HomeMy WebLinkAboutC-1979 - Cement & mortar lining, West Newport & Balboa Peninsula 1977-78li
F P��.�iY �' •? i9'8
By +ha CiT'r CCUiv� L
TO: CITY COUNCIL
FROM: Public Works Department
May 22, 1978
CITY COUNCIL AGENDA
ITEM NO. H -14
SUBJECT: ACCEPTANCE OF CEMENT - MORTAR LINING CAST IRON WATER PIPE,
WEST NEWPORT AND BALBOA PENINSULA, 1977 -78 (C- 1979)_
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the cement mortar lining of the cast iron
water mains in West Newport and the Balboa Peninsula has been completed
to the satisfaction of the Public Works Department.
The bid price was: $76,490.90
Amount of unit price items constructed $73,624.95
Amount of change orders None
Total contract cost $73,624,95
Funds were budgeted in the Water Fund
(Account No. 50- 9297 -120)
The design engineering was performed by the Public Works Depart-
ment. Bypass piping and other support services were performed by the
City Utilities Division.
The contractor is Ameron Pipe Lining Division of Wilmington,
California.
The contract date of completion was May 31, 1978. The work
was completed by April 25, 1978. The location of the work is shown on
the attached sketch.
oseph T evlin
ublic ks Director
PD:jd
Att.
\1 si
CIS
10 \ S
Lq� Si\
1
--;a� MO
R�
2� \\ Si
r p
2�IDp�I
Ic G
p .
m AddAvs ru Q�
"AIA&P
a* de,
T � �
�ta M. ,z
ao
M
9 10 -
►�'
HAMA
1 e4 o
- `
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C EAEAlT- A4V er4 2 L/N/NG
CAST /QON wArA ,.e p/PL
YlEST AlawAwT Aoo swim Arumsa"
DRAWN Ai DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING N0.
DEC 19 1977
By fie CITY COIRMIL
CITY p MAWOM ML#Ah
TO: CITY COUNCIL
FROM: Public Works Department
0
December 19, 1977
CITY COUNCIL AGENDA
ITEM NO. H -2(b)
SUBJECT: CEMENT - MORTAR LINING CAST IRON WATER PIPE, WEST NEWPORT AND BALBOA
PENINSULA, 1977 -78 (C -1979)
RECOMMENDATION:
Adopt a resolution awarding Contract No. 1979 to Ameron, Inc., Pipe
Lining Division, for $76,490.90, and authorizing the Mayor and the
City Clerk to execute the contract.
DISCUSSION:
Two bids were received and opened in the office of the City Clerk at
10:30 a.m, on November 30, 1977.
Bidder Amount Bid
1. Ameron, Inc., Pipe Lining Division $76,490.90
Wilmington, California
2. Spiniello Construction Company $83,922.10
Chula Vista, California
The low bid is 35% higher than the engineer's estimate of $56,770.
The unit prices used in estimating the contract cost were substantially based
on bid prices received last year. Appropriate increases. were allowed for in-
flation and the elimination from this year's contract of support materials
rented. The following table indicates the pertinent figures for the relining
projects to date in the City.
Linear Feet of
Fiscal Year Pipe Relined
1974 -75 9,700
1975 -76 16,200
1976 -77 10,400
1977 -78 low bid 13,300
estimate (average)
Price
Amount Paid for
Per Foot
Contract Rental Items
$5.70
$ 7,900
4.45
30,500
3.50
11,200
5.67
0
4.17
It was recently learned that an important cause for the lower prices
received in the previous 2 years was a nationwide depression in the industry,
during which bids reflected a net loss in order to keep the specialized crews
working. With the recent influx of substantial amounts of federal funds, the
water main relining industry has resumed its normal activity, and prices are
back in line with earlier levels, as can be seen in the above table. It is
felt that award of the contract as bid would be in the best interest of the City.
L
December 19, 1977
Subject: Cement- Mortar Lining Cast Iron
Peninsula, 1977 -78 (C -1979)
Page 2
40 _. lb__ :
Water Pipe, West Newport and Balboa.
J; . V ,....,J , I ,
Funds in the amount of $100,000 were provided for this project in the
current budget, Account No. 50- 9297 -120. Of this amount, approximately $39,500
is required for support materials to be supplied by the City ($19,000 for re-
placement valves; $15,000 for the bypass piping and related materials needed;
and $5,500 for access hole patching and paving materials). Approximately
$33,000 has been encumbered to date for these materials. A budget amendment
appropriating the needed $16,000 to the project account from the unappropriated
surplus of the Water Fund has been prepared for Council consideration if the
subject contract is awarded.
The project provides for the cleaning and cement- mortar lining of
13,300 feet of existing 6 ", 8 ", and 10" diameter cast iron water mains in West
Newport and on Balboa Peninsula (see attached exhibit), resulting in improved
water quality and fire flows. The support work by City forces required for
the cleaning and lining operations includes furnishing and installing surface
bypass piping, excavating and backfilling of access holes, replacing pipe sec-
tions removed by the contractor for access to the inside of the pipe, and in-
stalling new valves as required.
Ameron has successfully performed similar work for the City in the
past.
The plans and specifications were prepared by the Public Works Depart-
ment. The specifications require the contractor to start work after January 30,
1978, and complete the work within 85 days or by May 31, 1978, whichever occurs
first.
eph T�fievlin
lic Works Director
:jd
Att.
S �
s
J'l
IWSST
.yaW
S
0
0
y' y� hti 5
h
� 3c�
la o I
�:7;
NX
S.\
1�
Si T
1 T
30 iq
SIP
2 �P'S\S1
2 'nn
S pl.
2glyp�N Y
OFD -
a° ryo \� ,
\�
4` D`si S\
�1
Z
x.-
U
r
T �
° n o
r
io
NEWP J.: -
��_
C
�I
CITY OF NEWPORT BEACH DRAWN <Id DATE
PUBLIC WORKS DEPARTMENT APPROVED
C EAEA17 -- 4oMr4,e ZIMIA/G
CAsr lRo V WAreR P/Ac)w.
WE5r NEWA74er AVQ 84 8M V- oV^l&Z-4
PUBLIC WORKS DIRECTOR
R.E. NO. _
DRAWING N0.
i
a° ryo \� ,
\�
4` D`si S\
�1
Z
x.-
U
r
T �
° n o
r
io
NEWP J.: -
��_
C
�I
CITY OF NEWPORT BEACH DRAWN <Id DATE
PUBLIC WORKS DEPARTMENT APPROVED
C EAEA17 -- 4oMr4,e ZIMIA/G
CAsr lRo V WAreR P/Ac)w.
WE5r NEWA74er AVQ 84 8M V- oV^l&Z-4
PUBLIC WORKS DIRECTOR
R.E. NO. _
DRAWING N0.
DEC 19 1977
By M. CITY CWHOL
CITY Qp IN"' 0 R MACH
RESOLUTION NO. 9249
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO AMERON,
INC., PIPE LINING DIVISION, IN CONNECTION WITH
CEMENT -MOTAR LINING OF CAST IRON WATER PIPE,
WEST NEWPORT AND BALBOA PENINSULA, 1977 -78,
CONTRACT NO. 1979
//-/ -ate
WHEREAS, pursuant to the notice inviting bids for
work in connection with Cement -Motar Lining of Cast Iron
Water Pipe, West Newport and Balboa Peninsula, 1977 -78, in
accordance with the plans and specifications heretofore
adopted, bids were received on the 30th day of November, 1977,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is AMERON, INC.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Ameron, Inc.
for the work in the amount of $76,490.90 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 19th
ATTEST:
City Clerk
day of December 1977.
