HomeMy WebLinkAboutC-2044 - Lido Isle 1978-79 Cement mortar lining of cast iron water pipe - Phase II` — 1
Ir n
November 27, 1978
CITY COUNCIL AGENDA
ITEM NO. H -2(c)
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: CEMENT MORTAR LINING OF CAST IRON WATER PIPE, LIDO ISLE
PHASE II`,
RECOMMENDATION:
Adopt a resolution awarding Contract No. 2044 to Spiniello Construction
for $114,605, 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
2:00 p.m. on November 14, 1978.
Bidder Amount
1. Spiniello Construction Company
Chula Vista, California $114,605.00
2. Ameron Inc., Pipe Lining Division
Wilmington, California $133,918.00
The low bid was 13.9% lower than the engineer's estimate of $133,250.
Sufficient funds are available in the current budget (Acct. #50- 9297 -120) for
the project.
The project provides for the cleaning and cement - mortar lining of
approximately 2.5 miles of existing water mains on Lido Isle (see attached ex-
hibit), resulting in improved water quality and fire flows. The support work
required for the cleaning and lining operation involves furnishing and install-
ing surface bypass piping.
Spiniello has successfully completed 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 February 5,
1979 and complete the work by May 31, 1979.
Benjamin B. Nolan
Public Works Director
SB:jd
Att.
\U le... .
% Q
f
P 1['111
✓O
�` -'fall tr
0� �7V3.fYM� J I�
IAN \
fir- -l\
vq
— IR
.20
\ xr r /[.rnl I
7
I
I �
I ,
I
I I
N
I I k II
vd zua /[N
it � "yN VfLtd � {
� ✓le reN/NEl
I y'%Q IVGI /6fssii
v/Q LfNF7/ i {
I vie U,YO/NE
.V /e fK /EITE
v/A SAIM
Ve Rd✓ ,vvd
V/zl iwmo
I vrd mlcpwc
vm o4v /E7o
v7/1 N /rE
I I
i nd;wEN:oAI��
„a toga it
I v/d KCUXIN
V /d� JUCdR II
I
vm trudrd
r.u�FUC.u.w
vie cE,uca I
V/d FiPENZE
I V/d Ed911 /
� viq of ✓oNi
vi/ twwni
�v /d
� vro �wrieESM�,
{i
I'
v �I
i
. f
,
D WJ
1v�
1J
I,y
r�
L •fe1 oO
O ^ yp
v
Y'
�o
o/
0�1
1
i
S C. J
`3 C� qj
V 1
6
gig ;I.
C V V
2 \SG P1\'
a
I
CL
1
,_
J �
11VA IN Wk
MAINS TO.BE LINED
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
I,tMC14 1 —MUK I AIK LII4lNk7
CAST -IRON WATER PIPE
LIDO ISLE PHASE II
DRAWN w 0. DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. —
DRAWING NO.. EXHIBIT
RD
b
C
ws
\ xr r /[.rnl I
7
I
I �
I ,
I
I I
N
I I k II
vd zua /[N
it � "yN VfLtd � {
� ✓le reN/NEl
I y'%Q IVGI /6fssii
v/Q LfNF7/ i {
I vie U,YO/NE
.V /e fK /EITE
v/A SAIM
Ve Rd✓ ,vvd
V/zl iwmo
I vrd mlcpwc
vm o4v /E7o
v7/1 N /rE
I I
i nd;wEN:oAI��
„a toga it
I v/d KCUXIN
V /d� JUCdR II
I
vm trudrd
r.u�FUC.u.w
vie cE,uca I
V/d FiPENZE
I V/d Ed911 /
� viq of ✓oNi
vi/ twwni
�v /d
� vro �wrieESM�,
{i
I'
v �I
i
. f
,
D WJ
1v�
1J
I,y
r�
L •fe1 oO
O ^ yp
v
Y'
�o
o/
0�1
1
i
S C. J
`3 C� qj
V 1
6
gig ;I.
