Loading...
HomeMy WebLinkAboutC-1750 - 1975-76 Balboa Peninsula cement mortar lining, cast iron mains1�DV 1� 1975 BY �±n CiTY CCUJI CIL CITY Q+ or -wpopa a v+^ ' RESOLUTION NO. S 63 4 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO AMERON, INC., PIPE LINING DIVISION FOR THE CEMENT- MORTAR LINING OF CAST IRON WATER MAINS ON BALBOA PENINSULA (CONTRACT NO. 1750) WHEREAS, pursuant to the notice inviting bids for work in connection with the 1975 -76 cement- mortar lining of cast iron water mains on Balboa Peninsula, in accordance with the plans and specifications heretofore adopted, bids were recieved on the 29th day of October, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor 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 $94,467.50 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 10th day of November , 1975. Mayor ATTEST: City Clerk DDO:yz 11/3/75 1 1 , - dr _ 10V 101575 CITY By ge CI7 (��T ,BeACK TO: CITY COUNCIL November 10, 1975 CITY COUNCIL AGENDA ITEM NO. H -2 (b) FROM: Public Works Department SUBJECT: CEMENT - MORTAR LINING OF CAST IRON WATER MAINS ON BALBOA PENINSULA, 1975 -76, C -1750 RECOMMENDATION: Adopt a resolution awarding Contract No. 1750 to Ameron, Inc., Pipe Lining Division, for $94,467.50, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Three bids were received and opened in the office of the City Clerk at 10:30 a.m. on October 29, 1975. Bidder Amount Bid 1. Ameron, Inc., Pipe Lining Division $ 94,467.50 Wilmington, California 2. Spiniello Construction Company $113,307.50 Newark, New Jersey 3. Raymond International, Inc., Centriline Division $156,935.00 Oakland, New Jersey The low bid is 25.2% lower than the engineer's estimate of $126.400. The project provides for the (1) cleaning, and (2) cement- mortar lining of approximately 16,650 feet of existing 4" and 6" diameter cast iron and steel water main pipe on Balboa Peninsula. The project will result in im- proved water quality and fire flows. Funds in the amount of $120,000 have been provided for the project 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, at an esti- mated cost of $35,000. Sufficient funds are available in the current water main replacement program Account No. 50- 9297 -001 to cover the project cost in excess of $120,000. The plans and specifications were prepared by the Public Works Department. The specifications require the contractor to start work after January 26, 1976, and complete the work within 85 days, or by May 31, 1976, whichever occurs first. cleaning Exhibits are attached showing the location of the work, and lining procedure (supplied by Ameron). lin )irector and the J coo- I G� �V ��Pp $0 �VI r g 1 1 1 \ 1 AYE' MA %S'SI T ISTAL tt �j �'i w CA E Ilia , b DyErl PDL , �I� E IpYE 111 ROBY dc tu 1 �` \�/ \4L \ CITY OF NEWPORT BEACH 11 l� 1 1 W� m Ec \PRO STS 11 1 I ST. U_ J J s sfi F ST. u E C ST I� I, Z p JT." R~ I DRAWN ✓"kr DATE _w APPROVED SLIC WORKS DIRE R.E. NO.. DRAWING .. JL N S c 3 Ooo b � 0 Gl a u � r c m ' e c � n m 00 3 G1 o � m m 3 0 m� 0 3 v0 a o a � m c 'n b o �o o ^' m ' m a ao m m m i m r b N � o � I a � n n8m 3 � r° o m � 4a 9 9 y m m a u � N m u 0 N O O d� ca CD m m ca o 1 p --i a m� oco 0 0 N a'� O- 3 5i- < w = S CD O -.(o —.-o CD CD Rl -o E57 p• N (n NNE CQ ?'�W C O W W �(O 00NP T3 _l< N p O W O- O —� CD 3 'O Op_ CD O 3 � "3 CD C7 - W m U) �•CQ Q 3 W Cl. ZTo � CD CD =;Z 3 p O N I CD CD 2 () p CL CD CD p 0 -o CO W co R:3 CD —3 - 3 y O.-p C N. O O p, W a an :;"CD CD �<CD CO Q �n03 a �7- O 0�w � °O. n D p N N CD w N _ CD O CD 1 O CD N O p W 3 "� io 3' �) CCDD CD o< 3 c0i s, CD a' CD C 3'< CD w O �-0 N� CD A N c W C CD nccooZ'c:36.S— N ' - CD c CD 0 O3 °n03 CD 7 CCDD —CO N`<00 CTN �c,,D,pN3vCD CD —. CD Vi CAW <ON WCD- 3— ten° -�p� 'a�a W --o 0 CD cD � w CD — 0 o CD N 3' (D 'O f0 3 CD p (D Q ni 3 .-. W 0 S S <.-000 :7 cC-� CD O.0L)�a m `tea°' CD l< QO N CD 7"0 <O K CD CD (D 0 CD •O C:ECD W S. T o N -v " 1'x'1 w O 0 =3 CD aQ. w3 o sU W CD CD W Q — iw sm g^—C"0 Q aI � m CD =v p mp-OyO TI 8 x � m� CD = oww��c� "m CD (n 0W=) :/i m° O- t Z� o- W •<co El, O 'mmm Z N° x '+ D — CDM 00 W D 7 T' o N y tAD W 7 3 j C� N N w �I 9 m x c d J- N = cl 0— _ N f0 N w » o o� ' C) N W S J? c�Dw3�W�v V� z d 1_ y 1 v :7 P N Z O U " CD CD in 3C -gym °x <m30.-a W N n a o p n (D S N CD 7 3 CD 3 c° O o <3 CD ED CD O C) CD CO : JL N S c 3 Ooo b � 0 Gl a u � r c m ' e c � n m 00 3 G1 o � m m 3 0 m� 0 3 v0 a o a � m c 'n b o �o o ^' m ' m a ao m m m i m r b N � o � I a � n n8m 3 � r° o m � 4a 9 9 y m m a u � N m u 0 N O O d� ca CD m m ca OCT 141975 By 16 CITY COUNCIL CIIl et T PEACH TO: CITY COUNCIL October 14, 1975 CITY COUNCIL AGENDA ITEM NO. H -12 FROM: Public Works Department SUBJECT: CEMENT - MORTAR LINING OF CAST IRON WATER MAINS ON BALBOA PENINSULA, C -1750 RECOMMENDATIONS: 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 October 29, 1975. DISCUSSION: The subject project provides for (1) the cleaning and (2) the cement mortar lining of the existing water mains on Balboa Peninsula. Most of the pipes to be lined were installed in 1926 when standard 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 hydraulic 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, installation of pipe sections removed by the contractor for access to the inside of the pipe, and installation of new valves as required. Reaches of pipe will be isolated from the water system as they are cleaned and lined. This operation will in some cases reverse the normal 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. The estimated cost of contract construction is $126,400. Funds in the amount of $120,000 have been provided for this project in the current budget, Account No. 50- 9297 -104. In order to line all the water mains on the end of the Peninsula under one contract, it is proposed to fund the project cost in excess of $120,000 (approximately $40,000, which includes the cost of support work by City forces) from the water main replacement program, Account No. 50- 9297 -001. ,PJ J October 14, 1975 Subject: Cement - Mortar Lining of Cast Iron Water Mains on Balboa Peninsula C -1750 Page 2 i The plans and specifications were prepared by the Public Works Department. The specifications require the contractor to start work after January 26, 1976 and complete the work in 85 days, or by May 31, 1976, which- ever occurs first. An exhibit is attached showing the location of the work. oseph�,,T Devlin ublic Works Director AB:hh Att. U ti tQl r� Q ' 4 •r 1� 7 �N \ i op V , ENS 10 0,, / V A07 a/ �l y I 1 I�� N Q N z l oc _ \ Avg bq �E L /NED. \ OySTA L \� C 7 S p D S AVE. :`. IOdpl CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1�. & i W m EG PRG- AX 15 I SI7� U z m a GSTii F ST 1 DRAWN , APPROVED E �T O J7` - �II 1� � d Sr I� DATE PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. E.1'f1 1B 1T - W11- LEGAL NOTICE LEGAL NOTICE CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport. Beach, California, until 10:30 A.M. on the 29th day of October, 1975, at which time they will be opened and read, for performing work as follows: CEMENT- MQRTAR LINING CAST IRON WATER MAINS BALBOA PENINSULA AREA' - 197$_76 " CONTRACT NO. 1750 Bids must be submitted on the proposal form attached with the contfdct 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, exe- cuted, 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 SEC- RETARY are required and the CORPORATE SEAL shall be affixed to all documents requiting signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code, The contractor shall state his license number and classification in the proposal. 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, The City has adopted the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as prepared by the Southern California Chapters of the Amer- ican 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 (Prop- erty - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 at seq.), the City Council of the City of Newport Beach has ascer -, tained the general prevailing rate of per diem wages. in the locality In which the work is to be performed for each craft, classification, or type of workman or mechanic' needed to execute the contract and has set forth these Items in Resolution No. 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) 160 The City reserves the right to reject any or all bids and to waive any informality In such bids, f �- LAURA LAGI06; CITY CLERK ^j CITY OF NEWPORT BEACH, CALIFORNIA Publish: Oct. 16, 1975, in the Newport Harbor Ensign. 01. N 14 1916 By +ho CITY COUNCIL CITY. OF i qi;ACl.l TO: CITY COUNCIL FROM: Public Works Department June 14, 1976 CITY COUNCIL AGENDA ITEM NO. /-/- C -_ SUBJECT: ACCEPTANCE OF CEMENT- MORTAR LINING OF CAST IRON WATER MAINS ON BALBOA PENLNSULI RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the 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 $ 94,467.50 Amount of unit price items constructed 102,704.20 Amount of change orders - 1,251.00 Total contract cost 101,453.20 Amount budgeted in the Water Fund (Account No. 50- 9297 -104) 120,000.00 At the time the contract was awarded, it was planned to run the temporary by- pass water main in the alleys with a service hose running to each house, the same method as used last year. As construction started this year, it was decided to run the bypass main in the parkway in front of the houses, thus doubling the amount of piping required but greatly reducing the inconvenience to the residents. The increase in unit price items was due to the increased amount of bypass piping that was rented. The contract required that the contractor disassemble, clean, and reassemble the existing valves. During construction it was found that the existing valves had to be replaced. This work was performed by City forces. A negative change order was issued deleting the valve cleaning from the contract. The design engineering was performed by the Public Works Department. The contractor is Ameron, Inc., Pipe Lining Division of Wilmington, California. The contract date of completion was May 31, 1976. The work was completed on April 20, 1976. eph`T. Devlin lic W16rks Director id Att. v '70 C id 4 �0 r_j� J lr� 4 aivc Q4 M Jai G .