s Name blpy�sayrt 1 4 . i A-t 4 bate Authoriz S' I ture 6.0. E�1AU Y CE ATth6rized Signature L S. LEISTER, ASST. SECRETAR CQR1PO4? TLQM 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: J.. R. TOLL6mAartC pain IneyT D. E. Mc COIL SFcaI=TA* R.14. I Page 3 DESIGNATION OF SUB- CONr'TUJ.CTGnS 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, riot.» 2.. 3. 4. 5. 6. 1. a. 9. 10. 11, 12. L. S. LEISTER SS'T. SECRETARY AMERON, 1NC.' PIPE mKING DIVISION i er s Name B. L gna C_Oft0oe. k 01.1 Type o rgan z7 anon (Individual, Co- partnership or Corp) 'P, o' to* 4S'1 FYI A�[1���pm � PIPE LINING DIVISION City of Newport Beach Public Works Department Cement Mortar Lining In -Place Cast Iron Water Mains Balboa Peninsula Contract No. 1608 November 14, 1974 Proposed Superintendent and Qualifications Mr. Albert J. Perry has been employed since September 11, 1961 as a Field Supervisor and is experienced in all phases of cement mortar lining of pipe. He is responsible for the successful completion of field projects to which he has been assigned. Some of the most re- cent contracts completed by Mr. Perry are: Laurel, Maryland - 1974 Noroton, Connecticut - 1973 Norfolk, Virginia - 1974 Keene, New Hampshire - 1973 Los Angeles, California - 1974 Nashua, New Hampshire - 1973 W. Los Angeles, California - 1974 Cambridge, Massachusetts - 1973 Proposed cement mortar lining equipment, developed and used by Ameron Pipe Lining Division for the past 25 years, will feature an air dri- ven lining machine with applicator head, centered within the pipe, that will centrifugally project the mortar against the wall of the pipe at a high velocity in such manner as to produce a dense mortar, equally distributed on all wall surfaces of the pipe. An attachment with a drag steel trowel will immediately follow the applicator head, troweling the cement mortar to a smooth, hard surface of uniform thickness. AMERON INC. PIPE LINING DIVISION n L. S. LEiSTEft; ASS'1. 3E�AtiAn� • AMERON, INC. CERTIFIED COPY OF RESOLUTION OF THE BOARD OF DIRECTORS • RESOLVED, That the resolution passed by the Board of Directors on January 25, 1971, and modified by authority of said Board of Directors at their meetings on September 25, 1972, and January 29, 1973, relating to authority to sign and affix the Corporate seal by officers and by employees of the Pipe Lining Division be rescinded in its entirety and the following substituted therefor, and... FURTHER RESOLVED, That B. A. Espiau, L. S. Leister, R. S. Diemer, W. W. Dawdy or Richard E. Herrick or any of them, are hereby authorized to sign and affix the Corporate seal on behalf of Ameron, Inc., to bids, proposals, bonds and contracts and by so doing as its authorized agent, bind the Corporation to performance of any and all obligations contained therein. If two signatures be required on any such document, then any two individuals hereinbefore named may sign, or any one of such named individuals, together with C. W. Murray, may sign, and if the signature of any individual or individuals need be authenticated, then any of the individuals herein named may authenticate the signature of any other. I hereby certify that the foregoing is a true and complete copy of Resolution passed at the regular meeting of the Board of Directors of Ameron, Inc. held on February 26, 1973, at the office of the Company, 400 South Atlantic Boulevard, Monterey Park, California, and that the same remains in full force and effect. Date. May 31, 1974 Secretary Page 4 Premium Included is Bid Road Service Undertaking BIDDER'S BOND TO ACCOMPANY PROPOSAL 85 37 102 -433 KNOW ALL MEN BY THESE PRESENTS, That we, Ameron, Inc.,Pipe Lining Division as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND u, 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 theD$1tltShE1 bid- - - - - -- )� 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 Cement - Mortar Linign,in place,Cast Iron Water Mains,Balboa Peninsula Contract No. 1608 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 14th day of Nnvamhar is 74 �_a_ ® .. ;; . _ _ '- " -�� � F � i� I i^ l � � STATE OF CALIFORNIA i S SS: -------------- COUNTY of Los ANGELES) 14, On------- ... ._ ---- ------------------- - Novembe -- r _._..-------- .......... 1974 ...., before me, the undersigned, a Notary Public of said county and state, personally appeared.... .......... Justin McCarthy ....... -- — -- known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same. 111111,....... nIIInIIII1111y, Yl lw�lll::' �Il��un" "�wli�„WIII„IXYMIU,XXW�II,IMIl1 OFFICIAI. SEAL 3 1. F. TESNON:IDEKj::LLffLC ? &-711 'K• R NOIANX PueUG UUtORNIA _ Notary -.. ar PRINCIPAL OFFICE IN Los Avgeles E9 K �yZ mi ANGELES COUNTY My Commission Expires Mar. 13, 1917 �nwnnmmmnmm�mm�ummnllAnnnlmrcalmlmmnlmu ,nnnxmwnunmAmun r Power of Attorney FIDELITY ANT DEPOSIT COMPANY 01 MARYLAND HOME OFFICE: BALTIMORE, MD. KNOB' ALL AILN BY TnESE PRESENT'S: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a Corpora- tion of the State of Marvland, by 144 H, C. GRIFFITH , Vice- President, and M„ A, KELLY , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com- pany, which reads as follows: "The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Resident Assistant Secretaries and Attorneys- in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." does hereby nominate, constitute and appoint Justin McCarthy of Los Angeles, California i s true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings. , , e, . _ AH-TtTeexecution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Justin McCarthy, dated March 9, 1954, 'I he said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this - - -29th -- _-------------- day of. ... -- -, Tune --------------------- -- -,A.D. 19..5.5... ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND (SIGNED) --------------------------- .----------------------- A. _.KELLY ----------- By.. - - ...- - ....