HomeMy WebLinkAboutC-1859 - Cement-mortar lining of cast iron water mains, Lido Isler t .
TO: CITY COUNCIL
FROM: Public Works Department
May 23, 1977
CITY COUNCIL AGENDA
ITEM NO. H -9
SUBJECT: ACCEPTANCE OF CEMENT - MORTAR LINING OF CAST IRON WATER MAINS
ON LIDO ISLE, PHASE I (C -1859)
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 cast iron water mains
on Lido Isle (Phase I) has been completed to the satisfaction of the Public
Works Department.
The bid price was $51,825.00
Amount of unit price items constructed 47,632.00
Amount of change orders None
Total contract cost 47,632.00
Funds were budgeted in the Water Fund
(Account No. 50 -9297 -120)
One bid item required that the contractor disassemble, clean, and
reassemble the existing valves. During construction it was found that the
existing valves had to be replaced. All of this work was performed by City
Utility Division crews. This work by City forces and a lesser usage of the
rental by -pass piping resulted in the decrease in the cost of the contract.
In addition to the actual lining work performed by the contractor,
City Utility Division crews installed and maintained the bypass piping used
to supply water service during construction, replaced the existing valves, and
excavated and backfilled the access holes used for inserting the lining equip-
ment.
The design engineering was performed by the Public Works Department.
The contractor is Spiniello Construction of Chula Vista, California.
The contract date of completion was May 11, 1977. The contractor
completed his work on March 29, 1977.
� 1
/ oseph T. evlin
j ublic W' r s Director
1
PD:jd
SUP
�J
�jL
I
a
C�G
I
,
I I
TV I
rd zual[ti
I YN r 11 I
Y1dX11#914
I ky� /aezlge
ttNE214
�•Vid �w /Ef1f
_w/d l, EM i
j Y/d Rhw w
Y/n Ioliiz0
i Y/d 6v 0
IY/Q 019016E0
(I NA ma
I Y/d�KENlO.(�
I vie taa'd
Y/A hvx#
(I Nd, N/C4R
Y14 C-CAVd
I
I Yta /llld!a
r �d �207/9Ha
V14 � /RENIE
{Iv/dmaz �
aidwn
1 IY/d (l�QC'Elq�&
I. Y,O eWl/�f
1i t O I
♦
s
i
v 5
s. �
1,
i�
13U
4i
1�
V � U 147
v'ai.1
gro S.
♦
v15
`
¢a
o
�jL
I
a
C�G
I
,
I I
TV I
rd zual[ti
I YN r 11 I
Y1dX11#914
I ky� /aezlge
ttNE214
�•Vid �w /Ef1f
_w/d l, EM i
j Y/d Rhw w
Y/n Ioliiz0
i Y/d 6v 0
IY/Q 019016E0
(I NA ma
I Y/d�KENlO.(�
I vie taa'd
Y/A hvx#
(I Nd, N/C4R
Y14 C-CAVd
I
I Yta /llld!a
r �d �207/9Ha
V14 � /RENIE
{Iv/dmaz �
aidwn
1 IY/d (l�QC'Elq�&
I. Y,O eWl/�f
1i t O I
♦
s
i
v 5
s. �
1,
i�
13U
4i
1�
V � U 147
v'ai.1
gro S.
♦
n
v %V . %13 \\
1�1 IA
J
J
y i
�1 Gi
\ � l
` v
c
IJ 1\ \I G
MAINS LINED
raj /� (', / \cy' Y \
OF NEWPORT BEACH
CAST -IRON WATER PIPE
LIDO ISLE PHASE I
DRAWN A-L•W DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO. EXHIBIT `
v15
`
n
v %V . %13 \\
1�1 IA
J
J
y i
�1 Gi
\ � l
` v
c
IJ 1\ \I G
MAINS LINED
raj /� (', / \cy' Y \
OF NEWPORT BEACH
CAST -IRON WATER PIPE
LIDO ISLE PHASE I
DRAWN A-L•W DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO. EXHIBIT `
�v ov 8 1976
y
&3 CITY COUNCIL
„rY ff NaWfORT BEACH
TO: CITY COUNCIL
FROM: Public Works Department
November 8, 1976
CITY COUNCIL AGENDA
ITEM NO. G -3
SUBJECT: CEMENT - MORTAR LINING OF CAST IRON WATER MAINS ON LIDO ISLE
PHASE I, C -1859
RECOMMENDATIONS:
1. Waive the informalities contained in Spiniello Construction
Co.'s bid.
2. Adopt a resolution awarding Contract No. 1859 to Spiniello
Construction Company for $51,825, 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 11:00 a.m. on October 27, 1976.
Bidder
Spiniello Construction Company
Chula Vista, California
Amount Bid
$51,825.00
2. Ameron, Inc., Pipe Lining Division $54,620.00
Wilmington, California
3. Raymond International, Inc., Centriline Department $96,060.00
Oakland, New Jersey
The low bid is 37.1% lower than the engineer's estimate of
$82,414.
The project provides for the cleaning and cement - mortar lining
of approximately 10,530 feet of existing 4 ", 6 ", 10 ", and 12" diameter cast
iron water main pipe on Lido Isle. The project will result in improved water
quality and fire flows.
Funds in the amount of $100,000 have been provided for the project
in the current budget, Account No. 50- 9297 -120. The support work required
for the cleaning and lining operations will be provided by City forces, at an
estimated cost of $18,000. This work includes installation of surface bypass
piping, excavation and backfill of access holes, replacement of pipe sections
removed by the contractor for access to the inside of the pipe, and installa-
tion of new valves as required.
The contract's Special Provisions required each bidder to submit
with his bid the name and qualifications of his proposed project superinten-
dent, and the type of lining machine the contractor intends to use. Spiniello
November 8, 1976
Subject: Cement - Mortar Lining of Cast Iron Water Mains on Lido Isle
Phase I, C -1859
Page 2
Construction Company did not include this information with its bid, but did
provide these documents on October 28, 1976. It is felt that the failure to
provide this information with the sealed bid did not adversely affect the
competitive bidding process.
Spiniello Construction Company has not previously worked for the
City. A check of references supplied indicates that Spiniello has success-
fully performed similar work for other cities.
The plans and specifications were prepared by the Public Works
Department. The specifications require the contractor to start work after
January 31, 1977, and complete the work within 85 days, or by May 31, 1977,
whichever occurs first.
An exhibit is attached showing the location of the work.
eph evlin
lic Wor s Director
hh
Att.
O G I, I: I O t12 c r i3
U
o \\�rrr,�
Q pd 1 ! rte reNru
Ad KGZ /Ek 0� ` ,i ` zoo
Vq) (2NEImE \\I
i Vie UunrN£ Z L—
o f vie iaif sra 1, Sri
c.._J I� vrn.vAl -W 0 1r� LS
z
I ( L_7
140 oellro
P7,4 NifE
�`
Rn. o � I ne;sfENiouEi ��� r��c ca ` Q
ORC
iv Y14
J
V /aF /PENIEI� U
a �p
vie I Eeov
ua�
/��/v4�1
<D <: r
MAINS TO,B�E LINED
G f/n
CITY OF NEWPORT BEACH DRAWN G•1 -N'• DATE 9 -14 -76
PUBLIC WORKS DEPARTMENT APPROVED
CEMENT - MORTAR LINING PUBLIC WORKS DIRECTOR
CAST -IRON WATER PIPE R.E. NO.