-sue Ro 1 do � '''�, 6 p�E �MAIiMS :, 2 ZI 1DL A L' NED .. \ 4 � !S p�E % 1 4% I o/ �7 % �j (S6LCNE I \ \G G rz tn RJk 11, III I `off\ ✓ s /�C�j� S� woOD, C�' 7� i c N\ IB ' J7 o�� l CITY OF NEWPORT BEACH DRAWN DATE PUBLIC WORKS DEPARTMENT APPROVED I I GE Yf T �� �� %A L /l/IG BELI WORKS ORDVIA E � Cl RENO " I DRAWING DAL A PENINSULA AREA 4 July 19, 1976 Amsron, Inc., Pipe Lint" Division P.O. Box 457 Wilmington, CA 90744 Subject: Surety: Federal I s*mc4 Company Bonds No.: 80656924 Project: Balboa Peainsula Water No= Csmamt Mortar Liging Contract No.: 1750 The City Council on June 14, 1976 accepted the work of subject Project and authorised the City Clerk to file a Notice of Completion and to release bonds 35 days after Notice of Completion has been filed. Notiee of Completion was filed with the Orange County Recorder on June 25, 1976, in Boot 11788, Page 1222. Place* notify your surety company that bonds may be released 35 days after recording date. Doris George City Clark DG:eg cc: Public Works Department .:ease Return To: RFPu0oRDIN City Clerk's Office FSTFO� ` 36753 City of Newport Beach i 3300 Newport Blvd. Newport Beach, CA 92663 r NOTICE OF COMPLE PUBLIC WORKS BK1178M 1222 RECORDED IN OFFICIAL RECORDS EMPT .OF ORANGE COUNTY, CALIFORNIA / C8 $ Past 1. P.M.JUN 25 1976 ON J. MIY A URIYUE Ceusty Recador 10 ' To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 14, 1976 the Public Works project consisting of Cement Mortar Tining Cast Trrin Water Mninq on which Ameron. Inc.. Pipe Lining Divi_ginn was the contractor, and Federal Insurance Company was the surety, was completed. I CITY OF NEWPORT BEACH V E RI I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on jot '23, 19](«at Newport Beach, California. VERIFICATION OF CITY I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on June 14. 1976 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under enalty of perjury that the foregoing is true and correct. Executed on 7C at Newpor Beach, California. IVA Iry 10 U] 16 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Date: Jmm 23 1416 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of CSMnt- fortrr y njAS cast Iron Hater Maim Contract No. 11SO on which Di"M400 was the Contractor and g "Srja 12"U ca Cowry was the surety. Please record and return to us. I Encl. Very trvl /yours, i v Doris George City Clerk City of Newport Beach i Date gam am, 29P 1073 1 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. lgsp Project 61rb �Rl1 BR1bos P�alawLi ]IS�a, 197+.F -76 Attached is signed copy of subject contract for transmittal to the contractor. Contractor: JMWc=, ]gyp., PIM Lftl= AA.YlaIM Address: P. O. 9= 157, %LbW *t=v Ch "7" Amount: $ 94,467.50 Effective Date: g„�,r 7t[ INS Resolution No. @� Laura Lagios LL-dg Att. cc: Finance DepartmentQ f CITY frEWPORT BEACH - PUBLIC WORKS DWTMENT MEMO 1 T0: C%-r4 CLjvn.i(-- Date I Z— i'7 — ? s FROM: A4_60Nenes Fv- mmT-pkztsjo e— SUBJECT: CC-mmT- nnoacA2 Lw,gc, oR WAS MAu-6 — ",A fA5�tj,tjs jLA LAUILA— 47- TAe_4im AAc Try€ lsJSUn ANCC 4oAAA4& Fw-bm km ti 2�x . Fait. Tuts i2o cr. l— F+ett_"16 yicUa A„eraoVea z" CATk AT %1COCt . A-Na OA-..l 13E Iuca.Uoe» IN 'lour- RCAF-5 Signe PUT IT IN WRITING . . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS CITY EWPORT BEACH - PUBLIC WORKS DqrTMENT MEMO TO:_ C--,-Txx C.Lera -C> i Date 11— 2 i --1 i I I FROM: ils ,..w.eSSN tam,± U SUBJECT: g?A v-wf-- 1&"_rA4- Uwaouc. ,nv �JA'Ce'g— a��ts — (3Aj- fkA (je•ulw5u..n C. -1-7so L.Q,wr,, ` P" " ALL, at6� Copies To: F l lfC PUT IT IN WRITING . . . . . . 'WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS • tA &Mepon 400 SOUTH ATLANTIC BOULEVARD, MONTEREY PARK, CALIFORNIA 91754 Telephone: (213) 576-3911 Telex: 69 -8391 November 21, 1975 City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beach, California 92660 Attention: Al Beingessner Project Engineer Gentlemen: Ameron, Inc. Pipe Lining Division Insurance Certificate Contract No. 1750' 7i RECEIVED ?g8LIC. WQRKK NOV 2 41975 CITY OF NEWPORT BEACH, CALIF. \', IT ��� Enclosed is a certificate certifying our basic limits of liability which conform to your requirements with the exception of the $1,000,000 products aggregate. Our basic covers to $500,000. We will forward an excess certificate to provide the $1,000,000 aggregate limit required shortly. Very truly yours, Administrator, Property Insurance DHenderson:ktg CC: R. S. Diemer PLD Wilmington CITY OF NEWPORT BEACH • CERTAE OF INSURANCE FOR CONTRACT WORK.FOR CITY IPPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1750 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: CEMENT - MORTAR LINING CAST IRON WATER MAINS - BALBOA PENINSULA AREA 1975 -76 This i5 to certify that the TRUCK INSURANCE EXCHANGE Name of Insurance Company) has issued to AMERON, INC., PIPE LINING DIVISION Name of Insured P. 0. Box 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. 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 X§MW = Broker: Johnson 6 Higgins Address of AgWXY3W Broker: 4201 Wilshire Blvd., Los Angeles, CA 90010 Telephone No. 933 -6111 J/ Countersigned by: Author nsurance Company Representative) fe sal ) to Hal Effective date of this endorsement: November , 1975 , Endorsement No. NOT NUMBERED olic Term Limits of Liability Each Occurrence (Minimum: Aggregate (Minimum: C vera a o. $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contracts F1Ql�` %PLtJk%INFOR . TION` BELOW � Policy No. COMPREHENSIVE LIAB. Combined Single From: 7 -1 -75 $ 500,000 Protecti Limit Bodily Injury 350 -41 -36 $ 500,000 Products or Property Damage To: 7 -1 -78 $ 500.000 $ 500,000 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 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 X§MW = Broker: Johnson 6 Higgins Address of AgWXY3W Broker: 4201 Wilshire Blvd., Los Angeles, CA 90010 Telephone No. 933 -6111 J/ Countersigned by: Author nsurance Company Representative) fe sal ) to Hal Effective date of this endorsement: November , 1975 , Endorsement No. NOT NUMBERED :1�111�1'VIl 400 SOUTH ATLANTIC BOULEVARD, MONTEREY PARK, CALIFORNIA 91754 Telephone: (213) 576-3411 A Telex: 69 -53% December 10, 1975 'G PUBLIC 1975s --a DEC 1219755- _� CITY OF NEWPORT BEACH, J CALIF. City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beach, California 92660 Attention: Al Beingessner Project Engineer Gentlemen: Ameron, Inc. Pipe Lining Division Insurance Certificate Contract No. 1750 Enclosed is a certificate certifying our excess limits of liability which conform to your requirements for the $1,000,000 products aggregate. Our basic certificate was forwarded to you on November 21, 1975. Very truly yours, Administrator,.Property Insurance DHenderson:.ktg Enclosure CC: R. S. Diemer PLD Wilmington H. P. Schoeller 1 PLD Wilmington CERTIFICATE OF INSURANCE • • ISSU €D BY (TYPE FULL NAME OF INSURING COMPANY) The Home Insurance Company This is to Certify, that policies in the name of r NAMEO Ameron, Inc. INSURED and 400 South Atlantic Blvd., ADDRESS Monterey Park, California 91754 L are in force at the date hereof, as follows: J -:1 -t; 1 L) 1915 THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AFFORDED BY ANY POLICY DESCRIBED HEREIN. 30 days In the event of cancellation of said policies or a reduction in the limits of liability, the company willgive written notice to the party to whom this certificate is issued, but failure to give such notice shall impose no Obligation or liability upon the company. CERTIFICATE ISSUED TO: rCity of Newport Beach AND City Hall, 3300 W. Newport Blvd., 11/29/75 AA C ._...� ADDRESS Newport Beach, California DATED A TRORIZED 5 N TIVE Attention: Al Beingessner, — Project Engineer —i M2e514F POLICY LIMITS OF LIABILITY KIND OF INSURANCE POLICY NUMBER PERIOD BODILY INJURY PROPERTY DAMAGE WORKMEN'S Eff. Provided by Workmen's COMPENSATION Exp. Compensation Law —State of NIL COMPREHENSIVE Eff. $ $ ,000 Each occurrence GENERAL LIABILITY Exp. $ ,000 Each occurrence $ ,000 Aggregate $ ,000 Aggregate $ MANUFACTURERS' AND Eff. $ $ ,000 Each occurrence CONTRACTORS' LIABILITY Exp. $ ,DOO Each occurrence $ ,000 Aggregate OWNERS', LANDLORDS' Eff. $ $ ,000 Each occurrence & TENANTS' LIABILITY Exp. $ ,000 Each occurrence $ .000 Aggregate CONTRACTUAL Eff. $ $ ,000 Each occurrence LIABILITY Exp. $ ,000 Each occurrence $ ,000 Aggregate AUTOMOBILE LIABILITY ❑ Owned Automobiles Eff. $ ,000 Each person $ ,000 Each occurrence ❑ Hired Automobiles Exp. $ ,000 Each occurrence ❑ Non -Owned Automobiles COMPREHENSIVE AUTO- Eff. $ ,000 Each person $ ,000 Each occurrence MOBILE LIABILITY Exp. $ ,000 Each Occurrence OTHER: Eff. 7/1/75 $25,000,000. Exc as of Scheduled- Umbrella HEC4975040 Exp. 7/1/78 Underlying Insurances. 