- .WMd..H _.0 ..GRIFFITH (SEAL) Assistant Secretary Vice - President STATE OF MARYLAND CITY OF BALTIMORE SS: On this 29th day of June A.D. 19 55 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice - President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY of MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as Stich officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year first above written. (SIGNED) (SEAL) .... ... °.......................... .............PAIILINE..M BDSTEK Notary Public Commission Expires.May 6, 1957 CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify, that the original Power of Attorney or which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and 1 do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe- cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the. Conipanv, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by th- "Cornpacy, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 14_th ._... aayor .............No.yember. 1 19... 74 L1419 —Ctf 194313 .---- -- ---_ -- - -- - ----- ....._........_l. ssts ay i • 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, delive `share with any other person in anyway or manner, any of the proceeds of ought by this bid. Subscribed and sworn to before me by this 14C To day of tAWaUZC)Z+ 19]4. My commission expires: May 1 / 977 trvisioN y� T. S. IS R, ASST. SECR TARY �FIIIIINIIIII II III..........III II VIII II VIIIIIIIII............ IIIIII......IIIIII II1111. ..... 11IIp 1, _'- OFFICIAL SEAL -' MARY H. FISTANICH NOTARY - PUBLIC CALIFORNIA - PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires May 7, 1977 IIIYIIIYYIIIIy11111WNIW111YI1NIIWNINNINp1111pIryly1p11111ry1p1Hip111I1Wllllryll 0 STATEMENT OF FINANCIAL RESPONSIBILITY 11 Page 6 The undersigned submits herewith a statement of his financial responsibility. $raG ATTIdGMrt� F��►ANC�61L %T ItfT tiWIAfZ W t r AMERON, PIPE LINING DIVISION t�lQX�i B. A ESPIAU, VICE PP T L. S. CEISTi pS- S T. SCR FINANCIAL STATEMENT CURRENT ASSETS Cash Receivables - Trade, net Notes and other Inventories - Finished products Products in process Materials and supplies Other current assets i Total current assets INVESTMENTS AND ADVANCES Gifford -Hill- American, at equity Unconsolidated subsidiaries and affiliates, at cost PLANT AND EQUIPMENT Land Buildings Machinery and equipment Construction in progress Less - Accumulated depreciation Total assets Unit CONTSOLIDaMD Period Daze August 31, 1974 BALANCE SHEET ASSETS 1974 4,978 30,638 2,549 1,414 32,052 9,543 28,733 i 7.,727 6,988 17,030 34,300 3,341 22,835 74,671 4,504 6,510 11,014 5,426 16,952 62,321 6,798 91,497 45,430 46,067 131,752 (In Thousands) 1973 4,686 6,427 11,113 5,835 16,035 60,641 3,132 85,643 43,546 42,097 109,068 i ... _ ,..N...3 DIVISION R. S. D!FfLR ;:r; ^i:E ?;';; P'APAGER L. S ASST. SECRETARY 2,549 27,221 1,512 28,733 i 6,988 7,950 7,897 22,835 1,741 55,858 4,686 6,427 11,113 5,835 16,035 60,641 3,132 85,643 43,546 42,097 109,068 i ... _ ,..N...3 DIVISION R. S. D!FfLR ;:r; ^i:E ?;';; P'APAGER L. S ASST. SECRETARY II i FINANCIAL STATE64ENT Unit CONSOLID' qw Period Date August 31, 1974 BALANCE SHEET LIABILITIES 1974 CURRENT LIABILITIES Trade payables Demand notes due banks Other notes and current portion of long -term debt Accrued liabilities - Wages and retirement benefits 3,230 Taxes, insurance, interest and other 9,891 Federal income taxes Total current liabilities LONG -TERM DEBT, less current portion Insurance companies 13,500 Banks 15,000 Other notes 1,251 Convertible debentures 1,747 STOCKHOLDERS' EQUITY Common stock, par value $5 a share Authorized 6,000,000 shares Outstanding 2,215,374 in 1974 Capital surplus Retained earnings beginning of year 41,286 Add - net income for nine months 5,140 46,426 Deduct - cash dividends 1,204 - treasury stock 294 Stockholders' equity Total liabilities and stockholders' equity 8,185 13,500 2,300 13,121 2,029 39,135 2,013 6,615 15,000 12,000 1,540 31,498 2,218 11,380 4,811 37,673 4,034 41,707 1,100 44,928 406 11,752 FY?1 1973 i FINANCIAL STATEMENT UNt CONSOLI - -- Period 9 Months D -te August 31, 1974 STATEMENT OF INCOME (In Thousands) I certify that these statements present the financial position of Ameron and its consolidated subsidiaries as of August 31, 1974 and 1973, and their operating results for the nine month periods then ended.. Nelson P. Roberts Controller 1974 1973 SALES 134,365 115,655 COSTS AND OPE- RATID!G EXPENSES Cost of sales 101,577 90,286 General and administrative expense 21,835 123,412 17,918 108,204 INCOME FROM OPERT.TIONS 10,953 7,451 OTHER INCOME AND (EXPENSE) Equity in earnings of Gifford -Hill- American, Inc. 440 705 Other income from affiliates 566 374 Interest (2,591) (1,878) ( Miscellaneous (net) 372., _(1,213) _ 432 (367) INCOME BEFORE FEDERAL INCOME TAXES 9,740 7,084 FEDERAL INCOME TAXES 4,600 3,050 NET INCOME 5,140 4,034 NET INCOME PER COMMON SHARE (Based on 2,285,699 shares in 1.974 and 2,316,062 shares in 1973) 2.25 1.74 I certify that these statements present the financial position of Ameron and its consolidated subsidiaries as of August 31, 1974 and 1973, and their operating results for the nine month periods then ended.. Nelson P. Roberts Controller 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. 15,4 '0EP'T OFLunnGR. PmaIS& Rega. -rres MR Aver %13)4 1 -120 • c.1't� ©F 1:. CS An�GGLlaS S�6 K 102 �.Nte1 NEi�L r 1 OA-1 bF:w4 it—W. 4 Fb!W Z ReeOWTt, MjjNA%r 3t�)4. I.4 C %Ty OF LOS Af4G(5 MS SlsNl[)2 LNr,#&ff 1 7 . L• CP c • . WUVA imc, PIPE LINING DMSION B. A ESPIAU. VICE PRESM S. EISTE "TSECR ARY YEAR 1956 1957 1958 1959 • t 1111e1'VII P. O. BOX 457, WILMINGTON, CALIFORNIA 90744 Pipe Lining Division Telephone: (213) 835 -8201 Cable Address: PLILIN NG SPUNLINE PROCESS (SMALL DIAMETER) CONTRACTS COMPLETED BY PIPE LININGS. INC. se LINEAL FEET TYPE DIAMETER Coronado, Calif. 2,135 CI 6" National City and Chula Vista, Calif. 8,113 CI 12" Coronado, Calif. 4,576 CI 6" Los Angeles, Calif. 3,610 CI 8" Los Angeles, Calif. 2,490 CI 6" National City, Calif. 8,826 CI 10" -12" Eagle Rock, Calif. 4,919 CI 6" Glendale, Calif. 7,979 CI & Stl 6" -8" Chula Vista, Calif. 10,715 CI 6"- 8"- 10 " -12" Morenci, Arizona 18,014 WS 12" Glendale, Calif. 