Loading...
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