LIDO ISLE PHASE I DRAWING No. EXHIBIT `
IiOV 8 1976
By f178 6;111' UUU14eAL r r
Clnr OF MWP_Q�Ri ssACH 0
RESOLUTION NO. p io/'
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
SPINIELLO CONSTRUCTION COMPANY FOR CEMENT -
MOTAR LINING OF CAST IRON WATER MAINS ON LIDO
ISLE, CONTRACT NO. 1859
WHEREAS, pursuant to the notice inviting bids for
work in connection with the cement - mortar lining of cast iron
water mains on Lido Isle, in accordance with the plans and
specifications heretofore adopted, bids were received on the
27th day of October, 1976, and publicly opened and declared;
and
WHEREAS, it appears that the lowest responsible
bidder therefore is Spiniello Construction Company;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Spiniello Construc-
tion Company for the work in the amount of $51,825.00 be
accepted, and that the contract for the described work be
awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 8th day of November , 1976.
Mayor
ATTEST:
City Clerk
DDO /bc
11/2/76
G'
C 12i9�
Ry 1he CITY COUNCIL
CITY AP )jrkWPQRT REACH
TO: CITY COUNCIL
October 12, 1976
CITY COUNCIL AGENDA
ITEM NO. H -11
FROM: Public Works Department
SUBJECT: CEMENT - MORTAR LINING OF CAST IRON WATER MAINS ON LIDO ISLE
PHASE I, C -1859
61*111 h9�LLViGIN;
1. Approve the plans and specifications for the subject project.
2. Authorize the City Clerk to advertise for bids to be opened
at 11:00 a.m. on October 27, 1976.
DISCUSSION:
This project provides for the cleaning and cement - mortar lining
of approximately 2 miles of existing water mains on Lido Isle. The pipes
to be lined were installed in 1930, 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 reduced hydraulic capacity.
The proposed work will restore the hydraulic properties of the pipe, as
well as 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 sur-
face bypass piping, excavation and backfill of access holes, replacement
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, causing mineral deposits on the
walls of the pipe to be disturbed. This 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 minimize these disturbances, and to pro-
vide advance notification to properties which may be affected.
The estimated cost of contract construction is $82,414. The
estimated cost (for purchase of materials and overtime labor) of support
work by City forces is $18,000. Funds in the amount of $100,000 have
been provided for this project in the current budget, Account No. 50 -9297-
120.
. ,r,
October 12, 1976
Subject: Cement - Mortar Lining of Cast Iron Water Mains on Lido Isle
Phase I, C -1859
Page 2
The plans and specifications were prepared by the Public Works
Department. The specifications require the contractor to start work
after January 31, 1977, and complete the work in 85 days, or by May 31,
1977, whichever occurs first.
An exhibit is attached showing the location of the work.
J seph T I Li2vlln
P blic W k Director
:jd
Att.
,cog
9
IN``S �. \
o \\�'d Ica Itys i _... vm YE /rd
1 1 t l
1
Oo
I
3 v�\ / Q� I� I YrauvoiNE 13a SG
v/4 iQ/EfTE C , J ¢ o 13'N
Al eE�±o �� ;I y V �
Y/d � �
ci r,�Lf'� `ice�,iC J Ids 1 \,
\ i Yin oU /ro i� o C' `(j)
1114 0011,cffl
P74 4116F
2n. o I i rr4;�E,vrav�I r--b C-1 _j c� I,
II Yid LORCd II co \` \ ✓ .�,Gr
of C I V/d mMoN
VIA J(IC4R
. ,j ..� ? m � II i I � -7 Lam— .-� �,!'�\ {Jf'VQ� �• � o
7
v
✓� I I Yrd EB0[/ " V
Yre mz4X9� / . � �'i� v
�i Erg �' I I Q O Eli, / MAINS TO BE LINED I k,Pl
I C�O /Jd3•/ /O g I
CITY OF NEWPORT BEACH DRAWN G -L-W- DATE -14 -T6
PUBLIC WORKS DEPARTMENT APPROVED
GCIVILN I —MVK IAK LIN
1:ACT -I0A61 WATOR D
PUBLIC WORKS DIRECTOR
R.E. NO. —._.
0 0-
June 29, 1977
Spiniello Construction Company
2513 Main St.
Chula Vista, CA 92011
Subject: Surety: Fidelity and Deposit Company of Maryland
Bonds No.: 5971880
Project:q Lido Isle Cement Mortar Lining Cast Iron Water Maine
Contract No.: 1859
The City Council on May 23, 1977 accepted the work of subject project
and authorised the City Clerk to file a Notice of Completion and to
release the bonds 35 days after Notice of Completion has been filed.
Notice of Completion was filed with the Orange County Recorder on
May 25, 1977 in Book No. 12212, Page 18. Please notify your surety
company that bonds may be released 35 days after recording date.
Doris George
City Clerk
ag
cc: Public Works Department
°�29E�2
^H , 441, 076.; rT XEMPT
C5
NOTICE OF COMPLETION
PUBLIC WORKS
B% 12212PG ' 18
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
5 Pin. 2 P.M. MAY 251977
L WYLIE CARLYLE, Ccanty RWOI`det
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on March 29, 1977
the Public Works project consisting of
on which SniniPlln Cnnc runiinn Cn_
was the contractor, and Fi apl i t-y and nP nGy} rn>a tV of Maryland
was the surety, was completed.
I, the undersigned, say:
CITY OF NFWPORT RFAC14
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 May 24, 1977 at Newport Beach, California.
L. the undersigned, e
I am the City Clerk of the City of Newport Beach; the City Council of said
City on May-23,1977 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on May 24, 1977 at Newport Beach, California.
•
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
�u -
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 23B
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Cement- Mertar tAning of _Cn- t__Iron
Water Mains on Lido Isle, Phame i Contract No. 1859
on which Spiniello Construction Cooas the Contractor
and Fidelity and Deposit Company of was the surety.
Maryland
Please record and return to us.
Very trul yours,
v GZc-il
Doris George
Citv Clerk
City of Newport Beach
Encl.
i Ik
Date 1 ,,,,W, 19 1926
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1.859
Project C@MMO& Mnrtas La 1 g rAmt Tynn Water Ma{naIM An Tala..9haam T
ffP6" 7%
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Spiniello Construction Company .
Address: 2513 Main Street, Chula Vista, CA 92011
Amount: $ 51,825
Effective Date: November 19, 1976
Resolution No. 8928
Doris George
DG:swk
Att.
cc: Finance Department
M
t •' i
r
CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CEMENT MORTAR LINING CAST IRON WATER MAINS
Approved by the City Council
this 12th day of October, 1976.
LIDO ISLE - PHASE I
1976 -77
CONTRACT NO. 1859
SUBMITTED BY:
SPINIELLO CONSTRUCTION COMPANY
Contractor
2513 Main Street
Address
Chula Vista CA 92011
City
s George, City Cleo
Tota Bid rice
MINUTES OF THE BOARD OF DIRECTORS
SPINIELLO CONSTRUCTION CO.