3,776 CI 8" Miami, Arizona 1,495 CI 6" Tustin, Calif. 5,705 Stl 12" -16" San Diego, Calif. 11,340 CI 811 Avon, Calif. 2,139 Stl 8" Victoria, B. C. 6,818 Stl 12" se punline Process • Small Diameter -2- LINEAL YEAR FEET TYPE DIAMETER 1959 Torrance, Calif. 2 „315 Stl 10 " -12” Whittier, Calif. 3,016 Stl 14" Tustin, Calif. 2,414 Stl 18" National City and Chula Vista, Calif. 11,097 CI Coronado, Calif. 20,238 CI i 6"- 8"- 12" -16" Fallbrook, Calif. 9,000 Stl 12" Chandler, Arizona 8,238 CI 4"- 6"- 8"- 10" -12" 1960 San Diego, Calif. 6,277 CI 8" -12" San Diego, Calif. 4,746 CI 16" San Diego, Calif. 11,120 CI 6"- 8" -12" La Mesa, Calif. 77060 CI 6 " -16" Los Angeles, Calif. 6,116 WS 12" E1 Segundo, Calif. 13,412 Stl & CI 4" -6" -8" Glendale, Calif. 13,997 CI Los Angeles, Calif. 6,680 CI 8" Los Angeles, Calif. 2,900 WS 8" Escondido, Calif. 7,729 WS & RS 14"- 16"- 10" -12" San Marino, Calif. 3,598 RS 10" Torrance, Calif. 2,240 Stl 8" Ventura, Calif. 3,163 RS 14" Costa Mesa, Calif. 20,206 RS 8"- 10"- 12" -14" -2- • punline Process Small Diameter LINEAL YEAR FEET TYPE DIAMETER 1960 La Crescenta, Calif. 6,519 WS 8" San Diego, Calif. 11,200 CI 4" -6 " -8" Yucaipa, Calif. 41419 Stl 8" -12" Ventura, Calif. 3,200 RS 14" Fullerton, Calif. 3,124 Stl 8" -10" Long Beach, Calif. 3,284 RS 14" 1961 Glendale, Calif. 17,469 CI 4" -6" -8" Ontario, Calif. 2,800 Stl 12" Victoria, B. C. 8,504 Stl 12" Inglewood, Calif. 9,019 Stl 6"- 10" -12" Port Neches, Texas 1,775 CI 8 "- 10" -12" San Gabriel, Calif. 2,562 RS 12 " -16" Casa Grande, Arizona 5,615 CI 6" -8" Wilmington, Calif. 5,522 Stl 6"- 8 "- 12" -18" Chula Vista, Calif. 18,687 CI 6 "- 8 " -12" Anaheim, Calif. 2,442 WS 10" Los Angeles, Calif. 4,326 Stl 6"- 8" -10" East Providence, R.I. 12,584 CI 10 " -12" Chula Vista, Calif. 24,169 CI 4"- 6"- 8" -10" Los Angeles, Calif. 135500 CI New Albany, Indiana 7,657 CI 4 "- 617- 8" -16" Los Angeles, Calif. 6,995 RS 12" -16" Inglewood, Calif. 4,650 WS 12" -3- • •Spunline Process Small Diameter LINEAL YEAR FEEL TYPE DIAMETER 1962 Menlo Park, Calif. 4,450 WS 8" -10" Terra Bella, Calif. 5,620 RS 14" Albuquerque, New Mex. 18,500 Stl 10" -12" Glendale, Calif. 19,400 CI 4" -6" -8" Chula Vista, Calif. 30,000 CI 4"- 611- 8"- 10" -12" La Mesa, Calif. 4,400 Stl 4" -6" -8" Yucaipa, Calif. 3,450 Stl 12" -14" Compton, Calif. 4,989 Stl 8" Ontario, Calif. 9,500 Stl 12" Pasadena, Calif. 2.,496 Stl 41' -6" Los Angeles, Calif. 14;,330 Stl 6" Philadelphia, Pa. 11„000 CI 12" Commerce, Calif. 13;,830 CI 611- 8"- 10" -12" West Chester, Pa. 4;,000 CI 14" Charleston, S. C. 21;,705 CI 6" -8" Long Beach, Calif. 12;,484 CI 6"- 8" -12" Rockport, Mass. 6.,521 CI 10" New Westminster, B. C. 5;,860 RS 14" Port Coquitlam, B. C. 3;,088 Stl 1211 1963 Mesquite, Texas 37,898 CI 411- 6*I- 8" -10" Toledo, Ohio 22,927 CI 12" -16" • . punline Process Small Diameter -5- LINEAL YEAR FEET TYPE DIAMETER 1963 Brockton, Mass. 4,991 CI l0" Ontario, Calif. 2,950 RS 15" Chula Vista, Calif. 16,655 CI 4" -6" -8" Beverly, Mass. 11,328 CI 12 " -18" Los Angeles, Calif. 10,457 CI 12" Oxnard, Calif. 4,333 CI 6" Yorba Linda, Calif. 9,005 RS & CI 8"- 10"- 12" -16" Beverly Hills, Calif. 9,192 Stl 14"- 16" -18" Lakewood, Ohio 12,500 CI 6 " -8" San Fernando, Calif. 3,780 MJ 4" -6" -8" New Albany, Indiana 8,601 CI 4" -6" -8" Emporium, Pa. 5,180 CI 4" -6" Pasadena, Calif. 8,651 RS 4" -6" -8" Inglewood, Calif. 17,780 WS 6"- 10" -12" Worcester, Mass. 7,917 CI 12" -16" Monroe, Michigan 11,537 CI 16" Winchester, Mass. 2,582 CI 16" 1964 Roxboro, N. C. 16,253 CI 12" Tonawanda, N. Y. 3,317 CI 4" Colton, Calif. 5,446 WS 411- 6 " -10" Glendale, Calif. 21,167 CI 611- 8" -12" Redlands, Calif. 79910 Stl 12" -16" -5- �Spunline Process Small Diameter L I NEAL YEAR FEET TYPE DIAMETER 1964 Los Angeles, Calif. 9,799 Cl 6" -8" Veradale, Washington 21830 WS 16" Portland, Oregon 3,483 WS 16" Worcester, Mass. 8;474 CI 10"- 12" -16" Santa Maria, Calif. 32,721 WS 10" to 22" Hollister, Calif. 7,358 CI 8" Los Angeles, Calif. 9„780 CI 8" -10" Burbank, Calif. 14,780 WS 4'' -6" -8" Arcadia, Calif. 9,502 WS 8"- 10" -12" New Albany, Indiana 13,063 CI 6 " -8" Stockton, Calif. 2,835 WS 10" Philadelphia, Pa. 21,200 CI 10" -12" Cleveland, Ohio 10,873 CI 12" Philadelphia, Pa. 48,600 CI 6" to 16" 1965 Laurel, Miss. 2,075 Stl 12" Pasadena, Calif. 6,516 Cl 6"- 8" -12" Herrin, Illinois 9,240 CI 12" San Diego, Calif. 10,765 WS 10" Pasadena, Calif. 10,515 RS 6" -8" Colton, Calif. 4,537 WS 4" -6" Glendale, Calif. 21,537 CI 6" -8" New Haven, Conn. 14:,768 CI 6"- 8"- 10" -12" -0- t • Spunline Process Small Diameter LINEAL YEAR FEET TYPE DIAMETER 1965 Emporium, Pa. 7,700 CI 4" Yucaipa, Calif. 4,480 RS 8" -12" Long Beach, Calif. 7,938 CI 14"- 16" -18" San Fernando, Calif. 22739 Stl 6" -10" Lafayette, Calif. 3,617 Stl 4" Alderwood, Washington 13,466 Stl 12" Pawtucket, R. I. 137160 Cl 611- 8"- 10" -12" Albuquerque, N. M. 6,728 WS 14" Cleveland, Ohio 18,205 CI 12" -16" Los Angeles, Calif. 10,259 CI 12" -16" Arcadia, Calif. 13,807 CI 8" -10" 1966 Philadelphia, Pa. 167783 CI 12" -8" -6" Williamsport, Md. 57160 CI 8 " -10" Burbank, Calif. 8,587 CI 4 " -6" Rodeo, Calif. 27867 WS 6" -10" San Francisco, Calif. 3,100 WS 10" -14" Bonsall, Calif. 7,076 WS 6"- 8" -16" Fallbrook, Calif. 2,750 WS 8" Fallbrook, Calif. 19,050 WS 811- 12" -20" Wilmington, Calif. 1,120 WS 6"- 8" -16" Saticoy, Calif. 2,652 WS & Stl 20"- 16 " -12" -7- YEAR 1966 • •Spunline Process Small Diameter Colton, Calif. San Marino, Calif. Hyattsville, Md. Ukiah, Calif. Pauma Valley, Calif. Santa Maria, Calif. Yorba Linda, Calif. Fallbrook, Calif. Weymouth, Mass. Leominster, Mass. Victoria, B. C. Stamford, Conn. Portland, Oregon Cincinnati, Ohio Los Angeles, Calif. New Albany, Indiana San Diego, Calif. Los Angeles, Calif. Covina, Calif. Buffalo, New York Monrovia, Calif. LINEAL FEET TYPE DIAMETER 4Y770 Stl 1211 -2411 4,786 RS 1211- 16'1 -18" 16,892 CI 8 "- 12 " -16" -2011 63060 Stl 8 "- 12 " -16t1 6,132 WS 11" 7,383 WS 2011 -16 "- 14'1 -12" 6,202 CI & Stl 811- 101f -12" 3,186 WS 5" 161001 Cl 1411 -16" -2011 8,632 CI 20 " -12" 1,961 WS i 1411 I 1.4)260 Cl 611 -2" 2 , 091 WS 611 1.0, 845 CI 12" .11996 WS 411 -6'1 7,907 Cl 6" -81' 9,407 CI 411_611 t 2,027 CI 12" 1,272 WS 6" -10" 1355641 CI 12t1 -16" 3,329 RS 12'1 -161f WE • •Spunline Process Small Diameter LINEAL YEAR FEET TYPE DIAMETER 1966 Corona, Calif. 