30 days In the event of cancellation of said policies or a reduction in the limits of liability, the company willgive written notice to the party to whom this certificate is issued, but failure to give such notice shall impose no Obligation or liability upon the company. CERTIFICATE ISSUED TO: rCity of Newport Beach AND City Hall, 3300 W. Newport Blvd., 11/29/75 AA C ._...� ADDRESS Newport Beach, California DATED A TRORIZED 5 N TIVE Attention: Al Beingessner, — Project Engineer —i M2e514F •�. ., .� ._� .. _.. _.:° s November 12, 1975 City of Newport Beach City Hall, 3300 W. Newport Blvd. Newport Beach, Ca. Attention: Mr. Al Beingessner, Project Engineer Gentlemen: Pipe lining Division rr.e'. (2131835-8101 C.:.-:e Ad-3,ess: PLILINNC;, Cement- Mortar Lining. Cast Iron Water. Mains Balboa Peninsula Area 1975 -76 (Contract No. 1750) The captioned emplover, having complied with the provisions of Section 3700 (b) of the California Labor Code, is self- insured for Workmen's Compensation un':ar Certificate of Consent to Self- Insure No. 598. Claims against this employer for workmen's compensation benefits, including medical treatment, should be made by the employee to Insurance Section - 400 So. Atlantic Blvd., Monterey Park, Ca. 91754. Very truly yours, 0y)d 0� Assistant Secretary LSLeister:ad RECEIVE4 C1TV ATiaRNEV NOV 2 01975► CITY OF NEWPORT BEACH > CALIF. �I 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 follow= ing substituted therefor, and... FURTHER RESOLVED, That B. A. Espiau, L. S. Leister, R. S. Diemer, W. W. Dawdy, Kenneth E. Bender 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 author- ized 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, as subsequently modified by authority of empowering Resolution passed at the regular meeting of the Board of Directors held on September 25, 1972, at the office of the Company, 400 south Atlantic Boulevard, Monterey Park, California, and that the same remains in full force and effect. Date: June 2, 1975 Secretary: Dale E -. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CEMENT - MORTAR LINING CAST IRON WATER MAINS BALBOA PENINSULA AREA 1975 -76 CONTRACT NO. 1750 Approved by the City Council this 14th day of October, 1975. LL uraCity 1 k CITY CLERK SUBMITTED BY: AMERON, INC., Pipe Lining Division Contractor P. 0. Box 457 res7�dd s Wilmington, CA 90744 City Zip 213) 835 -8201 R!Pp one 94 467.50 _ To Bid rice 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 29th day of October , 1975 , at which time they will be opened and read, for performing work as follows: CEMENT - MORTAR LINING CAST IRON WATER MAINS BALBOA PENINSULA AREA 1975 -76 CONTRACT NO. 1750 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 t� he Corporate Seal shalt be affixed to all documents requiring signatures. In the case of a arP 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.) Page la The City has adopted the Standard Specifications for Public Works Construction (1973 Edition) as prepared by the Sout>lern 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 omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature; the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. Ir,4 Classification A Accompanying this proposal is Bid Bond (Cash, Certified C ec ,, Cashier's Check or on 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. (213) 835 -8201 Phone Nu er 10 -29 -75 Date AMERON. INC.. Pipe Lininq Division Bidder's Name (SEAL) S /B. A. ESDiau. Vice President uthorized Signature ut orize Signature' ype o 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 B. A. Espiau Vice President & Manager D. E. McCoia Secretary R. H. Jenner Treasurer r • • Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. None 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. AMERON INC. Pi a Linin Division B1 'Her s ame S /B. A. Esp I ident uthorize ignature Corporation Type of Organization (Individual, Co- partnership or Corp.) S /L. S. Leister Ass't Secretary Wilmington, CA 90744. Address FOWIGINAL SEE CITY CLERK'S FILE C�Y BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Ameron Inc., Pipe Lining Divis Page 4 as Principal, and Federal Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of the amount bid in 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 Cast Iron Water Mains fC- 1750i. 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 29th day of October , 19 75 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney- in- Fact) g AMERON INC., PIPE LINING DIVISION Principal S /B. A. Espiau. Vice President S /Jewel J. Block, Notary Public Commission Expires January 6, 1976 FFDFRAI TNSIIRANr.F rnMPANY Surety I. , , Title Attorney-in-Fact i NON- COLLUSION AFFIDAVIT Page 5 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 agree - ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment 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 materialman 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 inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. AME20N, INC., Pipe Lining Division S /B. A. Espiau, Vice President S /L. S. Leister, Ass't Secretary Subscribed and sworn to before me this 29th day of October , 19 75 . My commission expires: May 7, 1977 S /Mary H. Fistanich Notary Public FOAIGINAL SEE CITY CLERK'S FILE Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. See attached financial statement dated August 31, 1975. On file with City Clerk. i AMERON, INC., Pipe Lining Division S/B A Esoiau Vice President Signed S /L. S. Leister, Ass't Secretary i 0 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. 1975 Public Works Dept. William B. Dye (714)640 -2281 City of Newport.Beach Design Engineer 1974 Dept. of Water and Power Robert S. Bryant (213)481!6208 City of Los Angeles Senior Engineer 1973 Dept. of Water and 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 -92A9 P.U.C. San Francisco. CA Gen. Mar. and Chf_ Eny_ 1970 City & County of San Francisco Arthur H. Frye Jr. 44151558-9282 P.U.C. San Francisco, CA Gen. Mgr, and Chf_ Eng. See attached List. Particulars upon request. AMEPON, INC., Pipe Lining Division gne S /L. S. Leister, Ass't Secretary Bond No. 80656924 • Executed in Triplicate 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 November 10. 1975, ...................... has awarded to AMERON, INC.. Pipe Lining Division hereinafter designated as.the "Principal ", a contract for Cement - Mortar Lining Cast Iran Water Mains, Balboa Peninsula Area. 1975 -76 (Contract No. 1750) 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 Ameron. Inc.. Pipe Lining Division as Principal, hereinafter designated as the Contractor and .... .. .............. Federal Insurance Company ....... as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of 75/100 Forty Nine Thousand Seven Hundred Thirty Three d Dollars ($ 490733.75 said sum being one -half of the estimated amount payable by the City of Nevrport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our. heirs, executors and administrators,.successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his ,subcontractors, fail to pay for,any materials, provisions, provender. or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any.kind or for amounts due.unde'r the Unemployment Insurance Code with respect to such work or labor, that the Surety or,Sureties Will pay for the same, in an amount not exceeding.the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee., to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. . (Labor and Material Bond - Continued) 0 Page 9 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 aright 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 13th day of November , 19 75 - This bond was approved by the City Council of the City of Newport Beach by motion on Date Attest: �I City Clerk I. _. . AMERON, INC., PIPE LINING DIVISION 1. S. LEIST €R, ASST. SECRETARY FEDERAL INSURANCE COMPANY (Seal) l..- (Seal) Richard C. Lloyd - torney -in -Fact (Seal) ACKNOWLEDGMENT OF ANNEXED INSTRUMENT STATE OF CALIFORNIA COUNTY oF. ..... -_ ....... LOS ... Aluza.Z.CS_............. u: On this. ... 13111 ..... day of. ..... NWreJDheX............. In the year one thousand nine hundred and ..9.8.Y.E_I1LY ... £- n....... before me, ........ ......................... ._. 1:£ L7. P. 1..A.._ ZiLQL ls_...................._........ .............................., a Notary Public in and for the County LOS An eles ........................... residing tberein, duty commissioned and sworn, personally appeared of......_ ... ....................�.......... Richard C. Lloyd _ known to me to be the--.1--l-11 ... .__ _ .... _..._.._. _ of FEDERAL INSURANCE COMPANY, the Corporation that executed the within instrument, and also 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. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal in the County of Los Angeles ........_ .......... .................._......_..the day c nninnunmmmununnnlnnwlwmlxw4nwxlxlllnnnnwnuannnnnnlxwmlr_ OFFICIAL SEAL JEWEL J. BLOCK Notary Public - Califamia My 'Oub : • ins ...... 8rincipal.0fficein ......... ------------ `_- Los Angeles County my Commission Fx fires lenua 6 1976 I =11111111141111WIMWXIWx1iIWIWN IY4Mw114w11XWIlYw and year in this certificate tint above written. ...... .... .........._ ... ................. Notarq Pub m ' d for hs County of -.. os...s>�1.gal- as .. ...... .....State of CalSoraia I., MI ED iN l 5 Bond No. 80656924 remium $373.00 ecuted in Triplicate Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 10, 1975, has awarded to AMERON, INC., Pipe Lining Division hereinafter designated as the "Principal ", a contract for Cement - Mortar Lining Cast Iron Water Mains, Balboa Peninsula Area, 1975 -76 (Contract No. 1750) in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Ameron, Inc., Pipe Lining nivicinn ................. as Principal, hereinafter designated as the "Contractor ", and Federal Insurance romnanv As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Ninety -Nine Thousand Four Hundred Sixty -Seven � 50 /IPAllars ($ 99_467_50 said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,.his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. 