OCTOBER 12, 1976
1 A meeting of the Board of Directors of the Spiniello Construction Company was held
2 on October 12, 1976, at 25 Airport Road, Morristown, New Jersey. The following
3 were present: Luke C. Spiniello, President, V. James Spiniello, Secretary Trea-
4 surer, and George A. Ferise, Assistant Secretary. It was resolved that Frank S.
5 Dewey, District Manager, be authorized to sign all bids, documents, and contracts
6 in reference to Contract No. 1859, Cement Mortar Lining Cast Iron Water Mains Lido
7 Isle - Phase I 1976 -77, for the City of Newport Beach, California, Public Works
8 Department, being bid at 11:00 A.M. on October 27, 1976. There being no further
911business the meeting was adjorned.
10
11
12
13
14
15
16
17
18i
19
20
21
22
23
24
251
26',
27
28
L
V. James piniell,
Secretary Treasurer::.;
Luke C. Spiniello
President
l �
George A. Ferise
Assistant Secretary
. PR of
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CEMENT - MORTAR LINING CAST IRON WATER MAINS
LIDO ISLE - PHASE I
1976 -77
CONTRACT NO. 1859
PRnpngAl
To the Honorable City Council
City of Newport Beach
3300 W. Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has
examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby
agrees to furnish all labor, materials, equipment, transportation, and services to do all
of the work required to complete Contract No. 1859 in accordance with the City of Newport
Beach Drawing W- 5125 -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:
ITEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
1.
2,400
Clean and install cement - mortar
lining,
Linear Feet
in place, in 4 -inch cast iron pipe.
@ Three
Dollars
and
Fifty
Cents $
3.50
$ 8,400.00
Per Linear Foot
2.
6,500
Clean and install cement - mortar
lining,
Linear Feet
in place, in 6 -inch cast iron pipe.
@ Three
Dollars
and
Fifty
Cents $
3.50
$ 22,750.00
Per Linear Foot
3.
1,600
Clean and install cement - mortar
lining,
Linear Feet
in place, in 10 -inch cast iron
pipe.
@ Three
Dollars
and
Fifty
Cents $
3.50
$ 5,600.00
Per Linear Foot
4. 30
Linear Feet
5. 20
Each
6. 5,000 -12
Linear Feet -
Weeks
7. 130 -12
Each -Weeks
8. 30 -12
Each -Weeks
9. 5
Crew -Hours
l_ J
0
PR2of3
UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Clean and install cement- mortar lining,
in place, in 12 -inch cast iron pipe.
@ Three Dollars
and
Fifty Cents $-3.50 $ 105.00
Per Linear Foot
Clean interior and reassemble exist-
ing gate valve.
@ Fifty Dollars
and
No Cents
Per Each
Rental of 2" bypass piping deliv-
ered to and picked up from City
Utilities Yard.
i 1 1I1 1I
@ No Dollars
and
TPn Cents $ .10 $ 6,000.00
Per Linear Foot Per Week
Rental of 3/4" service hoses deliv-
ered to and picked up from City
Utilities Yard.
@ Two Dollars
and
No Cents $ 2.00 $3 120 00
Per Each Per Week
Rental of street plates delivered
to and picked up from City Utilities
Yard.
@ Ten Dollars
and
No Cents
Per Each Per Week
Crew delay and /or assist work while
waiting for City to complete support
work.
@ Two Hundred Fifty Dollars
and
No Cents
Per Crew Per Hour
$ 10.00 $ 3,600.00
Mill 11%
PR 3 of 3
TOTAL PRICE WRITTEN IN WORDS
Fifty -One Thousand Eight Hundred Twenty -Five Dollars
and
No Cents $ 51,825.00
Contractor's License No. 301579 SPINIELLO CO STRUCTION COMPANY
Bidder's Name
Date October 19. 1976
Authorized Signa ure
2513 Main Street, Chula Vista, CA 92011
Bidder's Address
X714) 423 -8060
Telephone Number
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 11:00 A.M. on the 27 day of October 1976 ,
at which time they wi'1- opened and read, for performing work as fo lows:
CEMENT - MORTAR LINING CAST IRON WATER MAINS
LIDO ISLE - PHASE I
1976 -77
CONTRACT NO. 1859
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 e CCo_r orate Seal
shams be eta Mixed to--all documents requiring signatures. In the case of a arl rtnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
0 0
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as prepared by the Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $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 Category of at
least Class X 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. 8701 adopted February 9, 1976. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive). The contractor shall be responsible for com-
pliance with Section 1777.5 of the California Labor Code for all apprenticeable
occupations.
The contractor shall post a copy of the prevailing wage rates at the job site.
Copies may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 10 -12 -76
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. 301579 Classification "All
Accompanying this proposal is Bid Bond
Cas , Ce rtj fied Check, Cas ier s Check or Bon
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.
er 60
o4 N4 8
October 19. 1976
Date
Bidder's Name
(SEAL)
ut o ze ignature
ut orized ytUTst
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Luke C. Spiniello, President
V. James Spiniello, Secretary Treasurer
George A. Ferise, Assistant Secretary
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
- nunr -
SPINIELLO CONSTRUCTION COMPANY
Bidder s Name
S /Frank S. Dewev. District Manager
Authorized Signature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
2513 Main St., Chula 'ista, CA 92011
Address
ORIGINAL SEE CITY CLERK'S FILROPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, SPINEILLO CONSTRUCTION COMPANY , as Principal,
and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF
THE ATTACHED BID AMOUNT Dollars ($ 10% ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
CEMENT MORTAR ITNINC CAST IRON WATER MAINS, LIDO ISLE - PHASF T
CONTRACT N0. 1859
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 27th day of
October , 19 76 .
Corporate Seal (If Corporation)
SPINEILLO CONSTRUCTION COMPANY
Principal
S %Frank S. Dewey District Manager
(Attach acknowledgement of
Attorney -in -Fact)
S /Angela S. Rabe. Notary Public
FTDFITTY AND DEPOSIT COMPANY OF MARYIAND
Emmmiscinn axpirac Sept 12, 1980 Surety
By S /Glenn F. Davidson
Title Attorney -in -Fact
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 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.
Subscribed and sworn to before me
this 19th day of October
19 76 .
My commission expires:
April 24, 1977
SPINIELLO CONSTRUCTION COMPANY
S /Frank S. Dewey, District Manager
Siaay n- Shepard
Notary Public
0 • Page 6
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
On file with City Clerk.