DDO /bc
12/16/77
November 14, 1977
NOV 14 1977 CITY COUNCIL AGENDA
60 CITY COW41L ITEM NO. H -9
C17Y OF mmm 1iAiC1'1
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: CEMENT - MORTAR LINING OF CAST IRON WATER PIPE,
WEST NEWPORT AND BALBOA PENINSULA, C -1979
RECOMMENDATIONS:
1. Approve the plans and specifications for the subject project.
2. Authorize the City Clerk to advertise for bids to be opened
at 10:30 a.m. on November 30, 1977.
DISCUSSION:
This project provides for the cleaning and cement - mortar lining of
approximately 2.5 miles of existing water mains in West Newport and on Balboa
Peninsula. The pipes to be lined were installed in the 1920's and '30's,
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
be provided by City forces. This work
bypass piping, excavation and backfill
sections removed by the contractor for
installation of new valves as required.
the cleaning and lining operation will
includes installation of surface
of access holes, replacement of pipe
access to the inside of the pipe, and
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 distrubed. 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 provide advance notification to
properties which may be affected.
The estimated cost of contract construction is $56,770. The esti-
mated cost (for purchase of materials and overtime labor) of support work
by City forces is $40,000. Funds in the amount of $100,000 have been provided
for this project in the current budget, Account No. 50- 9297 -120.
November 14, 1977
SUBJECT: Cement - mortar Lining of Cast Iron Water Pipe, West Newport and
Balboa Peninsula, C -1979
Page 2 i1UC•� p i;:_3 .d, ,9
The plans and specifications were prepared by the Public Works
Department. The specifications require the contractor to start work after
January 30, 1977, and complete the work in 85 days, or by May 31, 1978,
whichever occurs first.
An exhibit is attached showing the location of the work.
h U Devlin
c rks Director
j
Att.
�b�a apSQ�` S� S •\
bti s� S1 \
to\ �� �P � St g4•.
J
y VO 9 v
0
C y/
-a.
h p a° S•
h °
h'� hti s
C'7 4
6�0
ra
tr `t
ZV -A
r "r'{ ,••,r „ ;`, : =i 1=� tea,
C `9,
1 Q�4S
t0
aH aat- p:�
n
a3��°
O�
4�E
G
ST
Q� �k
L z i T
rr —_•'i
.51 CIO
t ,
3
LZ—�
mA dtwdw ra Am
\ �� i y �i •roa:
CITY OF NEWPORT BEACH DRAWN= DATE
Pl1RLLC WnAK3 tSFPAMTUFNT APPROVED
CE"AfWr— 4428 A? ZIMI OM
C45r meow wAra ,"mi-
WlEsr A/ElWMr A09 JL-d ~AA"
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO. L=X�1lBl..T_._ ...__
June 7, 1978
Ameron, Inc., Pipe Lining Division
P.O. Box 457
Wilmington, CA 90749
f
Subject: Surety . Federal Insurance Company
Bonds No. : 8073 -44 -94
Project : West Newport 8 Balboa Peninsula /Cemsut- Mortar
Contract No.: 1979 Lining Cast Iron Water
Pipe
The City Council on May 22, 1978 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 24, 1978 in Book No. 12687, Page 1865. Please notify your
surety company that bonds may be released 35 days after recording
data.
Doris George
City Clerk
eg
cc: Public Works Department
PI-PACE. RETURN TO RECORDI'v
CITY CF NE RepUESrEp 9r BK 12687K.,1865
CITY OF NEWPORT BEACH 3534
3300 NEWPORT BOULEVARD EXEMPT EDRANCH, ICIAL RECORDS
NEWPORT BEACH, CALIF. 92663 C2 TY, CALIFORNA
� 1818
NOTICE OF COMPLETION
ounty Recorder
PUBLIC WORKS
J All Laborers and Materi al Men and to Every Other Person Interested:
YOU WII..L PLEASE TAKE NOTICE that on April 25, 1978
the Public Works project consisting of West Newport & Balboa Peninsula Cement- Mortar
lining Cast Iron Water Pipe
on which Ameron Inc., PipE Lining T)iviainn
was the contractor, and Federal Insurance Cody
was the surety, was completed.
VERIFICATII
I, the undersigned, say:
CITY OF NEWPORT BEACH
c/WWrks Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on
I, the undersigned, e
I am the -City berk of the City of Newport Beach; the City Council of said
City on May. 22,]928 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
23, 1978 at Newport Beach, California.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on May 23, 1978 at Newport Beach, California.
NEkPpR F19j8.
C�flfgFRCj/
i
CITY OF NEWPORT BEACH
CALIFORNIA city Hall
3300 W. Newport Blvd
640 -2251
Date: May 23, 1978
Lee A. Branch
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of
40"t-
Mortar Llama Cant iron avatar PJV- Contract No. 197q
on which Anrron- ine.�lpa Lining ntoiaineWaS the Contractor
and Federal Innuranea Cmpmy was the surety.
Please record and return to us.
Encl.
Very trul�j yours,
AorisGeorg�
City Clerk
City of Newport Beach
•
CITY OF NEWPORT BEACH
Date January 5, 1978
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1979
Project Cement Mortar Lining Cast Iron Water Pine /West
Newport & Balboa Peninsula 1977 -78
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Ameron, Inc., Pipe Lining Division
Address: P.O. Box 457, Wilmington, CA 90749
Amount: $ 76,490.90
Effective Date: January 5, 1978
Resolution No. 9249
Doris Geo e
Att.
cc: Fi *.:::.nce Department
CHN Hall • 3300 Newport B()tticcarcl. Newport Beach. Calilornia 92663
_ a
0
0
CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO. 1979
This is to certify that the Company named below has
issued to the Named Insured the policy of comprehensive liability
insurance identified herein, hereinafter referred to as "Policy ",
and endorsed said Policy as follows to assure compliance by the
Named Insured with the insurance requirements, of the Contract
executed by the Named Insured and the City of Newport Beach,
(hereinafter, "City ").
1. The combined single limit for Comprehensive Liability
(bodily injury or death, or property damage) is not less than
$500,000 each occurrence, $500,000 aggregate protective and
contractual, $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be
cancelled or materially changed until thirty (30) days after
receipt by City of written notice of such cancellation or change
by registered mail, addressed as follows: City of Newport Beach
c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California
92663.
3. The City of Newport Beach, its officers and employees
are hereby declared to be additional named insureds in the policy
described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the
contract executed by the named insured and the City. It is further
agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and
includes a severability of interest clause.
4. Contractual liability coverage applicable to the
contract referred to above, including the obligation to defend
City is included.
5. Exclusions relating to property damage arising out
of explosion, collapse, or underground damage (commonly referred
to as "xcu" hazards) are deleted, where applicable.
6. The Policy provides coverage for, but is not limited
to: Owned, Non -Owned and Hired Automobile; Products Liability -
Completed Operations; Premises - Operations; Contractors Protective
Liability; Marine or Aviation (when applicable); and Property
Damage.