4,030 WS 8" Rosindale, Mass. 1,350 NS 12" -20" Calimesa, Calif. 3,918 RSDJ 8" -67T Oregon City, Oregon 8,708 DC 14" -12" Washington, D. C. 17390 CI 8" -10" Euclid, Ohio 2,812 CI Altadena, Calif. 21639 WS Yorba Linda, Calif. 10,435 CI 4"- 6"- 8" -10" Hagerstown, Md. 2,723 CI 6" New Bedford, Mass. 9,262 CI 8"- 10" -12" Quincy, Mass. 3,620 CI 811- 10" -12" Greenville, S. C. 14,373 CI 12" -16" Larchmont, New York 2058 CI 8" Pasadena, Calif. 11,435 RSDJ 6" Poughkeepsie, N. Y. 10,597 CI 6" -8TT Cincinnati, Ohio 7,713 CI 16" Keene, N. H. 9,486 CI 8" -10" Lewiston, Maine 3,371 CI 12" Santa Maria, Calif. 4,744 WS 671- 8 " -12" Portland, Oregon 22,396 WS 12" -8" Pomona, Calif. 1,005 RS 16" Q0a • YEAR 1966 Sacramento, Calif. 1967 Brookline, Mass. Yorba Linda, Calif. Glendale, Calif. Monterey, Calif. Downey, Calif. Inglewood, Calif. Nashua, N. H. Hamden, Conn. San Francisco, Calif San Marino, Calif. Santa Paula, Calif. Philadelphia, Pa. Whittier, Calif. E1 Monte, Calif. Burbank, Calif. San Francisco, Calif Glendora, Calif. ,Haleiwa, Hawaii Sacramento, Calif. Glen Ridge, N. J. •Spunline Process Small Diameter LINEAL FEET TYPE DIAMETER 1,662 Stl 12" 5,852 CI 8 "- 10 "- 12 "- 16 " -20" I 15,888 CI 4" thru 14" 18,377 CI 10,330 WS 3,273 CI 4 " -6" 10,968 WS -CI 6" thru 12" 11,928 CI 8"- 10"- 12 " -16" 18,075 CI 8 "- 10" -12" 5,717 WS 12" -14" 2,500 CI 8" 1,200 WS 16" 25,952 CI 6 "- 8" -10" 1,100 WS 14" 1,437 CI 4" 11,878 CI 6 "- 8" -10" 1,280 RS 15" 5,620 Stl 5 "- 6 " -10" 6,330 WS 10" 5,935 RS 16" 7,749 CI 6" -10- • OSpunline Process Small Diameter YEAR 1967 Emporium, Pa. Winchester, Mass. Bridgeport, Conn. ' Cambridge, Mass, i Cleveland, Ohio Stamford, Conn. Omaha, Nebraska La Crescenta, Calif. La Mesa, Calif. Cleveland, Ohio Cincinnati, Ohio Freeport, Texas Downey, Calif. Redlands, Calif. Vernon, Calif. Vancouver, B. C. Corona, Calif. 1968 Glendale, Calif. San Diego, Calif. Redlands, Calif. Bonsall, Calif. LINEAL 10,834 8,367 7,914 6,752 26,305 18,030 16,209 2,920 8,112 6,759 15,946 19,847 3,216 13,175 21,993 5,286 1,980 18,861 4,958 1,500 4,400 -11- TYPE DIAMETER CI CI CI CI CI CI CI WS CI CI CI WS CI RS CI Stl WS CI -Stl CI St1 WS 4 " -6" 6 "- 8 " -16" 8 "- 10 " -12" 12" 4" -6t'-B" 6" -8" 4" -6" 6" -10" 16" 81--1211 811-121- 4" 16" 8"- 10 "12" 14 " -16" 8" 6 "- 8 "- 12 -1 -16" 12" 10" 6" -18" E YEAR 1968 Philadelphia, Pa. Santa Paula, Calif. Fillmore, Calif. Nashua, N. H. Inglewood, Calif. Wilbraham, Mass. Stamford, Conn. Omaha, Nebraska Zanesville,Ohio Lakeport, N. H. Burbank, Calif. Jaffrey, N. H. Keene, N. H. Pawtucket, R. I. Meredith, N. H. Glendora, Calif. Philadelphia, Pa. Del Mar, Calif. Pasadena, Calif. Covina,.Calif. Pauma Valley, Calif. qrpunline Process Small Diameter LINEAL FEET TYPE DIAMETER 10,191 CI 8 "- 12 " -16" 4,215 RS 14" 3,261 WS 12" 7,818 CI 8" -12" 4,490 CI 6"- 8" -12" 54,130 CI 6"- 8" -10" 38,230 CI 28,903 CI 6 " -8" 3,058 CI 12 " -16" 3,348 CI 10 "- 12 " -14" 12,805 CI -Stl 6 " -8" 19,169 CI 12" 14,221 CI 8"- 12" -14" 5,025 CI 12" 15,598 CI 6 "- 8 " -10" 6,850 Sti 14 " -20" 3,890 CI 6" -8" 6,580 WS 8 "- 10" -12" 10,216 Stl 6 "- 8 " -12" 2,457 WS 12" -16" 9,639 WS 5 " -6 " -8" -12 • opunline Process Small Diameter -13- LINEAL YEAR FEET TYPE DIAMETER 1968 Bonsall, Calif. 1,500 WS 8.1 Pauma Valley, Calif. 1,000 WS 6" Riverside, Calif. 1,334 WS all Colton, Calif. 3,507 WS Fremont, Calif. 15,013 WS 10" Pauma Valley, Calif. 5,450 WS 81. Pauma Valley, Calif. 12,574 WS 10 " -8" Pala, Calif. 8,589 WS 81, 1969 Pasadena, Calif. 5,618 CI 16" Cleveland, Ohio 20,106 CI 6"- 10" -12" Glendale, Calif. 16,207 CI 6 "- 8 " -12" Puunene, Hawaii 3,010 WS 8"- 10 " -14" Huntington Beach, Calif. 10,897 CI -WS 8 "thru 14" Altadena, Calif. 2,890 WS 10" Vernon, Calif. 18,333 CI Bridgeport, Conn. 33,702 CI 8 " -16" Cincinnati, Ohio 11,211 CI 16" Corona, Calif. 1,800 WS 12" New Bedford, Mass. 21,135 CI 4" thru 10" Escondido, Calif. 3,872 WS 61, Burbank, Calif. 12,510 CI 6"- 8 " -10" -13- • •Spunline Process Small Diameter LINEAL YEAR FEET TYPE DIAMETER 1969 Toronto, Canada 29,077 CI 6" Meredith, N. H. 13,095 CI 6" -8" Long Beach, Calif. 9,802 CI 12" Whittier, Calif. 3,860 Stl 4" -6" Cambridge, Mass. 10,439 CI 10" -12" Pasadena, Calif. 13,470 CI 8 " -12" Corona, Calif. 1,744 WS 14" San Diego, Calif.(Navy) 13,460 CI 16" Pasadena, Calif. 14,331 Stl San Diego, Calif.(Navy) 7,150 CI 4 " -6 " -8" Downey, Calif. 3,762 CI 4" -6" -8" Inglewood, Calif. 6,393 VC 15" La Verne, Calif. 3,054 WS 14" Los Angeles, Calif. 2,347 WS 12" Bonsall, Calif. 5,200 WS 8 " -14" Colton, Calif. 3,384 Stl 4" -6 " -8" Los Angeles, Calif. 9,060 WS 4" Hamilton, Ont., Canada 1,350 CI 6" -14- • •Spunline Process Small Diameter -15- LINEAL YEAR FEET TYPE DIAMETER 1970 Fullerton, Calif. 10,000 WS 8" San Marino, Calif. 4,049 CI -WS 8 "- 10 " -12" Monterey, Calif. 5,560 CI 8 Kitchener,Ont.,Canada 19,999 CI 12" -16" Glendale, Calif. 17,129 CI 6" to 20" Fallbrook, Calif. 21,675 WS 12•1 Atlanta, Ga. 21,960 CI 6„ Vernon, Calif. 17,887 CI 8"- 10 " -12" Stamford, Conn. 15,431 CI 6 " -8" Carson City, Nevada t 10,795 WS 61. Pasadena, Calif. 14,242 CI 6" to 20" Cincinnati, Ohio 10,714 CI 4 " -6 " -8" Windsor, Ont.,Canada 15,680 CI 10 " -12" Burbank, Calif. 10,693 CI 6„ El Paso, Texas 35,425 WS 12„ Fall River, Mass. 9,311 CI Mira Loma, Calif. 3,956 RS 8.1 Malibu, Calif. 6,112 WS 6" Los Angeles, Calif. 9,068 WS 6„ Vernon, Calif. 