Loading...
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.