This Endorsement is effective Dec 19, 1977 when signed by an
Authorized Representative of Truck Insurance Exchange
Name o Insurance Company
and when issued to City shall be valid and form part of Policy
No. 350 41 36 insuring Ameron, Inc., Pipe Lining Division
(Named Insured
expiring Until Cancelled
NAME OF AGENT OR BROKER Johnson 6 Higgins
ADDRESS - AGENT /BROKER 4201 Wilshire Blvd.
Los Angeles. Calif. 90010
Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to
the City. The person executing this Certificate is cautioned to
make certain that he has authority to execute this Certificate
on behalf of the Insurance Company
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CEMENT MORTAR LINING CAST IRON WATER PIPE
WEST NEWPORT AND BALBOA PENINSULA
1977 -78
CONTRACT NO. 1979
Approved by the City Council
this 14th day of November, 1977.
s
I
SUBMITTED BY:
CITY CLERK
AMERON, INC., Pipe Lining Division
Contractor
P. 0. Box 457
Address
Wilmington, CA 90749
Cl
(213) 835 -8201
Telephone
$76 490.90
Tota�Bia Price
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 0.3 A.M. on the 30 day of v tuber 1977 ,
at which time they will be opened and read, for performing war as fo —Tows:
CEMENT - MORTAR LINING OF CAST IRON WATER PIPE,
WEST NEWPORT AND BALBOA PENINSULA
CONTRACT NO. 1979
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 Secretar or Assistant Secretary are required an�t�o_rpora�te Seal
s a be of xed to —a documents requiring signatures. In the case of a ar>s 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.)
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 per set.
A standard "Certificate of Insurance for Contract Work" form has been adopted by
the City of Newport Beach. This form is the only certificate of insurance accept-
able to the City. The successful low bidder will be required to complete this
form upon award of the contract. (A sample form is attached for reference.)
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 holder's 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 Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or
mechanic needed to execute the contract. A copy of said determination 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 compliance
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 -27 -77
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. 154 Classification A
Accompanying this proposal is Bid
, Certitied Check, cashier'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.
(213) 835 -8201
P one Number
November_ 30, 1977
Date
AMERON. INC.. Piae Linino Division
Bidder's Name
(SEAL)
S R. L. Emerson Division vice President
uthorized Signature
S/L. S. Leister. Ass't. Secretary
Authorized Signature
Corpnration
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:
0
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he h
listed contractors in making up his
will be used for the work for which
City Engineer, and in accordance wi
specifications. No change may be
the prior approval of the Engineer.
Item of Work
1. None
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
S /L. S. Leister, Ass't Secretary
Page 3
as used the sub -bids of the following
bid and that the subcontractors listed
they bid, subject to the approval of the
th the applicable provisions of the
made in these subcontractors except upon
Subcontractor
Address
AMERON INC Pjpe L, ' Divicinn
Bidders Name
SIR, L. FmPNSnn, fliv_ Vira Praciriant
Authorized Signature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
Bond No. 80735216 -A
FOR OOINAL SEE CITY CLERK'S FILE COPPO
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, AMERON, INC., PIPE LINING DIVISION , as Principal,
and FEDERAL INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
10% of the amount bid Dollars ($ ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
CEMENT- MORTAR LINING CAST IRON WATER PIPE WEST NEWPORT AND BALBOA PENINSULA CONTRACT NO.1979
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 30th day of
November , 19 77
Corporate Seal (If Corporation)
AMERON, INC., PIPE LINING DIVISION
Principal
S /R. L. Emerson, Division Vice President
(Attach acknowled ement of
Attorney -in -Fact S /L. S. Leister, Ass't. Secretary
Jewel J. Block, Notary Public
FEDERAL INSURANCE COMPANY _
Commission expires Jan. 6, 1980 Surety
By S /Elfriede Power
Title Attorney -in -Fact
0
NON- COLLUSION AFFIDAVIT
Page 5
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
AMERON, INC., Pipe Lining Division
S/ R. L. Emerson, Division Vice President
S /L. S. Leister, Ass't. Secretary
Subscribed and sworn to before me
this 30th day of November ,
19 77
My commission expires:
May 7, 1981 S /Mary H. Fistanich
Notary Public
FOR OINAL SEE CITY CLERK'S FILE COO
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.
See attached financial statement dated August 31, 1977
'..• .
S/ L. S. Leister, Asst Secretary SIR, L. Emerson, Division Vice President
Signed
0 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.
1977 nppt. of Public Workc Jnhn J_ Prendergast (714) 834 -4147
Santa Ana_, California Cnnctrurtinn Fnginaer
1976 Puhlir Works Dent_ William R. nve 714) 64n -9981
City of Newport Rpach nes?gn Fnginper _
1975 Public Works Dom_ William B. Dye (714) 640 -2281
City of Newport Beach Design Fngineer
7974 Department of Watar R PnwAr Rnhart S Bryant (713) 4R1 -69DB
city of LOS Angele, senjn = Engineer
1973 Dept_ of Water- & Power R ^bert S Bryant (211) ARI -OnR
City of Los Angeles Senior Engineer
NAME OF PROPOSED
SUPERINTENDENT:
See
attached statement.