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 above named, on the IIth day of November , 1975 AMERON, INC., PIPE LINING DIVISION L S. FEDERAL INSURANCE COMPANY (Seal) LL2Z�-I� (Seal) Richard C. Lloyd - ttorney -in -Fact (Seal) Surety ACKNOWLEDGMENT OF ANNEXED IN&MUMENT STATE OF CALIFORNIA COUNTY OF ...... ... AnRalss ............. On thia.131h ...... day of ... ....... - in the year one thousand nine hundred and...... A 9XP Atx •.. f L.".. before me, ......... ............ ....... . .......... ....... ....... ............... -, a Notary Public In and for the County of ...... . ................. ............................... s Angeles ....... .."siding therein, duly commissioned and sworn, monally appeared 7, Lloyd ' * ... Attornev-rn-Fact ............. 11 ....... ........... ........... ........ I ... __ ... - .................... ..... . .... .... known to me to be the ........ ........ I ------- - . ............. . . of FEDERAL INSURANCE COMPANY, the Corporation that executed the within instrument, and also known to me to be the person........ who executed the within instrument on behalf of the Corporation therein named and acknowledged to we that such Corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal in the County of ............. _ ... L.o.s.-AlIF, ...... ___ __the day and year in this certificate first above written. OFFICIAL W1 .......... P� and t 0 Coaaty of JEWEL J. BLOCK y • Noafy ftbft - CaRNIMIN Notary CLS.. I=Pias ..... ... State Of Cal My Co` .......... Los Angeles County a kes aftu 6. 1976 commission Page 12 CONTRACT THIS AGREEMENT, made and entered i nto thi s ;t, ri/ day of /Yc v,6r y j aa , 19 75- , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and AMERON, INC., Pipe Lining Division, hereinafter designated as the Contractor, party of the second part. WITNESSETH2 That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Cement - Mortar Lining Cast Iron Water Mains, Balboa Peninsula Area, 1975 -76 (Contract No. 1750) and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment. labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the' suspension or discontinuance of work. except such as in said Specifications are expressly stipulated to be borne by the City ;''and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications. the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case May be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. 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. ATTEST: CITY OF NEWPORT BEACH, CALIFORNIA a r ,. _ C_ ,XJ (SEAL) y. L S. LUSTER, ASST. SECRETARY it e 0 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CEMENT - MORTAR LINING CAST IRON WATER MAINS BALBOA PENINSULA AREA 1975 -76 CONTRACT NO. 1750 PROPOSAL To the City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92660 Gentlemen: PR 1 of 2 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. 1750 in accordance with the City of Newport Beach Drawing W- 5114 -S, the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work in place, to wit: F, 1. 14,450 Clean and install cement mortar Linear Feet lining, in place, in 6 -inch cast iron pipe. PRICE PRICE @ Four Dollars and Forty -five Cents $ 4.45 $ 64.302.50 Per Linear Foot 2. 2,200 Clean and install cement mortar Linear Feet lining, in place, in 4 -inch cast iron pipe. @ Four Dollars and tI � Cents $ 4.45 $ 9,790.00 Per Linearoot 3. 8500 -10 Rental of 2" bypass piping, Linear Feet- delivered to and picked up from Weeks City Yard. @ No Dollars and Cents $ io $ R,Snn_nn Per inear Foot Per Week PR 2 of 2 ITEM QUANTITY ITEM DESCRIPTION UNIT L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 300 -10 Rental of 3/4" service hoses Each -Weeks delivered to and picked up from the City Yard. @_ One _ _Dollars and Per Each �,I±,, Per Week � _ �`Q _____ Cents $__ 1.50 $_.4, o 5. 40 -10 Rental of street plates delivered Each -Weeks to and picked up from City Yard @ Fifteen Dollars and NQ Cents $ 15_nn $ F,nnn np Per Each er Wee 6. 5 Crew delay and /or assist work while Crew -Hours waiting for City to complete support work. @ Two Hundred Sevens -five Dollars and Per ONn _ Cents $275.00 _ $ 1,375.00 Crew Per Hour TOTAL PRICE WRITTEN IN WORDS Ninety -Four Thousand Four Hundred Sixty -Seven Dollars and Eifty Cents $ 94,467.50 Contractor's License No. 154A _ Bidder's Name Date 10 -99u5: Aut' horize ignature S /L. S. Leister, Asst Secretary P. 0. Box 457. Wilminoton. CA 90744 Bidder's Address Te p M NumO er CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR CEMENT - MORTAR LINING CAST IRON WATER MAINS BALBOA PENINSULA AREA 1975 -76 CONTRACT NO. 1750 i Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. BIDDER'S QUALIFICATIONS AND EQUIPMENT . . . . . . . . . . . . . . . . I 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 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 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 I i INDEX TO SPECIAL PROVISIONS - Continued CONTRACT NO. 1750 Page A. MATERIALS - Continued 4. Sand ............................4 5. Admixtures . . . . . . . . . . . . . . . . . . . . . . . . . 4 6. Water . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. ACCESS TO WORK . . . . . . . . . . . . . . . . . . . . . . . . . 4 C. CLEANING INTERIOR PIPE SURFACES . . . . . . . . . . . . . . . . . 5 D. CEMENT MORTAR FOR LINING . . . . . . . . . . . . . . . . . . . . 5 1. General . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 2. Testing . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 E. APPLICATION OF CEMENT MORTAR LINING . . . . . . . . . . . . . . . 5 1. Thickness of Lining . . . . . . . . . . . . . . . . . . . . . 5 2. Machine Placement . . . . . . . . . . . . . . . . . . . . . . 6 3. Hand Placement . . . . . . . . . . . . . . . . . . . . . . . 6 4. Surface Finish . . . . . . . . . . . . . . . . . . . . . . . 6 5. Hand Finishing . . . . . . . . . . . . . . . . . . . . . . . 6 6. Cure of Lining . . . . . . . . . . . . . . . . . . . . . . . 6 F. CLEARING LATERALS . . . . . . . . . . . . . . . . . . . . . . . . 6 G. OBSTRUCTIONS . . . . . . . . . . . . . . . . . . . . . . . . . . 7 H. VALVES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 I i . 0 SP of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CEMENT - MORTAR LINING CAST IRON WATER MAINS BALBOA PENINSULA AREA 1975 -76 CONTRACT NO. 1750 I. SCOPE OF WORK 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 Pro- visions, the City's Standard Special Provisions, the Plans (Drawing No. W- 5114 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifi- cations are the Standard Specifications for Public Works Construction, 1973 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA, 90034, Telephone (213) 870 -9871. Copies of the City's Standard Special Pro- visions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. II. BIDDER'S QUALIFICATIONS AND EQUIPMENT Only bids from responsible bidders will be considered. To qualify as a responsible 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 quali- fications 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 similar 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 Monday, January 26, 1976, and, once the work is started, all work must be completed in 85 consecutive calendar days or by May 31, 1975, whichever occurs first. 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. SP 2 of 7 The contractor shall schedule the work to be done in two phases (each phase com- prising approximately 50% of the total linear feet of main to be lined), and shall allow up to 3 weeks between the two phases 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, structures and substructures 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 City water, it shall be his responsibility to make arrangements for water by contacting the City's Utility Superintendent, Mr, Tom Phillips, at (714) 640 -2221. 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. SP3of7 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 3, 4 and 5 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 bid for the rental equipment. The rental cost shall terminate two days after notifica- tion 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 3, 4, and 5. 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 3, 4 and 5. 0 XIII. CONSTRUCTION DETAILS A. MATERIALS 6 SP4of7 1. Portland Cement - -shall conform to the requirement of Section 201 -1.2 of the Standard Specifications for law alkali cement. 2. Cements for Blending with Portland Cement -- Natural cement shall be Type N in accordance with the latest revision of ASTM Designation 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 XIII -A -1 of these Special Pro- visions. Pozzolanic material shall conform to the requirements of Section XIII -A -2 of these Special Provisions. The percent of Portland cement that can be replaced with Pozzolan shall conform to the require- ments of Section XIII -D -1 of these Special Provisions. 