S /Frank S. Dewey, District Manager
Signed
cc3r,IKi%oil
c0. SINCE 1922
L N L I M[ L R S
LOMTR�LTORS
2513 Main Street
Chula Vista, CA 92011
(714) 423 -8060
(714) 423 -8061
CEMENT MORTAR LINING DIVISION (International)
In place cleaning and cement mortar lining of water mains
MARINE DIVISION
Subaqueous Pipelines and Cables, Outfalls, Intakes
HEAVY CONSTRUCTION DIVISION
Utilities and General Construction
October 27, 1976
City of Newport Beach
Public Works Department
3300 Newport Blvd.
Newport Beach, CA
RE: CONTRACT NO. 1859 - Cement - Mortar Lining. Cast Iron Water Mains
Lido Isle - Phase I 1976 -77
Gentlemen:
HOME OFFICE
25 Airport Road
Morristown, NJ 07960
(201) 539 -6363
As part of the contract agreements for the above mentioned project, we
hereby submit the following:
1. Financial Statement of December 31, 1975
2. Superintendent Experience Qualifications
3. Description of Lining Machines to be used
If further information is required please contact our office.
S'
Frank
District Manager
FSDJto
Enclosurers 1 <�
.0
'I
,. ��. .. -
i�. .... � .. _ ..... . 't
.n - ..
...
. .._ _
r.
r
4.
. ...
� � ,
_ .. ..
F.
9
.
.
_ ..
�.Y..,�
F .,-,
!
....
Sn�at t•a, I:t...t• -AN ANt V'cNIPANY
CC RTI r ED PU 0 L(C ACCO V NTA. :: rS
Ilnfr it r.)'�!rt.b Irrl!'1 l "vA l<D
My e2"WOO
. !212) 2G3�vbA .
o l.11(i i \oard of Directors of
op,n�.ello Construction. Co.
Newark, I'e:; der:7ey -
ha\rC.('_ <_1Ei'_neo i ?;a b-lanco .Jiee't, of .coast_ Iction CO.
as at December 31, 1975 and the related state7!C^nts of income and reMined
earnins and changes in 'f'ir:erlc.i l pos:ic._on for tl7e year than e'rced. D r
einmination was made in aCCO_ . ce with ganerolly accepted' aut1i :_ o stand-
ards, and accordingly included such tests of -the nccountina records and
sQch other all C:i bing procedures as e. considered n,,_ce-,sary. n ' lie C i rcum
stances, - -
In our opinion, the financial Statem: — !i.s neferreo,, to _.hove
present fairly the financial position of Spiniell.o Construction Co. as
at December 31, 1975 and the results of its Operations and changes In
_financial position for the year then `no,cd, in ccnfornity _tn Eenerally
aCCC -i^ved accou-n-tin� U'_inci -les a_.'LI_icil on a baSi.S COI;S iStent.P11 t?7 `i!i3t of
the preceding year.
Newark Heci - Jersey
April 30, 1976
l
R![.1.\OFCS A�Fa'CGN Ina n.\.E e.F Ceu'I VIEC r'U He.IC ACC.OV V:qv rS
MUW.W4 01 CPA AS50 .Ivs 11, F550O ,CD Cr "nw
l
OA
N
51
rl
"1�
p e7
R'J aU
9`
O..
of
�
C
jr
1
n
1
.i
e .. i-
CEMENT MORTAR LINING DIVISION (International)
In place cleaning and cement mortar lining of dater mains
Q1 �Eltg MARINE DIVISION
�1�$j itj Subaqueous Pipelines and Cables, 0utfalls, Intakes
SINCE 2922 HEAVY CONSTRUCTION DIVISION
F NGIN [CRS
Utilities and General Construction
2513 Main Street HOME OFFICE
Chula Vista, CA 92011 25 Airport Road
(714) 423 -8050 Morristown, NJ .07960
(714) 423 -8061 _: (201) 539 -6163
SUPERINTENDENT EXPERIENCE OUALIFICAT16NS
Spiniello Construction.Company hereby appoints Bernard H. Monette as Superintendent
for Contract No. 1859 - Cement - Mortar Lining Cast Iron Water Plains Lido isle Phase I
Personal History
Name: Bernard.H.'PMonette
Address: Sl Bow Street
Arli.agtou, mass.
Birth Date: October 16, 19 43
Ottowa, Canada
Marital Status: Married, 1 C.hiid
Education: St. Josephs Col' -e e, Spswi.tch, pnglpnd
5 Years - G.C.E. Level
University of Calgary, Calgary, Canada
2 Years - Civil Engineering
Work 11listory
Period
1970 to Present
Lm loner and Position
Spinieli o Construction Company
Newark, New j rsey
Project 7nyneer! Superintendent on in
place claming and wnmen*_ mortar lining
projects ,. now water main connny"c tie:-
project; in greater Boston Area, ..;?stmt;
Pass.
Time Employed
6 yrs. * **
-
SPINIELLO CONSTRUCTION COMPANY
Work History
(Cont'd)
Period
I'maJoyer. and Position Timc
r7.,p e ed
1969 to J_ 970
Adams Assoc:iate=_- Consul t.i:-ig
1'Z Yrs.
Engineers, Boston, ..ass.
Resii' nt Engineer, i ti lir.y Con -
.struction rr.ojects, " eater Boston
Bestbn, 'Miss.
,Area,
1967 to 1969
C.E. Maguire Inc. Consulting
1' -i Yrs..
Engineers, 4 ?al.than, i ?s .
Resident L:ngi.neer Site Preparation
Contrarts Urban Renewal :bear,
,Bostrn,
x*,aps.
.
DemoJitior-,Ercrincs, Pa.via,r, idat'er,
Sewer anc re ^,on-
structiorl work.
1966 to 1967
Barr and Parr Inc. Contractor's
6'Mos.
Bostcn, r!ass. :
Superintendent, Hosp.iraj. yeuova=.tioil
Project, Boston i ^aGJ.
1965 to 1966,
Canter Construct.icn Ch.
1 ?_ Yrs.
Brookliiie., MasS.
Project Engineer, Building Projects
Create- Poston Area
1964 to 1965
Canadian Edati.onal. Ra4.'.wav
1 Yr.
Calgary, Canada
Transitman, Chief of Survev Parry
Track Maintenance Deaartment
1974 -75
Naval Air Station North Island
San Diego, California
Quality Control of project
Spiniello Construction Company
1975 -76
Los Angeles County - Malibu
Superintendent for Spiniello
" ^^
Cleaning and Lining Project
1976
City of Pasadena, California
Superintendent for Spiniello
Cleaning and Lining Project
1976
Naval Training Center, San Diego, California
Superintendent for Spiniello
Repairs to Tdater Mains
i
SPIR ID
COAZIUCTION
Co. SINCE 1922
I " 0 1 M E[ M i
C.I.C1 ..
2513 Main Street
Chula Vista, CA 92011
(714) 423 -8060
(714) 423 -8061
11
c:
CEMENT MORTAR LINING DIVISION (International)
In place cleaning and cement mortar lining of water mains
MARINE DIVISION
Subaqueous Pipelines and Cables, Outfalls, Intakes
HEAVY CONSTRUCTION DIVISION
Utilities and General Construction
LINING MACHINE DESCRIPTION
HOME OFFICE
25 Airport Road
Morristown, NJ 07960
(201) 539 -6363
The lining machine has an applicator head, centered
within the pipe, that will centrifugally protect the mortar
against the wall of the pipe at a high velocity in such
manner as to produce a dense mortar equally distributed on
on all wall surfaces of the pipe.
The lining machine is equipped with mechanically- driven
rotating steel trowels immediately following the applicator.