QUALIFICATIONS:
See attached statement
S/ L. S. Leister, Asst. Secretary SIR. L. Emerson, Divi ion Vice President
�$i gne
Bond No. 8075 -44 -94
EWted in Triplicate
Page 8
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted Decen&r 19. 1977,
has awarded to AMERDN INC Pine Lining Division
hereinafter designated as the "Principal ", a contract for Contract No. 1979
CEMENT- MORTAR LINING CAST IRON WATER PIPE, WEST NEWPORT AND BALBOA PEN114SULA___
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We . AMERON. INC.. PIPE LINING DIVISION
as Principal, and FEDERAL INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Thirty Eight Thousand Two Hundred Forty Five and 45,/100 Dollars ($ 38,245.45 )P
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 0
Page 9
(Labor and Material Bond - Continued)
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 27th day of December , 19 77
Approved as to form:
City Attorney
AMERON, INC., PIPE LINING DIVISION (Seal)
Name of Contractor (Principal)
Authoppiz ?d Signature and Title
R 5. D1. P., 11L Pk TIisG Pl aNAGEP
uthorized Signature nd Title
L. S. LEISiER, t':Sa'T. �ELRETY
FEDERAL INSURANCE COMPANY (Seal)
NaIF108%hshl're Boulevard
Los Angeles, California 90010
Address Surety
i tle t if ut ri d
elesn or gn- ac t Agent
ddress of Agent
Telephone No. of Agent
r
3
N.T uuv
m
N, 1
D' 7
m:
J:; C
D � -
4 �
x'
� r
m
X `' (U)O
D'
u L 7 m
�Qa m
I]
- n _
Gv vi A <
5 n� m
N 7
N p
� 3
w K
R T
m
mm
Q n
0
C yy
� M
X
N
a
7
Z <
G
a�-
a . m
00 Q � d
(D
N p �
O
N O
S
O m
0
d C
O �
� O
N '^
m
m
n
O
x
O
p
O
3
0
a
m
N
O
n
3
v
D
Z
s
N
C'1
O
r;
p
v
O
S
sU
m
N
C
d
m
S
J
C
o
c o
4 O �
2
r•
tD
r✓
N
a u
7 I
° O
n
F m 7c
p �
� a
n C
O K
� n
� O
O
3 �
N a
9 p1
R '
a _
rt N
0 Z
~ 0 O
p
N � m
� � K
� o a
1 � —
� � O
N —
O
R a O-
� O
N
p m S
a
0 -4
CZ O >
O m
< O
S Q T
N T D
ry �
� r T
7 N O
x
Z
d D
p m
r-
m
�ft
N
n
0
o-
2
h
m
m
_m
0
m
S
O
G
v
G
3
J
a
c
Q
fD
C
m
.y
R
ID
0
a
Bond No. 8075 -44 -94
if.uted in Triplicate
POWnium $267.OJ
Page 10
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted December 19, 1977,
has awarded to AMERON, INC., Pipe Lining Division
hereinafter designated as the "Principal ", a contract for Contract No. 1979
CEMENT - MORTAR LINING CAST IRON WATER PIPE, WEST NEWPORT AND BALBOA PENINSULA
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, AMERON, INC., PIPE LINING DIVISION
as Principal, and FEDERAL INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Seventy Six Thousand Four Hundred Ninety and 90/100 Dollars ($ 76,490.90 ),
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
0 0
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 27th day of December , 19 77
ki
Approved as toIform-
City Attorney
N INC. PIPE LINING DIVI
of Contractor (Principal)
rized Siqnature and Title
l
X/
re
L. S. LUSTER,
e
FEDERAL INSURANCE COMPANY (Seal)
Name of Surety
3200 Wilshire Boulevard
Los Angeles, California 90010
Address of Surety
natu a and Title of Authorized Agent
J. Nielsen - Attorney -in -Fact
Address of Agent
Telephone No. of Agent
s
3
o rj°v,m t_
P7
rl ny
o
O
N
d
m
o s
O o
= C'
3
O �
r
m
0
O a i
> o
� 3
d
� � c
Z n
s
� o
� O
m
m o'
m J �
O m
m
n
— C
s m '
d C
m J
sT m
m
N � d
C C
N � N
K 1
d o
J
C m
K ~
� K
J S +
v +
S C I
md
J �
d x �
� m �
N 3 <
d '
6 O C
m =
d
J �
s �
N �
n �
O L
C [
J
0
3
0
T
m
O
m
I D
y r
� Z
C
z
r n
I m
n
i O
v
L z
T {
w
=. s
r m
O
3 �
a
3 O
i
� T
r �
� X
r �
c
a
r
i
3
- C
13
a
J
n
- d
O
J
- O
J
' o
J
F T
J ry
0
O.
J J
O O-
3 �
m K
S
3
s
° o
J
N
y C
[1 N d
Ort a Z
y o
m �
I v
r• � co-
O � —
I
m,
n — d
rt K J
d C
a
a p
v
m �
a m
ow
J
C
O
1m
o
'
<O
i
S
OT
C
T D
O
N
O T
J
F T
J ry
0
O.
J J
O O-
3 �
m K
S
3
s
° o
J
N
y C
[1 N d
Ort a Z
y o
m �
I v
r• � co-
O � —
I
m,
n — d
rt K J
d C
a
a p
v
m �
a m
i
C O N T R A C T
Page 12
THIS AGREEMENT, made and entered into this day off.% 1 19 7
by and between the CITY OF NEWPORT BEACH, California, hereina�terf designated as the City,
party of the first part, and AMERON, INC., Pipe Lining Division
hereinafter designated as the Contractor, party of the second part.
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 PIPE, WEST NEWPORT AND BALBOA PENINSULA
CONTRACT NO. 1979
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.
0 6
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
ATTEST:
� 2�
City Clerk
Approve s t4 form
f
City Attornhy
CITY OF H P RI BEACH;-CA!IFORNIA
By: &E,
Mayor
INC., .,Fe um,�,s
�ClENu
I . S. LUSTER, ASST, SECRETARY
Title
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CEMENT - MORTAR LINING CAST IRON WATER PIPE
WEST NEWPORT AND BALBOA PENINSULA
1977 -78
CONTRACT NO. 1979
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 W. Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
PR 1 of 2
The undersigned declares that he has carefully examined the location of the work, has
examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby
agrees to furnish all labor, materials, equipment, transportation, and services to do all
of the work required to complete Contract No. 1979 in accordance with the City of Newport
Beach Drawing W- 5136 -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 QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9,060 Clean and install cement - mortar lining,
Linear Feet in place, in 6 -inch cast iron pipe.
@ Five Dollars
and
Sixty -seven Cents
Per Linear Foot
4,040 Clean and install cement - mortar lining,
Linear Feet in place, in 8 -inch cast iron pipe.
$ 5.67 $__51, 370 _20
@ Five Dollars
and
Sixjc -seven Cents $ 5.67 $_22,_906:80
Per Linear Foot
170 Clean and install cement - mortar lining,
Linear Feet in place, in 10 -inch cast iron pipe.
@ Five _ Dollars
and
Cents $ 5.67
Per Linear Foot
PR2of2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 5 Crew delay and /or assist work while
Crew -Hours waiting for City to complete support
work.
@ Two Hundred Fifty Dollars
and
No Cents $ 250.00 $ 1,250.00_
Per Crew Per Hour
TOTAL PRICE WRITTEN IN WORDS
_Seventy -six Thousand Four Hundred Ninety Dollars
and
Ninety Cents $ 76,490.90
Contractor's License No. 154 -A AMERON, INC., Pipe Lining Division _ ' __
(Bidder's Name)
Date November 30, 1977 S /R. L. Emerson, Division Vice President.---
(Authorized Signature)
S /L. S. Leister, Ass't Secretary
P. 0. Box 457, Wilmington, CA 90749
Bidder's Address
(213) 835 -8201
Telephone Number
n
u
0
i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
CEMENT- MORTAR LINING CAST IRON WATER PIPE
WEST NEWPORT AND BALBOA PENINSULA
1977 -78
CONTRACT NO. 1979
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 . . . . . . . . . . . . . . . . . . . . . . . .
. . . . 3
X.
PERMITS AND LICENSES . . . . . . . . . . . . . . . . . .
. . . . 3
XI.
MATERIALS AND SERVICES TO BE FURNISHED BY CITY . . . . .
. . . . 3
XII.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . .
. . . . 3
A. MATERIALS . . . . . . . . . . . . . . . . . . . . . .
. . . . 3
1. Portland Cement . . . .
3
2. Cements for Blending with Portland Cement
3
i
0
0
INDEX TO SPECIAL PROVISIONS - Continued
CONTRACT NO. 1979
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 . . .
. . . . . . . . . . . . . . 4
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
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
. SP 1 of 7
CEMENT - MORTAR LINING CAST IRON WATER PIPE
WEST NEWPORT AND BALBOA PENINSULA
1977 -78
CONTRACT NO. 1979
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 in West Newport
and on Balboa Peninsula. Certain materials and /or services will be furnished by
the City, as set forth in Section XI.