4. Sand - -shall conform to the requirements for soundness as specified in 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 S /RC greater than 1.0 when determined by the latest revision of ASTM besignation: 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. B. ACCESS TO WORK Access holes to the water main will be provided by the City in accordance with Section XI -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 XI 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 main- tain a proper curing condition. The City will reinstall the sections of water main removed by the con- tractor. ! i 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 surface free from foreign matter, without accumulated water on the pipe wall or at the joints. D. CEMENT MORTAR FOR LINING 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 ± 2z% by weight. SP 5 of 7 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, consis- tent with proper plasticity for application, and with due allowance for slight variations of temperature, length of haul of the cement mortar and moisture conditions in the pipe. Cement mortar shall be mixed for not less than 112 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 in- gredient added to the mix. 2. 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 (XIII -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 conform 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. * 41 SP 6 of 7 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 compressed 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. 5. Hand Finishing Cement mortar for hand finishing and repair shall be of the same mater- ials and proportions as the mortar used for machine lining. Defective areas in the machine - applied lining shall be cleaned of all loose for- eign 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 appli- cation of mortar lining to that particular pipe section, whether a normal working day or otherwise. 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 main- tain 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. 0 SP7of7 • 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. VALVES The contractor shall remove main line valves from the line when the lining operations necessitate such removal. Interior surfaces of valves not removed shall be cleaned. Where working inside the pipe is impractical, the contractor may remove bonnets and gates, clean the interiors, replace bonnets and gates using new bolts and gaskets meeting the requirements of the applicable AWWA valve standard. All new parts required shall be supplied by the contractor. 0 RESOLUTION NO. 8 6 3 4 El A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO AMERON, INC., PIPE LINING DIVISION FOR THE CEMENT- MORTAR LINING OF CAST IRON WATER MAINS ON BALBOA PENINSULA (CONTRACT NO. 1750) WHEREAS, pursuant to the notice inviting bids for work in connection with the 1975 -76 cement- mortar lining of cast iron water mains on Balboa Peninsula, in accordance with the plans and specifications heretofore adopted, bids were recieved on the 29th day of October, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor 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 $94,467.50 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 10th day of November , 1975. Mayor ATTEST: City Clerk DDO:yz 11/3/75 r 0 l 4 7 t!i A W� D � v ti L _t-om H n 1 2 2 v F z N 31, ;.. aW iJir z � 0 z — O z F 0 W 4 U 1' w u s m IAll��l� mte�tu�td�nu� ��Illl�n�lllll 161���IfIW111��1111�� �iil� �eem� 4 U 1' w u s m CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CEMENT - MORTAR LINING CAST IRON WATER MAINS BALBOA PENINSULA AREA 1975 -76 CONTRACT NO. 1750 Approved by the City Council this 14th day of October, 1975. L ura Lagios, City 1 k SUBMITTED BY: AMERON, PIPE LINING DIVISION Contractor I?.ol gt 4S7 Address (04muc. -Cotz CA. g0164 Ctty Zip C2�) 835- SlA I TeTp one Total 8 Price • Page 1 j 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 29th day of October , 1975 , at which time they will be opened and read, for performing work as follows: CEMENT - MORTAR LINING CAST IRON WATER MAINS BALBOA PENINSULA AREA 1975 -76 CONTRACT NO. 1750 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. B. C. D. E. F. Proposal Designation of Subcontractors Bidder's Bond Non - collusion Affidavit Statement of Financial Responsibility 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 t� he Comer o_ra�te Seal shall be affixed to all documents requiring signatures. In the case of a arP 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.) Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y t e Sout 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 omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. % 5 of Classification. Accompanying this proposal i , uasnler -s LnecK 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 agrees to comply with such provisions before commencing the performance of the work of this contract. �213� $3�j— 82p AMERON, INC., PIPE LINING D Phone Number Bi.d r s N#me Date -2q —� S Xi µt Wr,l,Z 1gnA :ure L S. LUSTER, ASST. SECRETARY of 0rganization - WVV - ividual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: L JQ TC1►�.0 <JALQC '(3. R . C sT� A qu. ,b. s. WC.C_t* cy V. la • -Se t.3%ee- MT %CAPOPQ bENT j MA.t- .3 Or. EA2 S�cQ�Zlatiy 9 • Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work I. N oKE 4. 5. 6. 7. 8. 9. 10. 11. 12. Subcontractor a�V L. S. MSTER, ASST. SECRETARY. Address AMEP.ON, Ii ?r. PIPE LINING DIVISION Bidder's Name Y IA. ESPIAU, VICE ftMM1 zed Signature Type of Organization (Individual, Co- partnership or Corp.) it %U b& &:Tdo gl cP go'1AA Address BOND NO. 80598341 -H Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Ameron Inc. Pipe Linine Division I , as Principal, and Fpdpral Tnnuranyp Cmmpany , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of the amount bid in Dollars ($ ), 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 Cast Iron Water Mains 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 29th day of October 19 75 Corporat (Attach Attorne Bl ANERON INC. PIPE LINING DIVISION u' Principal GCJG�_�9'C -ei�- & A ESPIAU, VICE PRESIDE111 L S. LEISTER, ASST Title Attorney- in Fact ACKNOWLEDGMENT OF ANNEXED INSTRUMENT 4 STATE OF CALIFOTA COUNTY OF------ ._........_os. Ang -ales .............} sa: On thia._292h ..... day of . .... QC.tnhei ..... _........... in the year one thousand nine hundred and. .... SVVeRL.y. ... flVe.... before zoo, .... .... .................. _..- ..._Jetanl J. Block ....................................... ................. -, a Notary Public in and for the County of ...... _ ....... Los l..s .. .......AnB a e . .......................... siding therein, duty commissioned and sworn, personally appeared .. Richard ._C...._LloY..d ... ................_.........known to me to be the..... Attorney. -in -Fact of FEDERAL INSURANCE COMPANY, the Corporation that executed the within instrument, and also 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 came. IN WITNESS WHEREOF, I have hereunto Bet my hand and affixed my official seal in the County of ..........._..... _. .the day and year in this Los An�el?s £ertiftcste first above written. ... ............_......_........... ..- ._............. s . unnlnnlllllunmm�nNlnnnnnunmllllnmxnnunmumm�lxnnxmnnNnlumE? OFFICIAL SEAL = ...._ ................_ \-- �.:i<SLu- A,1... ar-- ... JEWEL J. BLOCK � Public in d for the County of Rota y mPcuipblaicf0• CalcifBomPnla .; .. 4t1* °My Corr irea........ P_ - }o ......... State Of California Los Angeles County a My Commission Ex lres Janus� / 6 1976 nlmnnmy Connnlissio nllEnl iris l Jan nIYn111XIfIIInIIIIxn11W1Y1a9 ,L 0 • 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 agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment 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 materialman 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 inducement or any form or character other than that which appears upon the face of the bid Will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whensoever to pay, deliver to, or share with any other person in any way any of the proceeds of the contracts sought by this bid. r _ IL IL ESPIAU, vtcE �� �)/ /L�_ Subscribed and sworn to before me L. S. LEISTER, ASST SECRETA th i s 2'�J_fliay of OC T b SEQ , 195. My commission expires: May 7, 1977 nlnnnmlm nll nllluullmlxllllll ll llnlnn °1 °nnlnnnmunrnnnlnnnnlUlnXIN OFFICIAL SEAL MARY H. FISTANICH r$ NOTARY- PUBLIC CALIFORNIA = PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires May 7, 1977 Alllllll .......................11 l l 1111111111111111111111111111111111111111 11 n11111111111111111111111111111111111111 I 0 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. 