C V V
2 \SG P1\'
a
I
CL
1
,_
J �
11VA IN Wk
MAINS TO.BE LINED
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
I,tMC14 1 —MUK I AIK LII4lNk7
CAST -IRON WATER PIPE
LIDO ISLE PHASE II
DRAWN w 0. DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. —
DRAWING NO.. EXHIBIT
RESOLUTION NO. C�'7 '7,57
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
SPINIELLO CONSTRUCTION IN CONNECTION WITH THE
CEMENT - MORTAR LINING OF CAST IRON WATER PIPE,
LIDO ISLE, PHASE II, CONTRACT NO. 2044
WHEREAS, pursuant to the notice inviting bids for
work in connection with the cement - mortar lining of cast iron
water pipe, Lido Isle, Phase II, in accordance with the plans
and specifications heretofore adopted, bids were received on
the 14th day of November, 1978, and publicly opened and
declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is SPINIELLO CONSTRUCTION,
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of SPINIELLO CONSTRUCTION
in the amount of $115,605, in connection with the cement - mortar
lining of cast iron water pipe, Lido Isle, Phase II, be accepted,
and that the contract for the described work be awarded to said
bidder; and
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 27th day of November
ATTEST:
City Clerk
, 1978.
DDO /kb
11/20/78
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
SS.
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years, and
not a party to or interested in the above - entitled matter. I
am the principal clerk of the printer of the Newport Harbor
Ensign newspaper of general circulation, printed and pub-
lished weekly in the city of Newport Beach, County of Or-
ange, and which newspaper has been adjudged a news-
paper of general circulation by the Superior Court of the
County of Orange, State of California, under the We of
May 14, 1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not smaller
than nonpareil). has been published in each regular and en-
tire issue of said newspaper and not in any supplement
thereof on the following dates to -wit:
October 26,
N
2.1.. 9.,_19.78 ...................
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport Beach,
California, this 15 day of Nov 19 '78
�1 II
........... Ju- n.�.a. -2. ........ `
Signature
THE NEWI'O[rI' ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92825.
-% 79
This ace is for the County Clerk's FSling Stamp
A
Proof of Publication of
PUBLIC NOTICE
In accordance with the povisionr of
Anide 2. Chaplet I. Pan 7 0l the Cah
tornia Labor Cods (Seclem. 1770 or
,so ) the Dueler, of industrial Relmi s
has ascertained the general preva V g
rat. I per d -em wagoes a the Iota 1'ty in
which the work L t be perfarmed for
each cralh classification. Or type of
uarkmn a or mechanic needed to exec -
le the contract A copy of said dele,-
nalies ie readable in the ffma of the
City C erk. All parties to the contract
shall Pe governed by all prc cra u of Ihe
Celibmin Labor Code relating to Pis.
.athal wage rates (Sections 1770 -1781
tncl ). The 1 t hell he ov
sPonable tar compliance 'th Section
17915 f it,, C 11 - Labor Code lor
all apprentbaable occopalu ne,
the comractor shall post a copy of the
prevnller, wage rates al the job cite,
Copies m y be obtained I,om the Puhltc
Works Department.
The City reserves the right to no i
any n all bids and to waive any Into,.
malty in rich bids.
P"khals6 Oct. 26. Nov 2, 9, 1976 in
'The Newport Ensign.
f
I
PROOF OF PUBLICATION
PUBLIC NOTICFr
C?'�!Y (5F'NEW PORT BEACH,
e. - ''CALIFON
NOTICE INVITE BIDS- ;;��'
PALED BIDS'pillylie''lecalved atL4'
l O of the City C1 k City Hall Navy -
t Brack, CaldBm a r! 2;00 PM.
^
determined by ocia,hima wne,nd an
the 14th day of November; 1978, at
=I +ch brue - they will be opened hand
tOd, far performing work as refusal:
CEMENT.MORTA R 4.INING L1r
CAST IRON WATER PIPE,
LIDO ISLE PHASE 11 -
CONTRACT NO. 2b14t
foils must be submitted on the appo r
nn �Itached with the Iscrallf de,th.
s ix In m bled by the Pubho Wit' (,
I' cramt Thu. additional apy N -th
I bure is ;o be t ned by',Ih ''
I Ild 1 hm records '. .
ech bid must her a s ompanni p d y
cerNlmd check or n
Bidder'. Bo,
- .de payable to the City of Newport
,:h for an amount equal tdat tea', l0
-ant of the anionm hid.'