The contract requires completion of all work in accordance with these Special Pro-
visions, the City's Standard Special Provisions, the Plans (Drawing No. W- 5136 -S), and
the City's Standard Drawings and Specifications. The City's Standard Specifications
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 Provisions 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 30, 1978, and, once the work is
started, all work must be completed in 85 consecutive calendar days or by May 31,
1978, 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. Once work has begun on either phase, that phase shall be completed without
interruption.
SP2of7 •
•
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 send 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. Jim Frost, at (714) 640 -2221.
:)V J OT /
IX. GUARANTEE
The contractor shall guarantee for a period of one year, after acceptance of
the work by City Council, all materials and workmanship against any defects
whatsoever. Any such defects shall be repaired at the contractor's expense.
X. PERMITS AND LICENSES
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. However, the contractor shall be responsible for immediately
removing any tuberculation or debris from his operations from the
access holes.
B. Operate all valves and remove any water leaking from laterals into
reach of main being lined.
C. Furnish, 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. 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
ta#es� - revision of ASTM DesigNat _4n C 18,
SP4of7 • •
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 XII -A -1 of these Special Pro-
visions. Pozzolanic material shall conform to the requirements of
Section XII -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 XII -D -I of these Special Provisions.
4. Sand - -shall conform to the requirements for soundness as specified in
the latest revision of ASTM Designation: C -33. Sand shall be a well
graded, fine aggregate with 100 percent passing the No. 16 sieve.
The aggregate shall not contain alkali- reactive substances in amount
which will produce a ratio of S /R greater than T.0 when determined
by the latest revision of ASTM 6es�gnation: C -289.
S. Admixtures - -shall conform to the requirements of ASTM Designation:
C -494 except as herein modified. Admixtures containing chloride 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 from 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
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.
• . SP 5 or i
CEMENT MORTAR FOR LINING
1. General
The cement mortar shall be a mixture of one part of portland cement
to not less than 1 and not more than 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 ± 231% 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 1; 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 XII -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
pipe without injurious rebound and with sufficient velocity to cause the
mortar to be densely packed. Use of blowers or 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.
SP6of7 • •
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 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 a drag trowel or mechanically driven rotating
trowels at the contractor's option. The finished surface shall have a
smooth appearance. Design of the trowel attachment shall permit opera-
tion in pipelines found out -of- round. Trowels shall smooth the surface
with a minimum disturbance of the lining.
5. Hand Finishing
Cement mortar for hand finishing and repair shall be of the same mater-
ials and proportions as the mortar used for machine lining. Defective
areas in the machine - applied lining shall be cleaned of all loose for-
eign material, moistened with water and repaired by hand finishing with
steel trowels to yield the required lining. All hand finishing required
shall be completed not later than the day following the machine appli-
cation of mortar lining to that particular pipe section, whether a normal
working day or otherwise.
Cure of Lining
As soon as practicable after placing the lining, the pipe shall be closed
at both ends and manholes shall be covered to prevent the circulation of
air. Water may be introduced into the closed section in order to main-
tain a humid atmosphere and keep the lining moist.
CLEARING LATERALS
Laterals and connections to the pipe being lined shall not be left obstructed
by the 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
mortal 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 at-
tempted to clear it during either backflushing operation, he shall immediately
notify 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
SP7of7
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.
H. VALVES
The City will abandon in place existing valves to be lined through, and
will furnish and install all new valves, as shown on the plans.
I. 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.
RESOLUTION NO. 9249
DEC 19 1977
!Y ft CITY CGlINC4L A RESOLUTION OF THE CITY COUNCIL OF THE CITY
�By f T OF NEWPORT BEACH AWARDING A CONTRACT TO AMERON,
INC., PIPE LINING DIVISION, IN CONNECTION WITH
CEMENT - MORTAR LINING OF CAST IRON WATER PIPE,
WEST NEWPORT AND BALBOA PENINSULA, 1977 -78,
CONTRACT NO. 1979
WHEREAS, pursuant to the notice inviting bids for
work in connection with Cement - Mortar Lining of Cast Iron
Water Pipe, West Newport and Balboa Peninsula, 1977 -78, in
accordance with the plans and specifications heretofore
adopted, bids were received on the 30th day of November, 1977,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is AMERON, INC.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Ameron, Inc.
for the work in the amount of $76,490.90 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.
ATTEST:
ty
ADOPTED this 19th day of December ,-1977.
DDO /bc ,
12/16/7
}
O
m
8?F-
!F-ptD
C
Q"
�U
d•C
Y„
,u
S p'
Z 6
2
J R�
d`a
O do
H �
s�
m
V 2
F
F
T
W
l.W
Z
z
Z
W
Ci
P-
w
IJ
2
n
i
l
1
I
�
1•-
Z
F-
J
V ti
e
c
�
V
•
p
O
}..
of
uJ
?
lei
o
-
=
or
j
4-3
z
'
2
2
S_
3
d
F
U
2
V
2
U
N
p
to
Y
0
1
TJ
Q
W
ly
?
J
z
V
7
v
"•
1
Ci
P-
w
IJ
2
n
0
j + i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CEMENT MORTAR LINING CAST IRON WATER PIPE
WEST NEWPORT AND BALBOA PENINSULA
Approved by the City Council
this 14th day„of November, 1977.
1977 -78
CONTRACT NO. 1979
SUBMITTED BY:
AMERON, INC., PIPE LINING DIVISION
Contractor
Address
(.t711_ M I nlGTOnI. 0 yI 90709
City
Telephone
-764 4 cio. 90 11; 6
Tota Bid Price
. LZ
._.
9
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Neort Beach,
California, until 10,39 __ A.M. on the 30 . day of Nov mber 1 wp977
at which time they will be opened and read, for performing work as follows,
CEMENT - MORTAR LINING OF CAST IRON WATER PIPE,
WEST NEWPORT AND BALBOA PENINSULA
CONTRACT NO. 1979
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 Secretar or Assistant Secretary are required an3�e Cor__ porate Seal
s a be of xed to —a documents requiring signatures. In the case of a ahrtnershTp,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
Page la
The City has adopted the Standard Specifications for Public Works Construction
(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 per set.
A standard "Certificate of Insurance for Contract Work" form has been adopted by
the City of Newport Beach. This form is the only certificate of insurance accept-
able to the City. The successful low bidder will be required to complete this
form upon award of the contract. (A sample form is attached for reference.)
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 holder's 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 Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or
mechanic needed to execute the contract. A copy of said determination 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 compliance
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 -27 -77
0
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. /S 5I Classification_ __.
Accompanying this proposal i
ash, CerLlrlea LnecK, Lasnler -S LnecK or
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the
require every employer to be insured against liability for workmen's co
undertake self - insurance in accordance with the provisions of that code
comply with such provisions before commencing the performance of the wo
(a13) e3s -1a a
Phone Number
NoV6Af 6 e-,e 30, /977
Date
=:PE LJNNG
�r s�Name
zea signature
Authori z d Signature LS. LEISTE i, a.5; : 5,71 KY --
CO /e �04 &7 -1OA✓
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:
_.__69-477- f/C N P
air, c2o,;4f oe IAI OFf /CEcs
DESIGNATION OF SUBCONTRACTORS
•
Page 3
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
1. ON E
2.
3.
4.
5.
Q
7.
B.
9.
10.
11.
12.
Subcontractor
Address
IAMERON, INC., FTE LINING DIVISION
Bidders Name
Authorized Signature
R. L. Et�Er ,2 D;d a� t9CE 7RESIJtNi
Co go PC) toe /o 'A!