The machine is compensated for torque so it will sit true in
the pipe and the trowel faces will not vary in angle with the
mortar face during a complete 360- degree cycle. The trowels
shall be cleaned at frequent intervals to prevent accumulated
mortar from obtaining an initial set and drawing a sanded or
unglazed finish. Operation of the trowels shall be continuous
at all times during application and forward progress of the
machine.
As an alternate method, an attachment with rotating or
drag steel trowels shall immediately follow the applicator
head, troweling the cement mortar to a smooth hard surface
of intervals to prevent accumulated mortar from drawing a
sanded or unglazed finish. The operation of the trowels
shall be continuous during the application of cement mortar
and forward progress of the applicator head.
The machine shall progress ahead of the lining so that
nothing will come in contact with the troweled surface until
it has attained its final set.
L/
! 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.
1976 City of Pasadena CA #WD -76 -1 George Hurst 213- 577 -4416
PC-361
1976 City of Huntin ton Beach, CA Bill Pata off 714 - 536 -5431
U.S. Navy, NASNI, San Diego, CA Resident fficer in
1975 #N62474 -74 -C -3731 Charge of Construction 714 - 235 -3835
_ 1975 City of Hoboken, NJ Public Works Dept.
Boston, MA
1975 Boston Redevelopment Authority Utilities Dept.
WMI�FRTMM MMMIMID M O. I
S(Frank S. Dewey, District Manager
Signed
0
EM
LABOR AND MATERIAL BOND
BOND #5971880
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted November 8, 1976,
has awarded to Spiniello Construction Company
hereinafter designated as the "Principal ", a contract for
Cement Mortar Lining Cast Iron Water Mains, Lido Isle - Phase I, Contract No. 1859
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 of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing 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 SPINIELLO CONSTRUCTION COMPANY
as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
AND 50 /100
TWENTY FIVE. THOUSAND NINE.H,UNDRED TWELVE Dollars ($ 25 >91 2.50. )
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the Provisions of Section 4204 of the
Government Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
0
(Labor and Material Bond - Continued)
• Page 9
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety 'from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 12th day of NOVEMBER , 19__Z6
n`
SPIN ELLO ON R N PAN (Seal)
Name of Contractor Principal ) -.
Authorized Signature and Title
FIDELITY AND DEPOSIT COMPANY OF (Seal)
Name of Surety
2333 CAMINO DEL RIO SOUTH,SUITE 230,
Address of Surety ban u i ego (;A, yG i uu
1
nS DACEM. WELLINGTON,ATTORNEY-IN -FACT
Address of Agent
297 -7960
Telephone No. of Agent
\
J_
\
*
« m
\ \
\ �
§ \
( �
[ d
It ./7 (
;$@
cd
\ :/
;$§
tee!%
� U3
/ } :
\ Lij,
®±JrG§ �; ; LU l i ) \ t ;j
& �2) § G \\ :
LU::
>, ] 0
2 �
� ;\ \
\ }) \
/ a \$
� �. �
PERFORMANCE BOND
BOND #5971880
KNOW ALL MEN BY THESE PRESENTS, That
Page 10
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted November 8, 1976,
has awarded to Spiniello Construction Company
hereinafter designated as the "Principal ", a contract for
Cement Mortar Lining Cast Iron Water Mains, Lido Isle - Phase I, Contract Nn_ 1859
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 of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, SPINIELLO CONSTRUCTION COMPANY
as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
NO/ 100
FIFTY ONE THOUSAND EIGHT HUNDRED TWENTY FIVE AND Dollars ($51,825.00 ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, 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.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
-4
Page 11
(Performance Bond - Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 12th day of NOVEMBER _,19 76
SPINIELLO CONSTRUCTION COMPANY: (Seal)
Name of Contractor Principal] _
Authorized Signature and Title
FIDELITY AND DEPOSIT COMPANY OF (Seal)
Name of Surety
2333 CAMINO DEL RIO SOUTH,SUITE 230,
Address of Surety bAN UILUU,GA.
SNna'ture and Title of Auth rized Agent
CANDACE M. WELLINGTON,A TORNEY -IN -FACT
Address of Agent
297 -7960
Telephone No. of Agent
y, R
yi
W;
Z�
Q•:
z V)'
O o
.w.l
F
U V
L�.
O
W
H
F
m
T
Y
C
7
O
V
b
m
O
a
a.
L
0
z
ro
d z
o
n°o F
v z
•o —
q J
a J
L W
Y 3
v �
L
40, W
v v
Q
C
O
1
m
0
v
a
Y
Y
h
v
0
C
s
2
C
ti
P W V .LLi. U ti 1
1 49 C C 1
z _
'� • sue.
a
�a
w�
11
CONTRACT
•
Page 12
THIS AGREEMENT, made and entered into this day of1��'
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and SPINIELLO CONSTRUCTION COMPANY,
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
CEMENT MORTAR LINING CAST IRON WATER MAINS
LIDO ISLE - PHASE I CONTRACT NO. 1859
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
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby 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.
CITY OF WORT BEACH, CALIFORNIA
By:
ayor
ATTEST:
City Clf,0
By:
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
CEMENT - MORTAR LINING CAST IRON WATER MAINS
LIDO ISLE - PHASE I
1976 -77
CONTRACT NO. 1859
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 CONTRACTOR . . . . . . . . . . . 3
XIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 4
A. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
1. Portland Cement. . . . . . . . . . . . . . . . 4
2. Cements for Blending with Portland Cement. . . . . . . . . 4
i
INDEX TO SPECIAL PROVISIONS - Continued
CONTRACT NO. 1859
ii
Page
A.
MATERIALS - Continued
3. Blended Hydraulic Cements . . . . . . . . . .
. . . . . . . 4
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 . . . . . . . . . . . . . .
. . . . . . . 5
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.
PROJECT SITE MAINTENANCE . . . . . . . . . . . .
. . . . . . . 7
ii
• SP 1 of 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CEMENT - MORTAR LINING CAST IRON WATER MAINS
LIDO ISLE - PHASE I
1976 -77
CONTRACT NO. 1859
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 Lido Isle.
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- 5125 -S),
and the City's Standard Drawings and Specifications. The City's Standard Specifi-
cations are the Standard Specifications for Public Works Construction, 1976 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. Bidders 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 31, 1977, and, once the work is
started, all work must be completed in 85 consecutive calendar days or by May 31,
1977, whichever occurs first.
The contractor shall schedule the work to be done in two phases (each hase com-
prising approximately 50% of the total linear feet of main to be lined , and shall
allow up to 2 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.
SP 2 of 7
The contractor shall give the City 35 days' advance written notice of his proposed
starting date and shall submit for approval his proposed construction schedule in
accordance with Section 6 -1 of the Standard Specifications, except as modified
herein. The schedule submitted by the contractor shall include the proposed phases
of construction, the approval of which will be predicated on the City's ability to
maintain adequate service supply during construction. Any changes in the approved
schedule will require written approval of the engineer.
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, and with
the standards contained in the Work Area Traffic Control Handbook (WATCH), also
published by Building News, Inc.
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 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 Utilities 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 City
Utilities Yard at the 16th Street Reservoir site, located at
949 West 16th Street, Newport Beach, California.
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.