5%M�M FINA*%)cjtaL S'TA-T%&k "'rlT 'p-to AuC-us-( 31t t4-7 5 AMERON, INC., PIPE LINING DIVISION I':`ijj • �,dc CONSOL '�J 3D - - Finished products 12,413 12,368 13,854 9,543 Products in process Period D,.Ia August 31, 2975 FINANC'i A.L STATEM..E-NT Materials end supplies Bi'1LA14CE SIIEE'P 17,054 20,610 ( Total at FIFO or average cost _15,704 35,869 37,086 4,1,1 8 3.,3GG LIFO cost adjustment ASSETS (5,051) (5,051) (11866) Net (In Thousands) 32,035 1 -975 1974 Deferred income tax benefits 4,144 4,144 Aug_ July _Nov. _ Aua. CURRENT ASSETS ' 3,395 2,973 Cash 6,676 6,374 6,166 4,978 RFCe_ivables - INVESTPENTS AND ADVANCES 137,539 139,524 Trade 31,018 32,2.14 34,842 31,686 Reserve for collection losses (1,216) (1,231.) (1,234; (1,043) Notes and other 1,582 2,050_ 1,022 1,414 Piet 31,389 33;033 34,630 3 "2,052 Inventories - Finished products 12,413 12,368 13,854 9,543 Products in process 7,752 7,664 9,704 7,727 Materials end supplies 68,058 17,054 20,610 17,030 Total at FIFO or average cost _15,704 35,869 37,086 4,1,1 8 3.,3GG LIFO cost adjustment (5,OSI.) (5,051) (5,051) (11866) Net 30,818 32,035 39,117 32,434 Deferred income tax benefits 4,144 4,144 3,414 2,132 Other current assets 2,126 2,268 3,395 2,973 Total current assets 75,148 77,854 86,722 74,569 INVESTPENTS AND ADVANCES 137,539 139,524 144,032 131,750 Gifford- -I ?ill- A.aerican, at equity 5,342 5,191 4,348 4,236 Unconsolidated subsidiaries and affiliates, at cost less reserves 4,613 4,582 3,773 6,510 9,95 9,773 8,126 10,746 PLANT AND EQUIPMENT Land 5,581 5,406 5,445 5,426 Buildings 17,334 1.1,384 16,853 16,9512 Machinery and equipment 68,058 68,148 63,960 62,321 Construction in progress 9,423 8,843 _ 8,2.53 62_798 _ 100,396 99,781 94;511 91,497 Accumulatcd depreciarion (49,348) (49,272) (46,963) (415,430) Net 51,043 50,Si?9 47,548 46,061 qOODUT LL 1,388 1,388 1,636 368 Total assets 137,539 139,524 144,032 131,750 un;t CONSOLI;40ED Pp.riod Darn August 31, 1975 FINANCIAL STATU.IENT BALANCE SNEET LIABILITIES AND STOCKHOLDERS' EQUITY (In Thousands) 1975 1974 Aug.__ July Nov. AGq. CUERENT LIABILITIES Trade payables 6,704 7,965, 11,05-4 8,IS5 Demand debt domestic 5,000 13,500 foreign tore 671 734 1,496 Other notes and current portion of long -tear debt 1,827 2,136 2,335 2,300 Accrued liabilities Wages and retirement benefits 4,979 4,730 4,383 3,230 Taxes, insurance, interest and other 7,086 6,618 6,589 4,715 Reserves for contingencies 4,743 4,768 4,249 3,806 Federal and other income taxes 2,581 2,484 3,387 1,729 Total current liabilities 28 - 9 1 29,435 38, :91 3.1,465 DEFERRED INCOME TAXES AND INVESTNENT TA.-K CREDITS 3,252 3,252 2,957 2,852 LONG-TERMI DEBT, less current portion Insurance companies '2,000 1 2,000 - 12,009 Banks 24,000 25,500 25,500 15,00(l) Other notes 1,067 1 921 1,023 1,251 Convertible debentures 1,490 1,490 1,892 1,747 38,557 •39,911 40,415 31,498 STOCYHOLDERS' EQUITY Common stock, $5 par Outstanding shares 2,263,929 at August 31, 1975 and 2,212,874 at November 30, 1974 11,380 11,380 11l380 11,380 Capital surplus 4,811 4,811 4,811 4,811 Retained earnings beginning of year 45,976 45,978 41,286 41,2086 Add (deduct) - net income 6,546 5,765 6,1000 3,956 cash dividends (1,576) (11008) (1,702) (11,204" -) treasury stock (11-1-3) (294) adjustment (i93) 50,948 50,735 45,97S 43, 744 Total stockholders' equity 67,139 66,926 62,169 59,935 Total liabilities and stockholders' equity 137,539 139.524 144,032 131,750 r _ —_ i ,'s'+ : ^; I:� �'; • � Unit CONSOLI�'ED Pe,iod 9 Months Data August 31, 1975 FINANCIAL STATEMENT ( STATEMENT OF INCOME (In Thousands) r OTHER INCOME AND (EXPENSE) 1975 Equity in earnings of 1974 Gifford - Hill- A'nerican, Inc. SALE'S Other income from affiliates 158,459 Interest 140,365 COSTS AND OPERATING EXPENSES 322 Miscellaneous (net) 143 (778) INCOME BEFORE INCOME TAXES Cost of sales 117,756 109,443 General and administrative expense 26,779 144,535 21,185 130,.628. INCOME FROM OPERATIONS 13,924 9,737 OTHER INCOME AND (EXPENSE) Equity in earnings of Gifford - Hill- A'nerican, Inc. 1,271 Other income from affiliates 441 Interest (2,960) Gain on ?_and sales 322 Miscellaneous (net) 143 (778) INCOME BEFORE INCOME TAXES 13,146 PROVISION FOR INCOME TAXES 6,600 NET INCOME 6,546 172 566 (2,591) 837 (421) '(1;437) 8,300 4,344' 3,956 NET INCOME PER CONL4ON SHARE (Eased on 2,264,718 shares in 1.975 and 2,285,699 shares in 1974) 2.87 1.73 I. certify that these statements present the financial position of A.meron and its consolidated subsidiaries as of August 31, 1975 and 1974, and their operating results for the nine month periods then ended. �r ✓e J . R P- er arrett . Vice President • • 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. � CAI 5 Tub ►L L.oetcm -DE VT 16.'b4 t b 14) 440 -2281 GST3. of Nt LAZ o% C JOCtt D�Sty1J �7�1�o1\JCC 0,14 'DEPL . OF 4531420E C\iy 0'� LOS A���S Sawa �IJGtN�2 Ictl Ci''U Am -T f z"-j 44d -4208' CtT.� OF Los. 19NGE[ -es ScAkm E)Qat& t7C 16, 17. ♦ �ou�±M CFSW�a FQo�ayc o A07uui2 /d. FRyr- 3Q CQls) 558 -22 T.U.0 . 5Po- )g01Aac-.SCp CA . GEAi. N14L J: CNF, GMG 1 a-i0 C.LIV Caowirt CL 54uF1,?AAxijt0 42Tita2 6!, FRVQ- Af C4n, 358.22tt SAFJ;(aAt4cbwo Cp . Gou.Me.0 -i4 /r.a'N(.. SLR= 4774c4rc= D 41 S T ACT/CCccpRS WbA) fLCOUMT PIPE LINING DIVISION o�[1�num PIPE LINING DIVISION October 29, 1975 City of Newport Beach Public works Department Cement Mortar Lining Cast Iron Water Mains Balboa Peninsula Area 1975 -1976 Contract No. 1750 Proposed Superintendent and Qualifications Mr. Harvey P. Fontaine Jr. has been employed since December 1, 1973 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 recent contracts completed by Mr. Fontaine are: No. Reading, Ma. - 1975 Raleigh, N.C. - 1974 Los Angeles, Ca. - 1975 Corona, Ca. - 1974 Livonia, Mi. - 1974 La Verne, Ca. - 1974 Proposed cement mortar lining equipment, developed and used by Ameron Pipe Lining Division for the past 25 years, will feature an air driven 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, trowel- ing the cement mortar to a smooth, hard surface of uniform thickness. AMERON INC. PIPE LINING DIVISION CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CEMENT - MORTAR LINING CAST IRON WATER MAINS BALBOA PENINSULA AREA 1975 -76 CONTRACT NO. 1750 PROPOSAL To the City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92660 Gentlemen: PR 1 of 2 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. 1750 in accordance with the City of Newport Beach Drawing W- 5114 -S, the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work in place, to wit: 14,450 Clean and install cement mortar Linear Feet lining, in place, in 6 -inch cast iron pipe. Dollars �' T� and — te�iLT T 'C- \l'� GB,-TS Cents Per Linear foot 2,200 Clean and install cement mortar Linear Feet lining, in place, in 4 -inch cast iron pipe. @ —tt ,V (1 L.A Z6 g; Dollars and C Cents Per Linear Foot 8500 -10 Rental of 2" bypass piping, Linear Feet- delivered to and picked up from Weeks City Yard. $A., s6Mo2.So ✓ ✓ @ L2o Dol l ars and a / Tim e�� Cents $ , �o Per Linear Foot Per Wee 0 0 PR2of2 ITEM QUANTITY ITEM DESCRIPTION UNIT ---TZiAC- NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 300 -10 Rental of 3/4" service hoses Each -Weeks delivered to and picked up from the City Yard. @ ©_1�i��t,atL Dollars and ✓ / -4:F FT`�? Qz"6 , Cents $�,� _ $ Per Each Per Week 5. 40 -10 Rental of street plates delivered Each -Weeks to and picked up from City Yard @ Ls-sA� Do l 1 a rs and �Jb CATS Cents $�SEQQJ o v Per Eac Per Wee 6. 5 Crew delay and /or assist work while Crew -Hours waiting for City to complete support work. @ @1161O 1 ars and Dby=Nz , Lx=� Cents $Z—h;, Per Crew Per our (TO,,TAL PRICE ^WRITTEN N IN WORDS ' l {J illyTiThL ,CC.1.4Ac�5grtalp'�2.FWI.�pR�p Dollars / and ✓ / `7l1CCY,r_ Cents $ 94.4t. , Contractor's License No. _154 A AMERON, IINC., PIPE LINING DIVISION Bidder's Name Date % O -ZR —15 x W k L. - kk%C.T (3 J s Address (J-I 835- 8201 1 e eTephoe Number AutnorizV aignatu B. A ESPIAU, VICE PRESIDENT L. S. EISTER, SS'T. SECRETARY ✓�6 I/ �2q.14 r i • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SP_E_CIAL PROVISIONS FOR CEMENT - MORTAR LINING CAST IRON WATER MAINS BALBOA PENINSULA AREA i 1975 -76 CONTRACT NO. 1750 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. BIDDER'S QUALIFICATIONS AND EQUIPMENT . . . . . . . . . . . . . . . . 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 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 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 ii INDEX TO SPECIAL PROVISIONS - Continued CONTRACT NO. 1750 Page A. MATERIALS - Continued 4. Sand ............................4 5. Admixtures . . . . . . . . . . . . . . . . . . . . . . . . . 4 6. Water . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. ACCESS TO WORK . . . . . . . . . . . . . . . . . . . . . . . . . 4 C. CLEANING INTERIOR PIPE SURFACES . . . . . . . . . . . . . . . . . 5 D. CEMENT MORTAR FOR LINING . . . . . . . . . . . . . . . . . . . . 5 1. General . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 2. Testing . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 E. APPLICATION OF CEMENT MORTAR LINING . . . . . . . . . . . . . . . 5 1. Thickness of Lining . . . . . . . . . . . . . . . . . . . . . 5 2. Machine Placement . . . . . . . . . . . . . . . . . . . . . . 6 3. Hand Placement . . . . . . . . . . . . . . . . . . . . . . . 6 4. Surface Finish . . . . . . . . . . . . . . . . . . . . . . . 6 5. Hand Finishing . . . . . . . . . . . . . . . . . . . . . . . 6 6. Cure of Lining . . . . . . . . . . . . . . . . . . . . . . . 6 F. CLEARING LATERALS . . . . . . . . . . . . . . . . . . . . . . . . 6 G. OBSTRUCTIONS . . . . . . . . . . . . . . . . . . . . . . . . . . 7 H. VALVES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ii II CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CEMENT - MORTAR LINING CAST IRON WATER MAINS BALBOA PENINSULA AREA 1975 -76 CONTRACT NO. 1750 SCOPE OF WORK SP 1 of 7 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 Pro- visions, the City's Standard Special Provisions, the Plans (Drawing No. W- 5114 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifi- cations are the Standard Specifications for Public Works Construction, 1973 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA, 90034, Telephone (213) 870 -9871. Copies of the City's Standard Special Pro- visions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. BIDDER'S QUALIFICATIONS AND EQUIPMENT Only bids from responsible bidders will be considered. To qualify as a responsible 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 quali- fications 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 similar 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 Monday, January 26, 1976, and, once the work is started, all work must be completed in 85 consecutive calendar days or by May 31 1975, whichever occurs first. 