Type of Organization
(Individual, Co- partnership or Corp.)
�:':ta� P•D. Sox 4457
�lJ/�mir76TaN, dA 9-973,49
Address
0
Bond No. 80735216 -A
•
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, AMERON, ING , PIPE LINING DIVISION , as Principal,
and FEDERAL INSURANCE COMPANY , as Surety, are 'held
and firmly bound unto the City of Newport Beach, California, in the sum of
107 of the amount bid Dollars ($ ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
Cement Mortar Lining Cast Iron Water Pipe - West Newport and Balboa Peninsula
Contract No. 1979.
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 30th day of
_1Voyembe r
Corporate Seal (If
(Attach acknowledge
Attorney -in -Fact
a
AMERON. INC.. PIPE LINING DIVISION
PrinClpal
� ✓ t�T .- Et;cT•,ot,iTGSeio,v,T-1T�c rTne5T3t��iT-
S. L� EISTER, ASST SECRETARY
FEDERAL INSURANCE COMPANY
Surety J2
B
Y
Elfriede P' er
Title Attorney -in- act
'n
0
r�
0
?m
d � O
i m
cry
� rn-
O'
U3 N
m �0�
z Z
N o
C�
o m
n o J
a
o a.
N O
� m
O Z S
m <
Z �
m �
S y
m ..
m o
m D
O m
T %
n
_ c
� m
d d
m •+
s
T m y
N d
a c �
d O
a �n
m �
a �
T 3
n d
m �
O
d
n' M
m m
� o
0
< S
� m
A d_
N
n
O
M
0
C
ri7 0
r -^
M
rt
r•
d o
m !/
E Q
OQ
m m
't r
m
m
a
ao
x s
c �
o a
3 `
m �
.. n
0 0
o• 3
m �
s
m H
E5'
R ani
o a
c7 0
m O
r• O
I
.a7 0
m
R •G
d
9
m
d
n
3 �
m
W
O
R
".Y
Ia
O
D o
r �
C. C
m
H
t7
r
O
n
F
s
d
0
m
0
c
m
a
m
d a
z a
O d
m O
v rn
c
o- C
n' /p
� 7
rt
d
d N
O m
G
m
m �
OD
zm
<O
T
OD
H
NON - COLLUSION AFFIDAVIT
0
Page 5
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way o anner, any of the proceeds of the contracts sought by
this bid.
Subscribed and
this_JQ�_day of 1VOV6MACk_
1977
My commission expires:
7. /9D
OFFICIAL SEAL
MARY H. FISTANICH
NOTARY PUBLIC -CALIFORNIA
LOS ANGELES COUNTY
My comm. expires MAY 1, 1981
INC., NPE UNiNG DIVISION
VICE PRESIDENT
LUSTER
Notary Public
• • Page 6
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.
SSE /j7-T'�9etlED F1,V;j 41dIAL 5r4xreME.✓T
'D,1T6.D 1qCJGV57 311 /977•
i
Signed R. L. EMER70N, D:;l7:J;r' VICE PRESIDENT
0 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.
/977 -DE,9z, Of Fg4z e lyoees Jobw J. Poe aA)yeeereAsT61,Y)P3f� -� /f��
5'AAITA A/A., COAL1F6,CA11/1 CQAISTAUCTVaN 6nJG !NEED
1974 �204 4-1e 10o4e-S e-e7. WILL /AM
o4 N.—wvoe r BE ,4eN D6sis,v E.vw.vge e
Z,? 7- 49eee-s gez- W /LL /A.st -a-7.e / 7 /!�) _
iz% -a? el
Ga/rX or N &woo,er Be,9g-// 7ie- E.vsvves e
/G�s1 -Dear. or4"jedoawEjo Pw4CerS. -B ygvr (213)• ,fl -Gdo0
e�.i of Cas A.✓ce/- Es SeAIlox E.vci.v6 ee
/973 -D,&-0eT ar 1gr6,e aweoe R0466,e7- S•a2YA.vT�� /iiS�� /'CabQ
C� /T v oF.(oS ,�.UGEGES SF_.y /v A: EN6 /NEE.e _
NAME OF PROPOSED SUPERINTENDENT: 5E6 4r7AC&!gb smrE mc,✓r
QUALIFICATIONS: SEE j+77r1elyeb STA_TE.tit_E.✓T.
d9V
L. S. LUSTER, ASST. SECRETARY.
z'
i gne 4 EMERSON, DIVISION VICE PRESiura j
PR 1 of 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CEMENT - MORTAR LINING CAST IRON WATER PIPE
WEST NEWPORT AND BALBOA PENINSULA
10.661:1
CONTRACT NO. 1979
PROPOSAL
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. 1979 in accordance with the City of Newport
Beach Drawing W- 5136 -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 QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE _
9,060 Clean and install cement - mortar lining,
Linear Feet in place, in 6 -inch cast iron pipe.
@ Doll ars
and
5 I Y tY S� V E 1J Cents $ 5. 67 $ l 370 . 20
Per Lin ar Foot t
2. 4,040 Clean and install cement - mortar lining,
Linear Feet in place, in 8 -inch cast iron pipe.
@ F%%) L Dollars
and
SIY�V SaVW*3 Cents
Per Line r Foot
3 170 Clean and install cement - mortar lining,
Linear Feet in place, in 10 -inch cast iron pipe.
$ 5 . G7 _ $ 11.90& V0. •-
@ FwC= - _Dollars
and
S1'TVStL\3 *3 Cents $_$.:.7 $�'1�._I.gb__-
Per Linear Foot
•
•
PR2of2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 5 Crew delay and /or assist work while
Crew -Hours waiting for City to complete support
work.
@ 'TWO U4w64ttol Ft _Dollars
—�— — and
A o cents $ 250.00_ $__
Per Crew Per Hour
TOTAL PRICE WRITTEN IN WORDS
wst Slx _rLVQ A#JA Coute14a#,cy2&0 Ao / &g/ Dollars
and
A/ 76A4110. Cents $ 40__
:.
Contractor's License No. /S� - 4
Date_A%OVE M's 6A 30 /977
Bidder's Address
A�479O�! fl C., r?: umr* DIVISION
(Bidder's Name)
f
(Authorized Signature) R� Ei c Qii,Cl;[ . d 4' E'r;ESiGEiiT
L. S. LEISTER, ASS -T. SECRLIA10
Tel
i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
CEMENT - MORTAR LINING CAST IRON WATER PIPE
WEST NEWPORT AND BALBOA PENINSULA
1977 -78
CONTRACT NO. 1979
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 . . . . . . . . . . . . . . . . . . . . . . . .
. . . . 3
X.
PERMITS AND LICENSES . . . . . . . . . . . . . . . . . .
. . . . 3
XI.
MATERIALS AND SERVICES TO BE FURNISHED BY CITY . . . . .
. . . . 3
XII.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . .
. . . . 3
A. MATERIALS . . . . . . . . . . . . . . . . . . . . . .
. . . . 3
1. Portland Cement . . . . .
3
2. Cements for Blending with Portland Cement
3
i
0
INDEX TO SPECIAL PROVISIONS - Continued
CONTRACT N0. 1979
Page
A. MATERIALS - Continued
ii
3. Blended Hydraulic Cements . . . . . . . . . . . . . . . . . . 4
4. Sand ...........................4
5. Admixtures . . . . . . . . . . . . . . . . . . . . . . . 4
6. Water ............................4
B.