G. Furnish and install all new valves as shown.
Items "A" through "E" and "G" 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 6, 7 and 8
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. Approximately one -third of the service hoses provided by
the contractor shall be "short ", the remaining two - thirds shall be "long ".
The contractor shall deliver the rental material to the City Utilities Yard at
949 West 16th Street 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 notification
to pick up the material.
In the event the contractor does not begin work within 3 days following the
starting 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 in-
cluded in the rental time for Bid Items 6, 7, and 8. 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.
. • SP 4 of 7
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 -2.2.1 shall not apply to Bid Items 5, 6, 7, and 8.
XIII. CONSTRUCTION DETAILS
A. MATERIALS
1. Portland Cement - -shall conform to the requirement of Section 201 -1.2.1
of the Standard Specifications for low alkali cement.
2. Cements for Blending with Portland Cement -- Natural cement shall be
Type N in accordance with the latest revision of ASTM 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 /R. greater than 1.0 when determined
by the latest revision of ASTM Resignation: 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 -1.2.3 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.
t . . SP 5 of 7
C. CLEANING INTERIOR PIPE SURFACES
"Cleaning" shall be done by the "drag method" and shall include the removal
of slime, dirt, loose rust, loose or deteriorated remains of any original
lining and all foreign materials and deposits. The interior surface of the
pipe, after cleaning, shall present a 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 1, 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 ± 2%% 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, con-
sistent with proper plasticity for application, and with due allowance
for slight variations of temperature, length of haul of the cement mor-
tar 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.
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.
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
y ,� '� • • SP 6 of 7
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, special 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.
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.
CLEARING LATERALS
Laterals and connections to the pipe being lined shall not be left obstructed
by the cleaning or lining operations. Laterals and connections 2 inches and
less in diameter shall be cleared by backflushing with air - -once just prior
to the final cleaning "squeegee "; and again as soon as practical after the
mortar lining has been placed, but before its final set. Backflushing shall
be done in a manner that will not damage the freshly applied lining.
If a lateral or connection remains obstructed after the contractor has attempted
to clear it during either backflushing operation, he shall immediately notify
SP 7 of 7
the City's Utilities Superintendent or Foreman. The contractor shall make
another attempt to clear the obstruction by backflushing with air in the
presence of the City Utilities representative. If the lateral or connection
still remains obstructed, the City will assume the responsibility for clear-
ing the lateral or connection at no additional cost to the contractor.
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 re-
quired 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.
H. VALVES
The contractor shall remove main line valves from the line when the lining
operations necessitate such removal. Interior surfaces of existing valves
not removed or abandoned shall be cleaned after the adjacent main has been
lined.
Payment for work under this item shall include removing the bonnets and
gates, cleaning the interiors, and replacing the bonnets and gates using
new bolts and gaskets meeting the requirements of the applicable AWWA valve
standard. The new bolts and gaskets shall be supplied by the contractor.
The City will furnish and install all new valves as shown on the plans.
PROJECT SITE MAINTENANCE
The contractor shall maintain the project site at all times in compliance
with Section 7 -8 of the Standard Specifications. The contractor shall clean
all excess mortar from the access holes after the lining operation has been
completed at each hole. No discharge of any kind will be permitted into
any sewer or storm drain.
rl
Aak
A&
�
{
2
§
7
j
R
k/
k|
k�
k$
t$
n^
§t
$
�
$
*4
§
�r
k§
�k
/
\
\
,
w
»
m
-
�
�-
�
.
k'-
¥7
r.
V.,
;
%
t»
»
a
m
Z-
�
2
%
IDA
co
IN
IN
i «
<
�
>!
.
z
!
_
ago
.
c
{
»
°
/
z
�|
I
�
Fil;
|c�
(
�
{
2
§
7
j
R
k/
k|
k�
k$
t$
n^
§t
$
�
$
*4
§
�r
k§
�k
/
\
\
n
r.
m
m�
N
--I
1�
�2
y
a'
N
►
J Z
�Z
rS
N,
Y
m
0
� N
J C
J 3
J
J
.D
00
-41
H
i1
Su
N
\
n
A
�
Z
H
FF
N
M1
O
666
W
,
=
TA
OD
tA
ut
IS
o
°o
o
t� u•
oONpo
W
w
W
�r
A U
�
1
110
to
ro
s th
p
o
vi
I
I
°`0000
N
.
0
I
.V
N
V`1�00
W
W
ZrRS
F f eA
IB
l °o
to
l0
S
l$
.
I°
1
►c
-+
� `� A
if L o
\lnNd\\
Ul
I
0O
0
0
0
O
u1
�D�
0
,NO
IA
C.1
I°
to
00
I;
°
pa
I°
Da
I°
�R3
IQ
l
►
C
z
1
C
I
II
;
I
m
m�
N
--I
1�
�2
y
a'
N
►
J Z
�Z
rS
N,
Y
m
0
� N
J C
J 3
J
J
:UV 8 1976
By Ae CITY COUNuL
CITY GF bff*FGRT V.*,Q i
RESOLUTION NO. 9929
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
SPINIELLO CONSTRUCTION COMPANY FOR CEMENT -
MOTAR LINING OF CAST IRON WATER MAINS ON LIDO
ISLE, CONTRACT NO. 1859
WHEREAS, pursuant to the notice inviting bids for
work in connection with the cement - mortar lining of cast iron
water mains on Lido Isle, in accordance with the plans and
specifications heretofore adopted, bids were received on the
27th day of October, 1976, and publicly opened and declared;
and
WHEREAS, it appears that the lowest responsible
bidder therefore is Spiniello Construction Company;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of.Spiniello Construc-
tion Company for the work in the amount of $51,825.00 be
accepted, and that the contract for the described work be
awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 8th day of November , 1976.
Mayor
ATTEST:
City Clerk
DDO /bc
11/2/76
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CEMENT MORTAR LINING CAST IRON WATER MAINS
LIDO ISLE - PHASE I
1976 -77
CONTRACT NO. 1859
Approved by the City Council
this 12th day of October, 1976.
s ueorge,
SUBMITTED BY:
SPINIELLO CONSTRUCTION COMPANY
Contractor
2513 Main Street
Address
Chula Vista, CA 92011
(714) 423 -8060 or 8061
Telephone
03'J 92306
Total'Bid Price
, t
MINUTES OF THE BOARD OF DIRECTORS
SPINIELLO CONSTRUCTION CO.
OCTOBER 12, 1976
IJA meeting of the Board of Directors of the Spiniello Construction Company was held
2 on October 12, 1976, at 25 Airport Road, Morristown, New Jersey. The following
3
4
5
6
7
8
9
10
11
12
13
14
15
161,
17
18'i
19
20
21
22
23
24
251
26
27
28
were present: Luke C. Spiniello, President, V. James Spiniello, Secretary Trea-
surer, and George A. Ferise, Assistant Secretary. It was resolved that Frank S.
Dewey, District Manager, be authorized to sign all bids, documents, and contracts
in reference to Contract No. 1859, Cement Mortar Lining Cast Iron Water Mains Lido
Isle - Phase I 1976 -77, for the City of Newport Beach, California, Public Works
Department, being bid at 11:00 A.M. on October 27, 1976. There being no further
business the meeting was adjorned.