The title Of the preiec: and the exude
Ir ALED BID' shall be clearly marked
•• outside of the envelepe contain,,
the hid
contract documents, that mdsE be
• u, plated, executed and rgmrnedln the
se. A
d,.d bid are. -
Proposal .
_ 6_ De ignat e. of Submull —Inre -
C. Bidder c Bond
D. Non colliaian Affidavit
E. Statement of Ficeneral Bespom,bi- ri!
IRy
F- Technical Ability and Experience '-
References
These documents shall be, affixed with
the signature and tiller of the persons
signing oa Labatt of the bidder. For con'
platcam. the 1111 me9 of the Preztdent
Vice H d, end Secretary o'
Asv( !S f Vm impaired ,i, iN
Corpo t S / hall be fl' d to all.
derrourseds palutton, gn Lures x
- r, the
case of a Partndrahjp,the signature of at
leant ones oml partners i froir '
No bids has olthe O accepted from iiWiron
trader a yv has mot been licensed in e
cordance with the, provisions ol.Chapter.
9, Division 111 of the Business and Pre"
fessioms Code. The contractor shall state's
his license number and classification tilt
the prop rsh
One net of plans and contriet'il it
ante including, special provisions, may
DO obtained at the Public Works DepaFL
ant, City Hall.'Newpod Beach, Cali.
tornia. a1 no cost to licensed ncu radon,
II Is requested that the plans and c
bast documents be remmed within two i
(2) weeks all,, the bid Oce nia,
The City has adopted the Sandard
Spemlicalions
for Lu60c Woks Coo.
shncNoo (1976 Echpml as p,epared by
the Southern California Clupt -m of the
Amen an Puhitc Wo,ks Asmolnt son and
the A soeinted General Com,acmrs of fl
America, Copies may be obtained from
Building. Newa, Inc., 3055 Overland
Avenue, Los Angeles, California 90034,
213) 870 9871.
The City has adopted Standard Sae.
cial Proviahma and Standard Drawings.
Copier of these are available at the Pub.
tic Works Department at a cost Of $5 per
set.
A standard "Certificate of Insuraspe
for Contract Work" form has been
adopted by the City oI Newport Beach
This form is the only certificate of Tram,
ante acceptable to the City The su
evful low bidder will be required to
comPlete this form upon awa,d of the
contract.
For any required bonds, the company
1. uin, bid bonds, labor and material
bonds, and Imthlul performance bonds
mast be an insurance company or surety
ompa ny licensed by the Stale of Cali-
fornia. The companies must also have a
Aant general Policy holder a rating of
Or sales; and a in ismal category of
It Meant Class X A per the latest edition'
If Best's Key Bating Guide (Properly.
iL
Lr�AG � �ed� e�tct� -L
-`• October 24, 1978
tT' CITY COUNCIL AGENDA
ITEM NO. H -11
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: CEMENT - MORTAR LINING OF CAST IRON WATER PIPE - -LIDO ISLE PHASE II
(C4044+ o.
RECOMMENDATIONS:
1. Cancel the original call for bids.
2. Approve the revised plans and specifications.
3. Authorize the City Clerk to advertise for bids to be opened
at 2:00 p.m. on November 14, 1978.
DISCUSSION:
On October 10, 1978, Council approved the subject plans and specifi-
cations and authorized the City Clerk to advertise for bids to be opened on
October 31, 1978, at 10:00 a.m.
Due to a recent turnover of employees in the Utilities Department, the
support work under this contract to be provided by their personnel must be
downscoped. The excavation and backfill of access holes, replacement of pipe
sections removed for access to the inside of the pipes, and installation of new
valves - -all of which were planned to be performed by City forces - -are now to be
done under contract. The only work which City forces will perform is installa-
tion of bypass piping.
The revised estimated cost for the work is $133,250. The estimated
cost for support work by City forces is $2,000. Funds in the amount of
$150,000 have been provided for the project in the current budget (Account
No. 50- 9297 -120).
The revised plans and specifications were prepared by the Public Works
Department. The specifications require the contractor to start work after
February 5, 1979 and complete the work by May 31, 1979.
An exhibit is attached showing the location of the work.