ACCESS TO WORK . . . . . . . . . . . . . . . . . . . . . . . 4
C.
CLEANING INTERIOR PIPE SURFACES . . . . . . . . . . . . . . . . . 4
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
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CEMENT - MORTAR LINING CAST IRON WATER PIPE
WEST NEWPORT AND BALBOA PENINSULA
1977 -78
CONTRACT NO. 1979
SCOPE OF WORK
SP of
The work to be done under this contract consists of furnishing labor, equipment,
transportation, material, and services necessary to clean and cement- mortar
line, in place, various diameters of existing cast iron water mains in West Newport
and on Balboa Peninsula. Certain materials and /or services will be furnished by
the City, as set forth in Section XI.
The contract requires completion of all work in accordance with these Special Pro-
visions, the City's Standard Special Provisions, the Plans (Drawing No. W- 5136 -S), and
the City's Standard Drawings and Specifications. The City's Standard Specifications
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 Provisions 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 30, 1978, and, once the work is
started, all work must be completed in 85 consecutive calendar days or by May 31,
1978, 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. Once work has begun on either phase, that phase shall be completed without
interruption.
SP2of7 • •
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 send 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. Jim Frost, at (714) 640 -2221.
• . JY 3 OT /
IX. GUARANTEE
The contractor shall guarantee for a period of one year, after acceptance of
the work by City Council, all materials and workmanship against any defects
whatsoever. Any such defects shall be repaired at the contractor's expense.
X. PERMITS AND LICENSES
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. However, the contractor shall be responsible for immediately
removing any tuberculation or debris from his operations from the
access holes.
B. Operate all valves and remove any water leaking from laterals into
reach of main being lined.
C. Furnish, 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. 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
SP4of7 • •
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 XII -A -1 of these Special Pro-
visions. Pozzolanic material shall conform to the requirements of
Section XII -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 XII -0-1 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 6esfgnation: C -289.
5. Admixtures - -shall conform to the requirements of ASTM Designation:
C -494 except as herein modified. Admixtures containing chloride 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 from 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
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.
• • SP 5 of i
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 ± 2k% 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 131 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 XII -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
pipe without injurious rebound and with sufficient velocity to cause the
mortar to be densely packed. Use of blowers or 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.
SP6of 7 • •
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 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 a drag trowel or mechanically driven rotating
trowels at the contractor's option. The finished surface shall have a
smooth appearance. Design of the trowel attachment shall permit opera-
tion 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
mortal 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 at-
tempted to clear it during either backflushing operation, he shall immediately
notify 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
. • SP7of7
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.
H. VALVES
The City will abandon in place existing valves to be lined through, and
will furnish and install all new valves, as shown on the plans.
I. 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.
CITY OF NEWPORT REACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO.
This is to certify that the CBNpany named below has
issued to the Named Insured the poli wmprehensive liability
insurance identified herein, herein r referred to as 'Policy ",
and endorsed said Policy as follow `assure compliance by the
Named Insured with the insurance juirements of the Contract
executed by the Named Insured and the City of Newport Beach,
(hereinafter, "City "). ,
1. The cumbined single limit for Comprehensive Liability
(bodily injury or death, or property damage) is not less than
$500,000 each occurrence, $500,000 aggregate protective and
contractual, $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be
cancelled or materially changed until thirty (30) days after
receipt by City of written notice of such cancellation or change
by registered mail, addressed as follows: City of Newport Beach
c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California
92663.
3. The City of Newport Beach, its officers and employees
are hereby declared to be additional named insureds in the policy
described insofar as they may be held.liable for injuries, death
or damage to property arising out of or in connection with the
contract executed by the named insured and the City. It is further
agreed that this policy shall be primary and non- contributing with
any other insurance available to the City of Newport Beach, and
includes a severability of interest clause.
4. Contractual liability coverage applicable to the
contract referred to above, including the obligation to defend
City is included.
5. Exclusions relating to property damage arising out
of explosion, collapse, or underground damage (commonly referred
to as "xcu" hazards) are deleted, where applicable.
6. The policy provides coverage for, but is not limited
to: Owned, Non -Owned and Hired Automobile; Products Liability -
Completed Operations; Premises- Operationsi Contractors Protective
Liability; Marine or Aviation (when applicable); and Property
Damage.
This Endorsem r�t� a effective when signed by an
Authorized Reksentative of
��-��- YYYYYY 44va Name o Ins urance Company and when -issu 11 be valid and form part of Policy
No. - ng
Na Insure
expiring__ Q
' NAME OF A 0 R
ADDRESS - AGE /BROKE
A
AutEo—rrz e. Represantative V
IMPORTANT: This is the only evidence of insurance acceptable to
the City. The person executing this Certificate is cautioned to
make certain that he has authority to execute this Certificate
on behalf of the Insurance Company
.1%X181 okl
Pipe Lining
Division
November 30, 1977
City of Newport Beach
Public Works Department
Cement - Mortar Lining
Cast Iron Water Pipe
West Newport and Balboa Peninsula
1977 -78
Contract No. 1979
Proposed Superintendent and Qualifications
Mr. A. Anderson has been employed since September 28, 1964
as a Field Supervisor and is experienced in all phases of
cement mortar lining of pipe. He is responsible for the
successful completion of field projects to which he has been
assigned. Some of the most recent contracts completed by
Mr. Anderson are:
Newport Beach, Ca. - 1976 San Francisco, Ca. 1975
Hazelton, Pa. - 1976 Newport Beach, Ca. 1975
Sacramento, Ca. - 1975 Rochester, Minn. 1974
Proposed cement mortar lining equipment, developed and used
by Ameron Pipe Lining Division for the past 27 years, will
feature an air driven lining machine with applicator head,
centered within the pipe, that will centrifugally project the
mortar against the wall of the pipe at a high velocity in such
manner as to produce a dense mortar, equally distributed on
all wall surfaces of the pipe. An attachment with a drag
steel trowel will immediately follow the applicator head,
troweling the cement mortar to a smooth, hard surface of
uniform thickness.
AMERON,INC. PIPE LINING DIVISION
Post Office Box 457
Wilmington, California 9074
(213) 835 -8201 Telex" 691
Al
Pipe Lining
Division
OFFICERS OF AMERON, INC. PIPE LINING DIVISION
President
Senior Vice President
Finance and Administration
Group Vice President
Treasurer
Vice President and Secretary
Division Vice President
Assistant Secretary
November 1977
Lawrence R. Tollenaere
1400 Milan Avenue
South Pasadena, Ca. 91030
Roger F. Barrett
7821 Bacon Road
Whittier, Ca. 90602
Peter Van Kuran
2691 E. California Street
San Merino, Ca. 91108
R. H. Jenner
520 North Alhambra Avenue
Monterey Park, Ca. 91754
Dale E. McCoig
814 West Bay Avenue
Balboa, Ca. 92661
Robert L. Emerson
15660 E. Mar Vista
Whittier, Ca. 90605
L. S. Leister
19116 Walnut Drive
LaPuente, Ca. 91745
9 0
AMERON, INC.