V. James piniello
Secretary Treasurer
Luke C. Spiniello
President
George A. Ferise
Assistant Secretary
• 0
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 11:00 A.M. on the 27 day of October , 1976 ,
at which time they will be opened and read, for performing work as follows:
CEMENT - MORTAR LINING CAST IRON WATER MAINS
LIDO ISLE - PHASE I
1976 -77
CONTRACT NO. 1859
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 Secr�eta or Assistant Secretary are required an the—Corporate � Co� Seal
shall be affix ed to all documents requiring signatures. In the case of a aria 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 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. 301579 Classification "A"
Accompanying this proposal is Bid Bond
(Cash, Certified Check, Cas ier s Check or Bon
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.
(714) 423 -8060
Phone Number
October 19, 1976
SPINIELLO CONSTRUCTION COMPANY
Bidder's Name
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Luke C. Spiniello, President
V. James Spiniello, Secretary Treasurer
George A. Ferise, Assistant Secretary
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
NONE
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
SPINIELLO CONSTRUCTION COMPANY
Bidder's Name
Authorized ature
Corporation
Type of Organizativn -
(Individual, Co- partnership or Corp.)
Spiniello Construction Company
2513 Main St., Chula Vista, CA 92011
Address
i
.4
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, Spineillo Construction Company , as Principal,
and Fidelity and Deposit Company of Maryland , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of N RCF.NT
OF THE ATTACHED BID AMOUNDbllars ($ 10% ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
Cement Mortar Lining Cast Iron Water Mains, Lido Isle - Phase I
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 27th day of
October 19 76 .
Corporate Seal III)-Corporation)
(Attach acknowled ement of
Attorney -in -Fact?
Chula Vista, CA 92011
Fid
Sure y
By ,WAOC441 Lgpedk ,
Title Glennn, Attorney -In -Fact
s'.
0-
00
1W
0
A
0
CL
'31
X-t
............
>
C: >
m
0
p
r
CL
/
\
- \ \ \\
i
�:
\
d
_
rD
0
��
�
{
\
ƒ/{
:0
�
22.
\
�
��
\
\;
}
g�
. Power of Attorney •
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: BALTIMORE, MD.
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of Maryland, by JOHN C. GARDNER , Vice - President, and C. M. PECOT, JR.
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com-
pany, which reads as follows
"The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice- Presidents specially authorized
so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Resident Assistant Secretaries and Attorneys -
in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any
bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments,
decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of
the Company may require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint Glenn F. Davidson of San Diego,
irs-True -and awful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings ................
Ache execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
This power of attorney revokes that issued on behalf of Glenn F. Davidson, dated
January 15, 1973•
The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force.
IN WITNESS WHERFOF, the said Vice- President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY or MARYLAND, this
------- ----------- 29th---- --------------------------- day of ------------------- I`4ay ----------------------------------- A.D. 19-25-- -
ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
(SIGNED)
------------ ----------------- -- ------ - ----- M° PECOT, By ------------------------------------------------ JOHN_C... GARDNEFi
(SEAL) Assistant Secretary Vice- President
STATE OF MARYLAND
CITY OF BALTIMORE 55:
On this 29th day of May A.D. 19 75 before the subscriber, a Notary Public of the State of
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice - President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described
in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year
first above written.
(SIGNED)
(SEAL)
............. .- ..................................
DQRIS -- M.... BiITTERHOFF
Notary Public Commission Expires.J.uly..l,. -1978
CERTIFICATE
1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I
do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article V1, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY of MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be
valid and binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
........................ 2.. .7.. 1h........................day of........_CC..--obe r...'— ...------ -- ....----. 19.76...
L1419 —Ctf. 199308
................ . ...... .. ................
Assistant crelary
• 0
Page 5
IJON- 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 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.
Subscribed and sworn to before me
this ay ofCl't1wu✓ ,
19 �71' .
My commission expires:
-ate 72
SPINIELLO CONSTRUCTION COMPAN4�...
Frank S. Dewey, District Mansgei -
2513 Main Street _
Chula Vista, CA 92011
(714) 423 -8060
OFFICIAL SERI. �
�,� niy.,e.a:aism..a max; r; ri •. ..
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
Will submit 24 hours after the bid opening if low bidder.
CEMENT MORTAR LINING DIVISION (International)
In place cleaning and cement mortar lining of water mains
SPIHIEEIO I MARINE DIVISION
b"ONSTAUVION Subaqueous Pipelines and Cables, Outfalls, Intakes
CG. 5,�:` ,37Z I HEAVY CONSTRUCTION DIVISION
C NTRAC II S
CO TRACTORS Utilities and General Construction
2513 Main Street
Chula Vista, CA 92011
(714) 423 -8060
(714) 423 -8061
October 27, 1976
City of Newport Beach
Public Works Department
3300 Newport Blvd.
Newport Beach, CA
RE: CONTRACT NO. 1859 - Cement - Mortar Lining Cast Iron Water Mains
Lido Isle - Phase I 1976 -77
Gentlemen:
HOME OFFICE
25 Airport Road
Morristown, NJ 07960
(201) 539 -6363
As part of the contract agreements for the above mentioned project, we
hereby submit the following:
1. Financial Statement of December 31, 1975
2. Superintendent Experience Qualifications
3. Description of Lining Machines to be used
If further information is required please contact our office.
SS
Frank
District Manager
FSD /to
Enclosurers
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.
1976 City of Pasadena, CA #WD -76 -1 George Hurst 213 -577 -4416
# CC -361
1976 City of Huntington Beach, CA Bill Patapoff 714 -536 -5431
U.S. Navy, NASNI, San Diego, CA Resident Officer In
1975 #N62474 -74 -C -3731 Charge of Construction 714- 235 -3835
1975 City of Hoboken, NJ Public Woks Dept. -unk-
Boston, MA
1975 Boston Redevelopment Authority Utilities Dept. -unk-
1974 Hackensack Water Co., NJ Contract Offi
5 igne -d -._ �_
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CEMENT - MORTAR LINING CAST IRON WATER MAINS
LIDO ISLE - PHASE I
1976 -77
CONTRACT NO. 1859
To the Honorable City Council
City of Newport Beach
3300 W. Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
PR of
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. 1859 in accordance with the City of Newport
Beach Drawing W- 5125 -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:
1
2
3
IN
2,400 Clean and install cement - mortar lining,
Linear Feet in place, in 4 -inch cast iron pipe..
fld
@ Tk Dollars
and
Cents $ 3•
Per in a oot
6,500 Clean and install cement - mortar lining,
Linear Feet in place, in 6 -inch cast iron pipe.
@ Dollars
and
Cents
Per Li a Foot
Qyoo, ob Y
1,600 Clean and install cement- mortar lining,
Linear Feet in place, in 10 -inch cast iron pipe.
@ -fivi— Dollars
and
� Cents $
Per Linear FFoQX
r
4. 30
Linear Feet
5. 20
Each
6. 5,000 -12
Linear Feet -
Weeks
7.; 130 -12
Each -Weeks
8. 30 -12
Each - !e s
9. 5
Crew -Hours
0
PRICE WRITTEN IN WORDS
E
Clean and install cement - mortar lining,
in place, in 12 -inch cast iron pipe.