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. • • SP2of7 The contractor shall schedule the work to be done in two phases (each phase com- prising approximately 50% of the total linear feet of main to be lined), and shall allow up to 3 weeks between the two phases 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, structures and substr 5 -2 and 5 -6 of the Standard Specifications. for any damage to any utilities, structures, operations. VIII. WATER not shown on the plans. Prior to responsible to investigate and ictures in conformance with Section The 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 City water, it shall be his responsibility to make arrangements for water by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 640 -2221. 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. 0 X. PERMITS • SP3of7 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 3, 4 and 5 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 bid for the rental equipment. The rental cost shall terminate two days after notifica- tion 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 3, 4, and 5. 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 3, 4 and 5. XIII. CONSTRUCTION DETAILS • A. MATERIALS • SP4of 7 1. Portland Cement - -shall conform to the requirement of Section 201 -1.2 of the Standard Specifications for law alkali cement. 2. Cements for Blending with Portland Cement -- Natural cement shall be Type N in accordance with the latest revision of ASTM Designation 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 XIII -A -1 of these Special Pro- visions. Pozzolanic material shall conform to the requirements of Section XIII -A -2 of these Special Provisions. The percent of portland cement that can be replaced with Pozzolan shall conform to the require- ments of Section XIII -D -I of these Special Provisions. 4. Sand - -shall conform to the requirements for soundness as specified in 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 S /Rc greater than 1.0 when determined by the latest revision of ASTM besignation: 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. B. ACCESS TO WORK Access holes to the water main will be provided by the City in accordance with Section XI -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 XI 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 main- tain a proper curing condition. The City will reinstall the sections of water main removed by the con- tractor. . • SP 5 of 7 CLEANING INTERIOR PIPE SURFACES "Cleaning" shall be done by the "drag of slime, dirt, loose rust, loose or lining and all foreign materials and pipe, after cleaning, shall present a without accumulated water on the pipe CEMENT MORTAR FOR LINING General method" and shall include the removal deteriorated remains of any original deposits. The interior surface of the surface free from foreign matter, wall or at the joints. 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 ± 21zY 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, consis- tent with proper plasticity for application, and with due allowance for slight variations of temperature, length of haul of the cement mortar and moisture 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 in- gredient added to the mix. 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 (XIII -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 conform 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. . ' • • SP 6 of 7 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 compressed 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. 3. 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. 5. Hand Finishing Cement mortar for hand finishing and repair shall be of the same mater- ials and proportions as the mortar used for machine lining. Defective areas in the machine - applied lining shall be cleaned of all loose for- eign 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 appli- cation of mortar lining to that particular pipe section, whether a normal working day or otherwise. 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 main- tain 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. • • OBSTRUCTIONS SP7of7 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. VALVES The contractor shall remove main line valves from the line when the lining operations necessitate such removal. Interior surfaces of valves not removed shall be cleaned. Where working inside the pipe is impractical, the contractor may remove bonnets and gates, clean the interiors, replace bonnets and gates using new bolts and gaskets meeting the requirements of the applicable AWWA valve standard. All new parts required shall be supplied by the contractor. YEAR 1956 1957 1958 1959 P D, BOX 457, WILMINGTON, CALIFORNIA 90744 SPUNLINE PROCESS (SMALL DIAMETER) CONTRACTS COMPLETED Pipe lining Division Telephone: (213) 835 -8201 Cable Address: $PUNUNE Telex: 641472 -1- 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 8" Avon, Calif. 2,139 Stl 8" Victoria, S. C. 6,818 Stl 12" -1- YEAR 1959 1960 • �Spunline Process Small Diameter -2- LINEAL FEET TYPE DIAMETER Torrance, Calif. 2,315 Stl 10" -12" Whittier, Calif. 3,016 Stl 14" Tustin, Calif. 21414 Stl 18" National City and Chula Vista, Calif. 11,097 CI 8 " -12" Coronado, Calif. 20,238 CI 6"- 8"- 12" -16" Fallbrook, Calif. 9,000 Stl 12" Chandler, Arizona 8,238 CI 4"- 6"- 8"- 10" -12" 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. 7,060 CI 6" -16" Los Angeles, Calif. 6,116 WS 12" E1 Segundo, Calif. 139412 Stl & CI 4" -6" -8" Glendale, Calif. 13,997 CI 6" -8" 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. 22240 Stl 8" Ventura, Calif. 3,163 RS 14" Costa Mesa, Calif. 20,206 RS 8"- 10"- 12" -14" -2- • •Spunline 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. 4,419 Stl 8" -12" Ventura, Calif. 3,200 RS 14" Fullerton, Calif. 31124 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 611- 8" -12" Anaheim, Calif. 2,442 WS 10" Los Angeles, Calif. 4,326 Stl 611- 8" -10" East Providence, R.I. 12,584 CI 10" -12" Chula Vista, Calif. 24,169 CI 4"- 6"- 8" -10" Los Angeles, Calif. 13,500 CI 6"- 8" -12" New Albany, Indiana 7,657 CI 4"- 6"- 8" -16" Los Angeles, Calif. 6,995 RS 12" -16" Inglewood, Calif. 4,650 WS 12" -3- • oSpunline Process Small Diameter ishIffl 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 Cl 4 " -6" -8" Chula Vista, Calif. 30,000 Cl 4"- 6"- 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 4" -6" Los Angeles, Calif. 14,330 Stl 6" Philadelphia, Pa. 11,000 CI 12" Commerce, Calif. 13,830 CI 6"- 8"- 10" -12" West Chester, Pa. 4,000 CI 14" Charleston, S. C. 21,705 Cl. 6" -8" Long Beach, Calif. 12,484 CI 611- 8" -12" Rockport, Mass. 6,521 Cl 10" New Westminster, B. C. 5,860 RS 14" Port Coquitlam, B. C. 3,088 Stl 12" 1963 Mesquite, Texas 37,898 Cl 4 "- 611- 8" -10" Toledo, Ohio 22,927 CI 12" -16" MIE • �Spunline Process Small Diameter LINEAL YEAR FEET TYPE DIAMETER 1963 Brockton, Mass. 4,991 CI 10" 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 Cl 12" Tonawanda, N. Y. 3,317 CI 4" Colton, Calif. 5,446 WS 4"- 6" -10" Glendale, Calif. 21,167 CI 6"- 8" -12" Redlands, Calif. 7,910 Stl 12" -16" -5- • Spunline Process Small Diameter LINEAL YEAR FEET TYPE DIAMETER 1964 Los Angeles, Calif. 9,799 Cl 611-81f Ve:radale, Washington 2,830 WS 1611 Portland, Oregon 3,483 WS 1611 Worcester, Mass. 8,474 CI 1011 - 1211 -1611 Santa Maria, Calif. 3,721 WS 1011 to 2211 Hollister, Calif. 7,358 CI 811 Los Angeles, Calif. 9,780 CI 811 -10" Burbank, Calif. 14,780 WS 411 -6" -811 Arcadia, Calif. 9,502 WS 8f1- 1011 -121t New Albany, Indiana 13,063 CI 611 -811 Stockton, Calif. 21835 WS 1011 Philadelphia, Pa. 21,200 CI 1011 -1211 Cleveland, Ohio 10,873 Cl 121, Philadelphia, Pa. 48,600 CI 611 to 1611 1965 Laurel, Miss. 2,075 Stl 1211 Pasadena, Calif. 6,516 CI 61t -811 -1211 Herrin, Illinois 9,240 CI 1211 San Diego, Calif. 10,765 WS 1011 Pasadena, Calif. 10,515 RS 611-811 Colton, Calif. 4,537 WS 4t1 -611 Glendale, Calif. 21,537 CI 611 -811 New Haven, Conn. 14,768 CI 611- 81t- 10 " -12" aMe YEAR 1965 1966 • Spunline Process Small Diameter -7- LINEAL FEET TYPE DIAMETER 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. 2,739 Stl 6" -10" Lafayette, Calif. 3,617 Stl 4" Alderwood, Washington 13,466 Stl 12" Pawtucket, R. I. 137160 CI 6"- 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" Philadelphia, Pa. 16,783 CI 12" -8" -6" Williamsport, Md. 51160 CI 8" -10" Burbank, Calif. 8,587 CI 4" -6" Rodeo, Calif. 2,867 WS 6" -10" San Francisco, Calif. 3,100 WS 10" -14" Bonsall, Calif. 7,076 WS 6"- 8" -16" Fallbrook, Calif. 27750 WS 8" Fallbrook, Calif. 19,050 WS 8"- 12 " -20" Wilmington, Calif. 11120 WS 611- 8" -16" Saticoy, Calif. 2,652 WS & Stl 20"- 16" -12" -7- •Spunline Process Small Diameter LINEAL YEAR FEET TYPE DIAMETER 1966 Colton, Calif. 49770 Stl 12" -24" San Marino, Calif. 45786 RS 1271- 16" -18" Hyattsville, Md. 16,892 CI 8 "- 12 "- 16 " -201t Ukiah, Calif. 65060 Stl 8't- 12" -16" Pauma Valley, Calif. 6,132 WS 11" Santa Maria, Calif. 7,383 WS 20"- 16"- 1411 -12tt Yorba Linda, Calif. 