CERTIFIED COPY OF RESOLUTION
OF THE
BOARD OF DIRECTORS
RESOLVED, That the resolution passed by the Board of
Directors on January 25, 1971, as subsequently modified
on September 22, 1976 by authority of empowering
Resolution passed at the regular meeting of the Board
on September 25, 1972, relating to authority to sign
and affix the Corporate seal by employees of the Pipe
Lining Division be rescinded in its entirety and the
following substituted therefore; and . . .
RESOLVED FURTHER, That R. L. Emerson, L. S. Leister,
R. S. Diemer, W. W. Dawdy or Richard E. Herrick or
any of them, are hereby authorized to sign and affix
the Corporate seal, on behalf of Ameron, Inc. to bids,
proposals, bonds and contracts and by so doing as its
authorized agent, bind the Corporation to performance
of any and all obligations contained therein. If two
signatures be required on any such document, then any
two individuals hereinbefore named may sign, or any
one of such individuals, together with Ralph W. Stowell,
may sign, and if the signature of any individual or
individuals need be authenticated, than any of the
individuals herein named may authenticate the signature
of any other.
I hereby certify that the foregoing is a true and complete
copy of Resolution passed at the regular meeting of the Board of
Directors of Ameron, Inc. held on January 25, 1971, as subsequently
modified by authority of empowering Resolution passed at the
-regular meeting of the Board of Directors held on September 25,
1972, at the office of the Company, 400 South Atlantic Boulevard,
Monterey Park, California, and that the same remains in full
force and effect.
Date: November 15, 1977 - Assistant Secretary
L. S. Leister-
„ &Illel'ffil •
FINANCIAL STATEMENT
Unit CONSOLIDAS
Period Date August 31, 1977
BALANCE SHEET
ASSETS
Thousands)
1977 1976
Aug. July Nov. Aug.
CURRENT ASSETS
Cash 1,070 31373 2,779 1,612
Receivables
Trade
37,884
35,479
34,840
34,118
Reserve for collection losses
(1,134)
(1,198)
(1,142)
(1,262)
Notes and other
1,543
1,743
2,152
1,472
Net
38,293
36,024
35,850
34,328
Inventories
Finished
products
15,025
15,229
13,316
12,901
Products
in process
11,777
10,432
10,559
13,777
Materials
and supplies
14,701
14,313
14,159
14,395
Total at
FIFO or average cost
41,503
39,974
38,034
41,073
LIFO cost
adjustment
(3,458)
(3,571)
(3,458)
(3,215)
Net
7,477
38,045
36,403
34,576
37,858
Deferred income tax benefits
and refundable income taxes
4,165
4,182
5,341
2,773
Current advances - Tamco
17,744
17,766
17,325
4,600
Other current assets
3,171
3,186
3,743
3,552
Total current assets
84,744
83,168
82,289
84,723
INVESTMENTS AND ADVANCES
119,861
119,734
115,249
112,145
Jointly owned domestic meanies, at equity
(56,799)
(56,534)
(53,731)
(53,046)
Gifford -Hill- American, Inc.
7,477
7,419
7,107
6,638
Tamco, at cost
4,268
4,213
3,982
2,733
Unconsolidated subsidiaries and affiliates
164,914
163,335
160,270
158,073
operating outside the United States, at
cost less reserves
4,050
4,022
4,024
3,530
15,795
15,654
15,113
12,901
PLANT AND EQUIPMENT
Land
5,785
5,785
5,696
5,696
Buildings
17,744
17,766
17,325
17,143
Machinery and equipment
86,308
86,360
83,529
80,930
Construction in progress
10,024
9,823
8,699
8,376
119,861
119,734
115,249
112,145
Accumulated depreciation
(56,799)
(56,534)
(53,731)
(53,046)
Net
63,062
63,200
61,518
59,099
GOODWILL
1,313
1,313
1,350
1,350
Total assets
164,914
163,335
160,270
158,073
y &11L1'llll
FINANCIAL STATEMENT
unit CONSOLIDA19
Ioo,ioe Dots August_ 31, 1977
I BALANCE SHEET
LIABILITIES AND
onnTmv
(In Thousands
1977
1976
Aug.
July
Nov.
Aug.
CURRENT LIABILITIES
Trade payables
9,152
9,266
9,807
9,182
Demand debt - domestic
12,500
12,500
8,000
7,000
- foreign
2,078
1,926
1,662
1,274
Other notes and current
portion of long -term debt
1,608
1,607
3,093
3,099
Accrued liabilities -
Wages and retirement benefits
3,128
2,752
4,318
3,624
Taxes, insurance, interest
and other
8,159
8,504
7,042
7,473
Reserve for contingencies
1,295
2,137
3,105
911
Federal and other income taxes
920
397
593
1,036
Total current liabilities
38,840
39,089
37,620
33,599
NONCURRENT RESERVES FOR
CONTINGENCIES
4,254
3,800
4,300
6,900
DEFERRED INCOME TAXES AND
INVESTMENT TAX CREDITS
6,244
5,965
5,663
2,146
LONG -TERM DEBT, less current portion
Insurance companies
32,000
32,000
32,000
33,500
Banks
10,500
10,500
9,000
12,000
Other notes
825
828
927
939
Mortgage loan
500
500
500
500
43,825
43,828
42,427
46,939
STOCKHOLDERS' EQUITY
Common stock, $5 par
Outstanding shares -
2,255,504 in 1977 and
2,251,304 at November 30, 1976
11,410
11,410
11,406
11,400
Capital surplus
4,899
4,899
4,845
4,839
Retained earnings beginning of year
54,009
54,009
50,671
50,671
Add (deduct) - net income
3,139
2,039
5,953
3,599
cash dividends
(1,689)
(1,687)
(2,267)
(1,703)
treasury stock
(17)
(17)
(348)
(317)
55,442
54,344
54,009
52,250
Total stockholders' equity
71,751
70,653
70,260
68,489
Total liabilities and
164.914
163.315
16n_2�n
158.Q7�
.,t„e'7U„ • 1 unit CONSOLIDA
I. Period 9 Months ove August 31, 1977
FINANCIAL STATEMENT
STATEMENT OF INCOME
1977
SALES
169,662
COSTS AND OPERATING EXPENSES
Cost of sales 135,303
General and administrative expense 28,586 163,889
INCOME FROM OPERATIONS
OTHER INCOME AND (EXPENSE)
Equity in earnings of
Gifford -Hill- American, Inc.
Tamco
Other income from affiliates
Interest
Loss on foreign currency translation
Miscellaneous (net)
INCOME BEFORE INCOME TAXES
PROVISION FOR INCOME TAXES
NET INCOME
NET INCOME PER COMMON SHARE (Based on
2,266,098 shares in 19.77 and
2,291,726 shares in 1976)
5,773
1,063
286
562
(3,545)
(127)
577 (1,184)
4,589
1,450
3,139
1.39
n
1976
111,858
29,373
1,493
449
(2,919)
146,714
141,231
5,483
1,343 366
5,849
2,250
3,599
1.57
I certify that these statements present the financial position of Ameron
and its consolidated subsidiaries as of August 31, 1977 and 1976, and their
operating results for the nine month periods then end
A. D. Perrone, Jr.
Vice President
and Controller