@ ,. Dollars
and
Cents
Per Li-heaY Vbot
Clean interior and reassemble exist-
ing gate valve.
12MArim]
$ sd $ 10 oa
@ Dollars
and
Cents $ 0.00 $ /4000, 0-0
Per Each
Rental of 2" bypass piping deliv-
ered to and picked up from City
Utilities Yard.
@ Dollars
and
74*,t— Cents $ / o
Per Linear Foot Per Week
Rental of 3/4" service hoses deliv-
ered to and picked up from City
Utilities Yard.
$ 6600•od
@ T L.ra7 Dollars
and
Cents $Z•oo $ 3)za oa
Per Each Per Week
Rental of street plates delivered
to and picked up from City.,' Utilities
Yard.
@ Dollars
and
Cents vo $ .3G ob • oa ✓.
Per Each Per Week
Crew delay and /or assist work while
Waiting for City to complete support
work.
@ T..:t24416.rvf� Dollars
and ZSo.00 /Z�o•00
Cents $ $
Per Crew Per Hour
•
TOTAL PRICE WRITTEN IN WORDS
PR3of3
-Ind d
Cents $ S 2 S -00
Contractor's License No. 301579 SPINIELLO CONSTRUCTION COMPANY
Bidder's
Date
October 19, 1976
A thorized Si ature
2513 Main Street, Chula Vista, CA 92011
Bidder's Address
(714) 423 -8060
Telephone Number
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
0
FOR
CEMENT - MORTAR LINING CAST IRON WATER MAINS
LIDO ISLE - PHASE I
1976 -77
CONTRACT NO. 1859
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 CONTRACTOR . . . . . . . . . . . 3
XIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 4
A. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
1. Portland Cement. . . . . . . . . . . . . . . . . . 4
2. Cements for Blending with Portland Cement. . . . . . . . . 4
i
• •
INDEX TO SPECIAL PROVISIONS - Continued
CONTRACT NO. 1859
ii
Page
A.
MATERIALS - Continued
3. Blended Hydraulic Cements . . . . . . . . . .
. . . . . . . 4
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 . . . . . . . . . . . . . .
. . . . . . . 5
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.
PROJECT SITE MAINTENANCE . . . . . . . . . . . .
. . . . . . . 7
ii
• • SP 1 of 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CEMENT - MORTAR LINING CAST IRON WATER MAINS
LIDO ISLE - PHASE I
1976 -77
CONTRACT NO. 1859
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 Lido Isle.
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- 5125 -S),
and the City's Standard Drawings and Specifications. The City's Standard Specifi-
cations are the Standard Specifications for Public Works Construction, 1976 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. Bidders 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 31, 1977, and, once the work is
started, all work must be completed in 85 consecutive calendar days or by May 31,
1977, whichever occurs first.
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 2 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.
• • SP2of 7
The contractor shall give the City 35 days' advance written notice of his proposed
starting date and shall submit for approval his proposed construction schedule in
accordance with Section 6 -1 of the Standard Specifications, except as modified
herein. The schedule submitted by the contractor shall include the proposed phases
of construction, the approval of which will be predicated on the City's ability to
maintain adequate service supply during construction. Any changes in the approved
schedule will require written approval of the engineer.
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, and with
the standards contained in the Work Area Traffic Control Handbook (WATCH), also
published by Building News, Inc.
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 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 Utilities 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.
• . SI' 3 o l 7
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 City
Utilities Yard at the 16th Street Reservoir site, located at
949 West 16th Street, Newport Beach, California.
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.
G. Furnish and install all new valves as shown.
Items "A" through "E" and "G" 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 6, 7 and 8
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. Approximately one -third of the service hoses provided by
the contractor shall be "short ", the remaining two - thirds shall be "long ".
The contractor shall deliver the rental material to the City Utilities Yard at
949 West 16th Street 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 notification
to pick up the material.
In the event the contractor does not begin work within 3 days following the
starting 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 in-
cluded in the rental time for Bid Items 6, 7, and 8. 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.
' • • SP 4 of /
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 -2.2.1 shall not apply to Bid Items 5, 6, 7, and 8.
XIII. CONSTRUCTION DETAILS
A. MATERIALS
1. Portland Cement - -shall conform to the requirement of Section 201 -1.2.1
of the Standard Specifications for low alkali cement.
2. Cements for Blending with Portland Cement -- Natural cement shall be
Type N in accordance with the latest revision of ASTM 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 /R. greater than 1.0 when determined
by the latest revision of ASTM Resignation: 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 -1.2.3 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.
0
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
SP5of7
U
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 ± 22% by weight.
The cement mortar for lining shall be a dense, smooth, uniform material,
of a consistency to assure efficient one - course machine application.
The water- cement ratio of the mortar shall be as low as possible, con-
sistent with proper plasticity for application, and with due allowance
for slight variations of temperature, length of haul of the cement mor-
tar 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.
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
•
•
SP 6 of 7
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, special 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.
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 cleaning or lining operations. Laterals and connections 2 inches and
less in diameter shall be cleared by backflushing with air - -once just prior
to the final cleaning "squeegee "; and again as soon as practical after the
mortar lining has been placed, but before its final set. Backflushing shall
be done in a manner that will not damage the freshly applied lining.
If a lateral or connection remains obstructed after the contractor has attempted
to clear it during either backflushing operation, he shall immediately notify
. , .
• SP 7 of 7
the City's Utilities Superintendent or Foreman. The contractor shall make
another attempt to clear the obstruction by backflushing with air in the
presence of the City Utilities representative. If the lateral or connection
still remains obstructed, the City will assume the responsibility for clear-
ing the lateral or connection at no additional cost to the contractor.
G. OBSTRUCTIONS
If the contractor encounters unforeseen obstructions (not including corrosion
and tuberculation) to the passage of the cleaning or lining equipment, such
as excess joint caulking material, offset joints, bends, reducers, or other
protruding fittings inside the pipe which are not normally removed by the
cleaning operation or restrict the passage of lining equipment, he shall
immediately notify the engineer. Within one hour of notification, the City
will start excavation of an access hole to expose the pipe at the location
requested by the contractor. This access hole will be provided at no expense
to the contractor only if the pipe conditions as described above produced
the obstruction. The contractor shall be responsible for removing the re-
quired 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 existing valves
not removed or abandoned shall be cleaned after the adjacent main has been
lined.
Payment for work under this item shall include removing the bonnets and
gates, cleaning the interiors, and replacing the bonnets and gates using
new bolts and gaskets meeting the requirements of the applicable AWWA valve
standard. The new bolts and gaskets shall be supplied by the contractor.
The City will furnish and install all new valves as shown on the plans.
PROJECT SITE MAINTENANCE
The contractor shall maintain the project site at all times in compliance
with Section 7 -8 of the Standard Specifications. The contractor shall clean
all excess mortar from the access holes after the lining operation has been
completed at each hole. No discharge of any kind will be permitted into
any sewer or storm drain.