61202 CI & Stl 8tt- 10" -12" Fallbrook, Calif. 3,186 WS 5" Weymouth, Mass. 161001 CI 1411 - 1611 -20't Leominster, Mass. 8,632 CI 20" -12'1 Victoria, B. C. 1,961 WS 14" Stamford, Conn. 141260 CI Portland, Oregon 2,091 WS 61t Cincinnati, Ohio 102845 Cl 1211 Los Angeles, Calif. .1,996 WS 4 " -61t New Albany, Indiana 7,907 CI 6" -8" San Diego, Calif. 9,407 CI 4" -6" Los Angeles, Calif. 2,027 Cl 12" Covina, Calif. 1,272 WS 6" -10TT Buffalo, New York 35,641 Cl 12" -16" Monrovia, Calif. 3,329 RS 12" -16" 11-M YEAR 1966 Corona, Calif. Rosindale, Mass. Calimesa, Calif. Oregon City, Oregon Washington, D. C. Euclid, Ohio Altadena, Calif. Yorba Linda, Calif. Hagerstown, Md. New Bedford, Mass. Quincy, Mass. Greenville, S. C. Larchmont, New York Pasadena, Calif. Poughkeepsie, N. Y. Cincinnati, Ohio Keene, N. H. Lewiston, Maine Santa Maria, Calif. Portland, Oregon Pomona, Calif. •Spunline Process Small Diameter LINEAL FEET TYPE DIAMETER 4,030 WS 8" 1,350 NS 12" -20" 3,918 RSDJ 8" -6" 8,708 DC 14" -12" 11390 Cl 8 " -10" 2,812 CI 8" -6" 2,639 WS 8" -10" 105435 CI 417- 61f- 8" -10" 2,723 CI 6" 9,262 CI 8"- 10" -12" 3,620 CI 8"- 10" -12" 141373 Cl 12" -16" 21458 CI 8" 11,435 RSDJ 6" 10,597 CI 6" -8" 7,713 CI 16" 9,486 CI 8" -10" 3,371 CI 12" 4,744 WS 6 "- 8" -12" 22,396 WS 12 " -8" 1,005 RS 16" -10- appunline Process Small Diameter LINEAL YEAR FEET TYPE DIAMETER 1966 Sacramento, Calif. 1,662 Stl 12" 1967 Brookline, Mass. 5,852 CI 8"- 10"- 12"- 16 " -20" Yorba Linda, Calif. 15,888 CI 4" thru 14" Glendale, Calif. 18,377 CI Monterey, Calif. 10,330 WS 6"- 8" -12" Downey, Calif. 3,273 CI 4" -6" Inglewood, Calif. 10,968 WS -CI 6" thru 12" Nashua, N. H. 11,928 CI 8"- 10 "- 12" -16" Hamden, Conn. 18,075 CI 8"- 10" -12" San Francisco, Calif. 5,717 WS 12" -14" San Marino, Calif. 2,500 CI 8" Santa Paula, Calif. 1,200 WS 16" Philadelphia, Pa. 25,952 CI Whittier, Calif. 1,100 WS 14" El Monte, Calif. 1,437 CI 4" Burbank, Calif. 11,878 CI 6 "- 8" -10" San Francisco, Calif. 1,280 RS 15" Glendora, Calif. 5,620 Stl 5 "- 6" -10" Haleiwa, Hawaii 6,330 WS 10" Sacramento, Calif. 5,935 RS 16" Glen Ridge, N. J. 7,749 CI 6" -10- -11- Spunline Process Small Diameter LINEAL YEAR FEET TYPE DIAMETER 1967 Emporium, Pa. 10,834 CI 4 " -6" Winchester, Mass. 8,367 CI 6 "- 8 " -16" Bridgeport, Conn. 7,914 CI 8" -12" Cambridge, Mass. 6,752 CI Cleveland, Ohio 26,305 CI 12" Stamford, Conn. 18,030 CI Omaha, Nebraska 16,209 CI 6 " -8" La Crescenta, Calif. 2,920 WS 4 " -6" La Mesa, Calif. 8,112 CI 6" -10" Cleveland, Ohio 6,759 CI 16" Cincinnati, Ohio 15,946 CI 8 " -12" Freeport, Texas 19,847 WS 8 " -12" Downey, Calif. 3,216 CI 4" Redlands, Calif. 13,175 RS 16" Vernon, Calif. 21,993 CI 8 "- 10 1112" Vancouver, B. C. 5,286 Stl 14" -16" Corona, Calif. 1,980 WS 8" 1968 Glendale, Calif. 18,861 CI -Stl 6 "- 8 "- 12 " -16" San Diego, Calif. 4,958 CI 12" Redlands, Calif. 1,500 Stl 10" Bonsall, Calif. 4,400 WS 6 " -18" -11- YEAR 1968 Opunline Process Small Dia- ,.eter -12- LINEAL FEET TYPE DIAMETER Philadelphia, Pa. 10,191 CI 8 "- 12 " -16" Santa Paula, Calif. 2151.1 _._..RS ._., 14" Fillmore, Calif. 3,261 WS 12" Nashua, N. H. 7,818 CI 8" -12" Inglewood, Calif. 4,490 CI 6 "- 8 " -12" Wilbraham, Mass. 54,130 CI 6 "- 8 " -10" Stamford, Conn. 38,230 CI 6 "- 8 " -12" Omaha, Nebraska 28,903 CI 6" -8" Zanesville,Ohio 3,058 CI 12 " -16" Lakeport, N. H. 3,348 CI 10"- 12" -14" Burbank, Calif. 12,805 CI -Stl 6" -8" Jaffrey, N. H. 19,169 CI 12" Keene, N. H. 14,221 CI 8 "- 12" -14" Pawtucket, R. I. 5,025 CI 12" Meredith, N. H. 15,598 CI 611- 8" -10" Glendora, Calif. 6,850 Stl 14 " -20" Philadelphia, Pa. 3,890 CI 6 " -8" Del Mar, Calif. 6,580 WS Pasadena, Calif. 10,216 Stl Covina, Calif. 2,457 WS 12 " -16" Pauma Valley, Calif. 9,639 WS 5 " -6 " -8" -12- • Ppunline Process Small Diameter LINEAL YEAR FEET TYPE DIAMETER 1968 Bonsall, Calif. 1,500 WS 8" Pauma Valley, Calif. 1,000 WS 6" Riverside, Calif. 1,334 WS 8" Colton, Calif. 3,507 WS 8 " -10" Fremont, Calif. 15,013 WS 10" Pauma Valley, Calif. 5,450 WS 8" Pauma Valley, Calif. 12,574 WS 10" -8" Pala, Calif. 8,589 WS 8" 1969 Pasadena, Calif. 5,618 CI 16" Cleveland, Ohio 20,106 CI 611- 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 8 "- 10" -12" 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 6" Burbank, Calif. 12,510 CI 6 "- 8 " -10" -13- 0 0 Toronto, Canada Meredith, N. H. Long Beach, Calif. Whittier, Calif. Cambridge, Mass. Pasadena, Calif. Corona, Calif. San Diego, Calif.(Navy) Pasadena, Calif. San Diego, Calif.(Navy) Downey, Calif. Inglewood, Calif. La Verne, Calif. Los Angeles, Calif. Bonsall, Calif. Colton, Calif. Los Angeles, Calif. Hamilton, Ont., Canada pu.nline Process Small Dias:eter LINEAL FEET TYPE DIAMETER 29,077 CI 6" 13,095 CI 6" -8" 9,802 CI 12" 3,860 Stl 4 " -6" 10,439 CI 10 " -12" 13,470 CI 8 " -12" 1,744 WS 14" 13,460 CI 16" 14,331 Stl 6 " -8" 7,150 CI 3,762 CI 4 " -6 " -8" 6,393 VC 15" 3,054 WS 14" 2,347 WS 12" 5,200 WS 8" -14" 3,384 Stl 4 " -6 " -8" 9,060 WS 4" 1,350 CI 6" -14- • • Spunline Process Small Diameter 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" I Fallbrook, Calif. 21,675 WS 12" Atlanta, Ga. 21,960 CI 6" Vernon, Calif. 17,887 CI 8 "- 10" -12" Stamford, Conn. 15,431 CI 6 " -8" Carson City, Nevada 10,795 WS I 6" 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 Faso, Texas 35,425 WS 12" Fall River, Mass. 9,311 CI 8 " -12" Mira Loma, Calif. 3,956 RS 8" 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 " -1.6" Azusa, Calif. 3,000 WS 14" -15- -16- • Spunline `rocess Small Diameter LINEAL YEAR FEET TYPE DIAMETER 1971 San Marino, Calif. 7,542 WS 6 " -8" Long Beach, Calif. 12,352 CI 12" Apple Valley, Calif. 5,804 WS 12 " -14" Loronto,Ont.,Canada 29,210 CI 6 " -12" Los Altos, Calif. 11,057 WS 8" Stoughton, Mass. 13,984 CI 10 " -12" Waterville, Maine 15,088 CI 8" to 14" Cleveland, Ohio 9,417 CI 6 "- 8 " -10" Emporium, Pa. 71800 CI 4 " -6" Farmington, N.M. 72,640 WS 10" Vernon, Calif. 14,141 CI 8" to 14" Winchester, Mass. 8,700 CI 6"- 8 " -10" Victoria,B.C.,Canada 3,627 WS 10" -12" San Bernardino, Calif. 5,250 WS 12" Windsor,Ont.,Canada 12,696 CI 6" 1972 Vancouver,B.C.,Canada 34,000 WS 12 " -14" Burbank, Calif. 11,400 CI 6" -12" Toledo, Ohio 22,550 CI 6" to 30" Colton, Calif. 3,924 WS 4" -6 " -8" Fallbrook, Calif. 5,000 WS 12 " -14" Long Beach, Calif. 12,992 CI 12" Monterey, Calif. 9,530 CI 8 " -12° -16- • • Spunline Process Small Diameter LINEAL YEAR FEET TYPE DIA:,IETER 1972 Glendale, Calif. 10,085 CI 8" Los Angeles, Calif. 13,785 CI 6 " -8" Spokane, Washington 3,400 R'S 1c" 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 V-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 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 15,818 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 LINEAL FEET TYPE DIAMETER La Canada, Calif. 7,303 WS 6 " -8" Yucaipa, Calif. 2,493 WS 6" . . .. . . D?w.ney, Calif. .... . _. . ..... .. 3,175 .. _.... .. I ..I..... CI .....,. ........ -, :, . 4 " -6" Los Angeles, Calif. 2,910 CI 4 " -6" Nashua, N.H. 9,337 CI 10 " -12" Calimesa, Calif. 3,663 WS 12" Franklin, Mass. 3,581 CI 12" Long Island, N.Y. 13,431 CI 12" -16" Vernon, Calif. 26,906 CI 8" thru 16" Los Angeles, Calif. 41,935 WS 6" Clackamas, Oregon 8,066 WS 16 " -18" Fallbrook, Calif. 33,959 WS 8" thru 16" Fair Oaks, Calif. 2,657 WS 12" Wilmington, Calif. 2,148 WS 811- 10 " -12" Alhambra, Calif. 3,400 RS 16" Colton, Calif. 7,148 WS 4 " -6" -8" Riverside, Calif. 7,817 CI 10" -18" La Verne, Calif. 17,249 WS 8" thru 16" Los Angeles, Calif. 20,789 CI 6"- 8" -12" Norfolk, Va. 3,100 CI 12" Hyattsville, Maryland 19,020 CI 6 " -8" Hazelton, Penn. 16,000 CI 16" Waltham, Mass. 16,690 CI 10 " -16" Chester, Penn. 6,100 CI 6" -8" -18- • • Sounline Small Dia Process -.eter I LINEAL i .YEAR FEET TYPE DIAMETER 1974 Miramar, Calif. 28,112 CI 6 " -16" Coronado, Calif. 11,735 CI 12" -16" Lynbrook, N.Y. 11,127 CI 12" Los Angeles, Calif. 3,250 WS 12" Medford, Mass. 3,760 CI 8" Livonia, Mich. 17,590 CI 12" Los Angeles, Calif. 22,392 CI 8" -12" Los Altos, Calif, 5,775 T & C 8" Beverly Hills, Calif. 14,506 WS 6" -18" Los Angeles, Calif. 1,775 CI 16" 1975 San Bernardino, Calif. 3,855 WS 12" North Reading, Mass. 18,095 CI 10 " -12" Buffalo, N.Y. 191 NS 16" Emporium, Penn. 12,450 CI 8" Newport Beach, Calif. 10,280 CI 6" -14" Wilmington, N.C. 13,390 CI 12 " -16" Tustin, Calif. 2,627 WS 8" Glendale, Calif. 12,855 CI 6" -12" Murray Hill, N. J. 2,100 WS 8" Goleta, Calif. 8,000 WS 8" Colimesa, Calif. 1,518 WS 12" Los Angeles, Calif. 7,008 CI 8" -10" Reno, Nevada 2,004 WS 14" Independence, Ohio 6,100 Ci 12" Covina, Calif. 2,654 WS 12" -19- Spunline Process Small D= a:^eter -20- LINEAL YEAR FEET TYPE DI?S'_ETER 1975 Fillmore, Calif. 1,800 WS 10" Hacienda Hts., Calif. 2,100 RSDJ 10" QQvina,. Calif.. .. 2,.432 ....... ... RS __:....,...,:_. Santa Monica, Calif. 4,000 CI 6 " -12" Ferndale, Washington 3,800 WS 16" -20- 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 follow- ing substituted therefor, and... FURTHER RESOLVED, That B. A. Espiau, L. S. Leister, R. S. Diemer, W. W. Dawdy, Kenneth E. Bender 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 author- ized 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, as subsequently modified by authority of empowering Resolution passed at the regular meeting of the Board of Directors held on September 25, 1972, at the office of the Company, 400 south Atlantic Boulevard, Monterey Park, California, and that the same remains in full force and effect. Date: June 2, 1975 Secretary: Dale E. N,r.C.cig_ ` 4jl