21,462 CI 8" to 14" Toledo, Ohio 10,706 CI 12 " -16" Azusa, Calif. I 3,000 WS 14" -15- YEAR 1971 1972 • • Spunline Process Small. Diameter San Marino, Calif. Long Beach, Calif. Apple Valley, Calif. Toronto,Ont.,Canada Los Altos, Calif. Stoughton, Mass. Waterville, Maine Cleveland, Ohio Emporium, Pa. Farmington, N.M. Vernon, Calif. Winchester, Mass. Victoria,B.C.,Canada San Bernardino, Calif Windsor,Ont.,Canada Vancouver,B.C.,Canada Burbank, Calif. Toledo, Ohio Colton, Calif. Fallbrook, Calif. Long Beach, Calif. Monterey, Calif_ LINEAL FEET TYPE DIAMETER 7,542 WS 6 " -8" 12,352 CI 12" 5,804 WS 12 " -14" 29,210 CI 6 " -12" 11,057 WS 8" 13,984 CI 10 " -12" 15,088 CI 8" to 14" 9,417 CI 6 "- 8 " -10" 7,800 CI 4 " -6" 72,640 WS 10" 14,141 CI 8" to 14" 8,700 C1 6 "- 8 " -10" 3,627 WS 10 " -12" 5,250 WS 12" 12,696 CI 6" 34,000 WS 12 " -14" 11,400 CI 6 " -12" 22,550 CI 6" to 30" 3,924 WS 4 " -6 " -8" 5,000 WS 1.2 " -14" 12,992 CI 12" 9,530 CI 8 " -12" -16- • lepunline Process Small Diameter LINEAL YEAR FEET TYPE DIAMETER 1972 Glendale, Calif. 10,085 CI 8" Los Angeles, Calif. 13,785 CI 6" -8" Spokane, Washington 3,400 WS 16" Darien, Conn. 7,700 CI 8" -10" Los Angeles, Calif. 30,470 CI -MJ 6 " -8" Los Angeles, Calif. 15,125 CI 6" to 12" Upland, Calif. 3,050 WS 16" Half Moon Bay, Calif. 7,833 WS 10" -12" Windsor, Ont., Canada 15,119 CI 6" -8" Boston, Mass. 19,595 CI 8 "- 10 " -12" Santa Monica, Calif. 9,745 CI 6" -8" Stamford, Conn. 22,186 CI 6"- 8" -24" Covina, Calif. 2,667 WS 12" Hamden, Conn. 14,912 CI 8" thru 16" Livonia, Michigan 19,958 CI 8" -12" Downey, Calif. 2,965 CI 4 " -6" Pittsburgh, Pa. 18,652 CI 12" 1973 Burbank, Calif. 6,671 CI 6 " -8" Los Angeles, Calif. 12,840 CI -WS -RS 6 "- 8 " -12" Toledo, Ohio 15,816 CI 6 "- 8 " -12" Redlands, Calif. 2,425 WS 6 " -8" Los Angeles, Calif. 13,337 CI 12 " -16" Glendale, Calif. 11,773 CI -Stl 6"- 8 " -16" -17- YEAR 1973 1974 • • Spunline Process Small Diameter �. LEISTE� ✓ASS'T. SE�TARY LINEAL TYPE DIAriETER FEET 7, 303 WS La Canada, Calif. 2,493 WS 6 Yucaipa, Calif. 4 „ -fi” Calif. 3,175 CI Do:�ney, CI 4„_6„ Angeles, Calif. Los Ang 2,910 " 9,337 CI 10 -12" Nashua,_ N•H. 12" Calimesa, Calif. 3,663 WS 3,581 CI 12" Franklin, Mass- 13,431 CI 12 " -16" Long Island, N•Y. 8" thru 16" Calif. 26906 , CI Vernon, 6 Los Angeles, Calif. 41,935 WS 8,066 WS 16 " -18" Clackamas, Oregon 811 thru 16" Fallbrook, Cali 33 959 - .. - - WS - - _. .. _. _. .._.._- -.__. 2,657 WS 12" Fair Oaks, Calif- g 10 " -12 „ Wilmington, Calif. 148 2,"- WS 31 400 RS 16" .Alhambra, Calif. 4 " -6 " -8„ 7,148 WS Colton, Calif. 10 " -18" Riverside, Calif. 7,817 CI WS 8" thru 16" La Verne, Calif. 17,249 6 "_8r1 -12" Los Angeles, Calif. 20,789 CI y� "!,! "I.!G DIVISION �. LEISTE� ✓ASS'T. SE�TARY • CITY OF NEWPORT BEACH PR of3 • PUBLIC WORKS DEPARTMENT CEMENT - MORTAR LINING, IN PLACE CAST IRON WATER MAINS BALBOA PENINSULA CONTRACT NO. 1608 PROPOSAL To the City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all of the work required to complete Contract No. 1608 in accordance with the City of Newport Beach Drawing W- 5108 -S, the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefore the following unit prices for each completed item of work in place, to wit: QUANTITY ITEM DESCRIPTION U AND UNIT UNIT PRICE WRITTEN IN WORDS P 15nn Clean and install cement mortar Linear Feet lining, in place, in 14 -inch cast- iron pipe 11 @ t tUiE, UL+�Q�` ¢ Dollars 11 and Cents Per Linear Foot 1450 Clean and install cement mortar Linear Feet lining, in place, in 12 -inch cast -iron pipe G;, Dollars and 1.7tY C,�wT'6 Cents Per Linear Foot 2400 Clean and install cement mortar Linear Feet lining, in place, in 10 -inch cast -iron pipe Dollars and 6t_=VMLJ -rK Cet-ATs Cents Per Linear Foot $ 15.r7Q_$B55d.do $ .'1 $ 82" .00✓ $ 5 10 $i 4930 Clean and install cement mortar Linear Feet lining, in place, in 6 -inch cast -iron pipe Pr2of3 @ Dol l ars and VaiTY C�scS cents $5 "70 $ ,10►.�`� Per Linear Foot 5500 -10 Rental of 2" bypass piping, Linear Feet- delivered to and picked up from Weeks City Yard @ Dollars and TEIJ c8_S�S Cents $ . $ =00.001' Per Linear Foot Per Week 150 -10 Rental of 3/4" service hoses EacacT_s delivered to and picked up from City Yard @ VI.�E�ou -�tZ Dollars and -}-x jFT`C L�CS Cents $ Per Each Per Week 15 -10 Rental of street plates delivered Each Weeks to and picked up from City Yard @ Dollars and q , Wo GENT'S Cents $ 1,5.00 $250.00 Per Each Per Week 8. 5 Crew delay and /or assist work while Crew Hours waiting for City to complete support work @TWb a.L*_M�(U-=0fi1 Dollars i and uA2S -01.i c.asrS Cents $250.00$1,25Q.00 Per Crew Per Kour TOTAL PRICE WRITTEN IN WORDS �►1['C�' �VIIJE TNOVSAI�A 1= 1Co44T Dollars uNDQ�SJ �-oCZi"C S %x � Dc:>" q_S and Cents 0 Contractor's License No. 154 A Date NOQC -M eQ— %A ocn4 1?. 0 . Sox 457 Uj t 39-der s Address Z13 3S -8201 -Telephone Number PIPE s game) ToQ C R- . , 110 -14+ LAS LEISid ASEGRttA Y PR3of3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CEMENT - MORTAR LINING, IN PLACE, CAST IRON WATER MAINS BALBOVPENINSULA CONTRACT NO. 1608 ADDENDUM NO. 1 Index to Special Provisions,. Page ii Add the following: "G. Obstructions . . . . . . . . . . . . . . . . . . . . . . . . . .. 7" XIII. Construction Details Page SP 7 of 7 Add the following section: "G. OBSTRUCTIONS If the contractor encounters unforeseen obstructions (not including corrosion and tuberculation) to the passage of the cleaning or lining equipment; such as excess joint caulking material, offset joints, bends, reducers, or other protruding fittings inside the pipe which are not normally removed by the cleaning operation or restrict the passage of lining equipment, he shall immediately notify the engineer. Within one hour of notification, the City will start excavation of an access hole to expose the pipe at the location requested by the contractor. This access hole will be provided at no expense to the contractor only.if the pipe conditions as described above produced the obstruction. The contractor shall be responsible for removing the required section of pipe and clearing the obstruction. The portion of the above work which is the contractor's responsibility shall be included in the price bid for other related items of work, and no separate payment will be made ". Note: Show date of receipt of this Addendum on the Proposal or insert a signed copy with your Proposal. Benjamin B. Nolan Assistant Public Works Director .,V0&e9kdgK 4. ik7� Date Recei— ei d AMERON, INC., PIPE LINING DIVISION ./-�l- 1-4�7 c B L EESSPIAUU, VICE PRMIAT .. �. �twcN HSJ "1. Jt6HtG1H% � CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR CEMENT - MORTAR LINING, IN PLACE, CAST IRON WATER MAINS BALBOA PENINSULA CONTRACT NO. 1608 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. BIDDER'S QUALIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . 1 III. SCHEDULE AND COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . . . . . . 2 VI. NOTIFICATION TO RESIDENTS AND BUSINESSES . . . . . . . . . . . . . . . 2 VII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES . . . . . . . . . . . 2 VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IX. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 X. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XI. MATERIALS AND SERVICES TO BE FURNISHED BY CITY. . . . . . . . . . . . 3 XII. MATERIALS TO BE RENTED TO CITY BY CONTRACTORS . . . . . . . . . . . . 3 XIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . . . 4 A. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 1. Portland Cement . . . . . . . . . . . . 4 2. Cements for Blending with Portland Cement . . . . . . . . . . 4 3. Blended Hydraulic Cements . . . . . . . . . . . . . . . . . . 4 i INDEX TO SPECIAL PROVISIONS - Continued CONTRACT NO. 1608 A. MATERIALS - Continued F. CLEARING LATERALS . . . . . . . . . . . . . . . . . . . . . . . . 7 ii 4. Sand .............................4 5. Admixtures . . . . . . . . . . . . . . . . . . . . . . . . . . 4 6. Water ............................4 B. ACCESS TO WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 5 C. CLEANING INTERIOR PIPE SURFACES . . . . . . . . . . . . . . . . . 5 D. CEMENT MORTAR FOR LINING . . . . . . . . . . . . . . . . . . . . . 5 1. General . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 2. Testing . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 E. APPLICATION OF CEMENT MORTAR LINING . . . . . . . . . . . . . . . 6 1. Required Thickness . . . . . . . . . . . . . . . . . . . . . . 6 2. Machine Placement . . . . . . . . . . . . . . . . . . . . . . 6 3. Hand Placement . . . . . . . . . . . . . . . . . . . . . . . . 6 4. Surface Finish . . . . . . . . . . . . . . . . . . . . . . . . 6 5. Hand Finishing . . . . . . . . . . . . . . . . . . . . . . . . 7 6. Cure of Lining . . . . . . . . . . . . . . . . . . . . . . . . 7 F. CLEARING LATERALS . . . . . . . . . . . . . . . . . . . . . . . . 7 ii I II CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CEMENT - MORTAR LINING, IN PLACE, CAST IRON WATER MAINS BALBOA PENINSULA CONTRACT NO. 1608 SCOPE OF WORK JY I of / The work to be done under this contract consists of furnishing labor, equipment, transportation, material, and services necessary to clean and cement- mortar line, in place, various diameters of existing cast iron water mains on Balboa Peninsula. Certain materials and /or services will be furnished by the City, as set forth in Section XI. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. W- 5108 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1973 Edition. Copies may be purchased from Bui ing News, Inc. Overland venue, Los Angeles, CA, 90034, Telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. BIDDERS' QUALIFICATIONS AND EQUIPMENT Only bids from responsible bidders will be considered. To qualify as a respons- ible bidder, the contractor shall have a successful performance record in cement - mortar lining pipelines in place. Bidders shall submit with their bids the name and qualifications of the proposed superintendent, who must be experienced in this type of work, and a list of lining projects successfully completed. This superintendent shall be present whenever lining is being placed. The lining machine shall be of a type that has been used successfully for simi- lar work over a period of at least 3 years. Bidder shall designate the type (or types) of machine he proposes to use. III. SCHEDULE AND COMPLETION OF WORK Work shall commence on or after Thursday, January 20, 1975, and, once the work is started, all work must be completed in 65 consecutive calendar days or by May 30, 1975, whichever occurs first. • � SP 2 of 7 The contractor shall give the City 35 days'advance written notice of his proposed starting date and shall submit for approval his proposed construction schedule in accordance with Section 6 -1 of the Standard Specifications, except as modified herein. Any changes in the approved schedule will require written approval of the engineer. The proposed schedule submitted for approval shall include a reasonable amount of time for a City water utility construction crew to close up and put reaches of the cement - mortar lined main back into service and install the "removed bypassing" on reaches that are to receive cement - mortar lining. IV. PAYMENT Payment of "linear feet" of water main cement - mortar lined shall be the measured horizontal length of pipe, including bends, transition sections, and valves. Payment for all incidental items of work not separately provided for in the pro- posal shall be included in the price bid for other related items of work. V. TRAFFIC CONTROL AND ACCESS The contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications except as modified herein. The access holes for the contractor's lining operation will be excavated and "plated" by City forces in advance. It shall be the contractor's responsibility to provide the necessary public safety as he uses the access holes, including covering the access holes at the completion of each working day and completion of use, unless otherwise permitted by the engineer. VI. NOTIFICATION TO RESIDENTS AND BUSINESSES The City will mail a preliminary notice to all residences and businesses affected by this work. The contractor shall notify the engineer 40 to 55 hours prior to blocking access to residences or businesses. The City will then prepare and distribute to each resident and business affected, a notice stating when the work will begin and approximately when access to their property will be restored. VII. PROTECTION OF EXISTING UTILITIES AND STRUCTURES Utilities, structures, and substructures are performing any work, the contractor shall be protect all utilities, structure and substrul and 5 -6 of the Standard Specifications. The for any damage to any utilities, structures, operations. VIII. WATER not shown on the plans. Prior to responsible to investigate and ;ture in conformance with Section 5 -2 contractor shall be responsible or substructures caused by his The contractor shall make his own provisions for obtaining and applying water necessary to perform his own work. If the contractor desires to use available • • SP3of7 City water, it shall be his responsibility to make arrangements for water by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension 267. IX. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. X. PERMITS All of the necessary permits will be obtained by the City except, however, the contractor shall have a valid City business license. XI. MATERIALS AND SERVICES TO BE FURNISHED BY CITY The following materials and /or services shall be furnished by the City: A. Access holes at locations shown on the plans including excavation, shoring when required, plating, backfilling and patching,and all traffic control required during these operations. The access holes will be maintained in a dewatered condition as required by the con- tractor. B. Operate all valves and remove any water leaking from laterals into reach of main being lined. C. Install, maintain, and remove all bypassing. D. Furnish all right -of -way including a storage area at the 16th Street Reservoir site. E. Provide the necessary couplings and reinstall all sections of water main removed by contractor at access holes. F. Provide access holes in addition to those shown on the plans. Items "A" through "E" will be provided at no cost to the contractor. A charge of $500 will be made to the contractor for each access hole provided at the contractor's request under Item "F ". All materials and /or services provided under this section of the Special Pro- visions shall not be considered a part of this contract. XII. MATERIALS TO BE RENTED TO CITY BY CONTRACTOR The contractor by submitting a bid acknowledges that he can provide on a rental basis the materials and in the quantities specified under Bid Items 5, 6, and 7 in the Proposal. The materials supplied shall be suitable for the intended purpose and shall include all of the appurtenances and miscellaneous hardware customarily provided. The contractor shall deliver the rental material to the City Yard at 592 Superior Avenue within seven days after notification by the City. Two separate pick -ups shall be considered included in the unit prices JY 4 or / bid for the rental equipment. The rental cost shall terminate two days after notification to pick up the material. In the event the contractor does not begin work within 3 days following the start- ing date indicated on the City- approved schedule, the time period from the approved starting date to the date of the actual start of work shall not be included in the rental time for Bid Items 5, 6 and 7. In addition, once the work has been started, all working days during which no work is performed shall not be included in the rental time for the above -noted Bid Items. Payment for rental materials will be made on the units shown in the Proposal com- puted to one - seventh (1/7) of a week. The requirements of Section 3 -2.1.1 shall not apply to Bid Items 5, 6 and 7. XIII. CONSTRUCTION DETAILS A. MATERIALS 1. Portland Cement - -shall conform to the requirement of Section 201 -1.2 of the Standard Specifications for low alkali cement. 2. Cements for Blending with Portland Cement -- Natural cement shall be Type N in accordance with the latest revision of ASTM Desig- nation C -10. Pozzolanic material shall be Class N, F or S in accordance with the latest revision of ASTM Designation C -618. 3. Blended Hydraulic Cements - -shall be type 1P or P in accordance with the latest revision of ASTM Designation C -595. Portland cement shall conform to the requirements of Section XIV -A -1 of these Special Provisions. Pozzolanic material shall conform to the requirements of Section XIV -A -2 of these Special Provisions. The percent of portland cement that can be replaced with Pozzo- Ian shall conform to the requirements of Section XIV -D -1 of these Special Provisions. 4. Sand - -shall conform to the requirements for soundness as speci- fied of the latest revision of ASTM Designation C -33. Sand shall be a well graded, fine aggregate with 100 percent passing the No. 16 sieve. The aggregate shall not contain alkali- reactive substances in amount which will produce a ratio of Sc /Rc greater than 1.0 when determined by the latest revision of ASTM Designation: C -289. 5. Admixtures - -shall conform to the requirements of ASTM Designation: C -494 except as herein modified. Admixtures containing chlorides shall not be used. 6. Water - -shall conform to the requirements of Section 201 -1.4 of the City's Standard Specifications. JP S of / B. ACCESS TO WORK Access holes to the water main will be provided by the City in accor- dance with Section XII -A of these Special Provisions. Additional access holes will be provided at the contractor's request at a charge of $500 each in accordance with Section XII of these Special Provisions. The contractor shall be responsible for removing a section of the cast iron pipe at each access hole as necessary for the lining work. All pipe cuts shall be made by mechanical saws. Pipe sections or valve sections removed for the water mains shall be cement - mortar lined by hand troweling to the same thickness as in the adjoining machine -lined pipe. Immediately after being lined, the sections shall be bulkheaded to maintain a proper curing condition. The City will reinstall the sections of water main removed by the contractor. C. CLEANING INTERIOR PIPE SURFACES "Cleaning" shall be done by th removal of slime, dirt, loose of any original lining and all interior surface of the pipe, face free from foreign matter, pipe wall or at the joints. CEMENT MORTAR FOR LINING General e "drag method" and shall include the rust, loose or deteriorated remains foreign materials and deposits. The after cleaning, shall present a sur- without accumulated water on the The cement mortar shall be a mixture of one part of portland cement to not less than 1 and not more than 1z parts of dry, screened sand, by volume. Up to 25 percent, by weight, of the required Portland cement may be replaced with natural or Pozzolan cement. When a mixture has been determined, materials shall be controlled within t 2z% by weight. The cement mortar for lining shall be a dense, smooth, uniform material, of a consistency to assure efficient one - course machine application. The water- cement ratio of the mortar shall be as low as possible, consistent with proper plasticity for application, and with due allowance for slight variations of temperature, length of haul of the cement mortar and mois- ture conditions in the pipe. Cement mortar shall be mixed for not less than 1z and not more than 6 minutes after all ingredients are in the mixer, and after mixing shall be used promptly for lining the pipe. Mortar that has attained its initial set shall not be used for lining. Water shall be the last ingredient added to the mix. SP6of7 Testing The contractor shall, at his expense, provide for sampling and testing of all of the materials, with the exception of water, used in the cement mortar for conformance with the requirements of Section (XIV -A) of these Special Provisions. Testing shall be under the direct supervision of a registered civil engineer in the State of California and qualified as an expert in cement testing. Two certified copies of reports of the required tests shall be submitted to the City prior to delivery of the material to the work site. All sampling and testing of cements shall con- form to the requirements of ASTM Designation: C -183. APPLICATION OF CEMENT MORTAR LINING Thickness of Lining The nominal thickness of lining for pipe 10 inches and less in diameter shall be 1/8 -inch and 3/16 -inch for pipes over 10 inches in diameter. Lining thickness shall not be less than the specified thickness, or more than 1/8 -inch greater than the specified thickness. Machine Placement The lining shall be applied in one course by use of a machine which will centrifugally project the mortar against the interior surface of the pipe without injurious rebound and with sufficient velocity to cause the mortar to be densely packed. Use of com- pressed air will not be permitted in the process of application except to power equipment. Travel of the lining machine and discharge of mortar against the pipe wall shall be controlled to produce the required lining thickness. Hand Placement Hand placement of lining shall be permitted at bends, specials or other locations where machine placement is impossible or impracticable. Hand application of mortar around rivet heads may be used as required to insure the proper cover and to reduce the hydraulic friction loss. Hand placement shall be done either just preceding the machine lining or soon after the machine - placed mortar has set so that the hand work and the machine work will adequately bond. 4. Surface Finish Machine applied linings in pipe 42 inches in diameter and larger shall be finished by mechanically- driven rotating trowels. Machine - applied linings in pipe 14 inches in diameter and smaller shall be finished by means of a drag trowel. Pipe 15 to 42 inches in diameter shall be finished by either of the above methods at the contractor's option. The finished surface shall have a smooth appearance. Design of the trowel attachment shall permit operation in pipelines found out -of- round. Trowels shall smooth the surface with a minimum disturbance of the lining. SP7of7 5. Hand Finishing Cement mortar for hand finishing and repaid shall be of the same materials and proportions as the mortar used for machine lining. Defective areas in the machine - applied lining shall be cleaned of all loose foreign material, moistened with water and repaired by hand finishing with steel trowels to yield the required lining. All hand finishing required shall be completed not later than the day following the machine application of mortar lining to that particular pipe section, whether a normal working day or other- wise. Cure of Lining As soon as practicable after placing the lining, the pipe shall be closed at both ends and manholes shall be covered to prevent the circulation of air. Water may be introduced into the closed section in order to maintain a humid atmosphere and keep the lining moist. CLEARING LATERALS Laterals and connections to the pipe being lined shall not be left obstructed by the lining operations. After the mortar lining has been placed, but before its final set, laterals and connections less than 2 inches in diameter shall be cleared by backflushing with air. Backflushing shall be done in a manner that will not damage the freshly applied lining. } a p m J V1 z N U W Q Lf W w Z ~ O Z �Ii�uIIIIIIIIIniiIUllNlllll �na�mnmiummm�u�� ' �IIIII�IIIIIIIIIIIpIIA�NB�lllllll �l�I��I����InNl19111111� �121� @Ia6��IIIB�gIIIINI II��II��INq ��IIIINI RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR IMPROVEMENTS IN CONNECTION WITH WATER MAINS ON BALBOA PENINSULA, CONTRACT NO. 1608 WHEREAS, pursuant to the notice inviting bids for improvements in connection with water mains on Balboa Peninsula, in accordance with the plans and specifications heretofore adopted, bids were received on the 14th day of November, 1974, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Ameron, Inc., Pipe Lining Division; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Ameron, Inc., Pipe Lining Division, for the work in the amount of $69,846.00 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 accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 25th day of November , 1974. Mayor ATTEST: City Clerk DDO /bc 11/21/74