Benjamin B. Nolan
Public Works Director
SB:jd
Att.
O tr i!
sr
u
16U 9
ijlv1S %y� \�
, Z
It /a /C I I G� ,1 \�w
,
� ,,1'
a \N < -, ° 1 I i yNYEltd
4� �O3AYM ,ul LJ I`v i I I r
C.
:t WOZ14 12
`
` 1 i i� 13 rrr j7
1 v" 1� ✓ �
RJ — Al Yid
Al
.� Vre RdVENNd II , ; $r
cr
m I Yrd PworpmC I C9 O a 'c� n C� ro i
74 Q I If/% yOfR Y VETOI v 1
ni
ym nwv MAINS TO.BE LINED3
v I I IA e�� o \
A 1440 j
\. n
F 'l) a
IrN
ral
!ae3
JwM
CID
7E
CITY OF NEWPORT BEACH DRAWN /✓ , DATE nor �s
PUBLIC WORKS DEPARTMENT APPROVED
CEMENT-MORTAR LINING PUBLIC WORKS DIRECTOR
CAST -IRON WATER PIPE R.E. NO,
LIDO ISLE PHASE 11 DRAWING NO.. EXHIBIT
9tober 10, 1978
CITY COUNCIL AGENDA
ITEM NO. H -1n
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: CEMENT - MORTAR LINING OF CAST IRON WATER PIPE, LIDO ISLE PHASE II,
C -2044
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 10:00 A.M. on October 31, 1978.
DISCUSSION:
This project provides for the cleaning and cement - mortar lining of
approximately 2.5 miles of existing water mains on Lido Isle. The pipes to
be lined were installed in 1930, when standard practice did not require a
special lining. Over the years the interior of the pipes has become extremely
rough due to corrosion, resulting in reduced hydraulic capacity. The proposed
work will restore the hydraulic properties of the pipe, resulting in improved
fire flows and reduced pressure drop during periods of peak demand. There
should also be a reduction in the number of "red water" complaints caused by
the rusty, unlined water pipes.
The support work required for the cleaning and lining operation will
be provided by City forces. This work includes installation of bypass piping,
excavation and backfill of access holes, replacement of pipe sections removed
by the contractor for access to the inside of the pipe, and installation of new
valves as required.
Reaches of pipe will be isolated from the water system as they are
cleaned and lined. This operation will in some cases reverse the normal direc-
tion of flow in the lines, causing mineral deposits on the walls of the pipe to
be disturbed. This may result in the discharge of some discolored water to the
customers in the vicinity of the work. A special effort will be made to mini-
mize these disturbances, and to provide advance notification to properties
which may be affected.
The estimated cost of contract construction is $92,150. The estimated
cost (for purchase of materials and overtime labor) of support work by City
forces is $30,000. Funds in the amount of $150,000 have been provided for this
project in the current budget, Account No. 50- 9297 -120.
The plans and specifications were prepared by the Public Works Depart-
ment. The specifications require the contractor to start work after February 5,
1979, and complete the work in 85 days, or by May 31, 1979, whichever occurs first.
An exhibit is attached showing the location of the work.
Benjamin B. Nolan
Public Works Director
AB:jd Att.
I 04vr
4 tl il !
�
�\\`,�% 7 OY�1/ I I I ry / ✓Id ✓Erie I I Cam— 1 \ `\ O, J7
g
O 11ff 1
✓1eXdN7r/ �' N
WNEZ14 r j' 1" 56 z t
m��\ 7 �A (�.I � ✓l4 UNniNE I Z � -"�- -� 11 J� '\ � 4 !
`
\Z iv /dIG/ /TO IIO
X11 I Vie AlZMAIC
4 ( 111,d oa✓rEro I \ C4 a .1 C , S
Z C i X4 N /CE I I `. E j (J 3
q' I' I
¢n. I ✓re /IENTOA�EI l'
Ivm'roxd
4 I MAINS TO BE LINED
� At V/d A'A4YIN
IV d s I 1 Yie ✓ucea �� \,
Ine ✓eErD
V
Tr
Ay
V �
Ql V
CITY OF NEWPORT BEACH DRAWN. w. DATE E ; / i
PUBLIC WORKS DEPARTMENT APPROVED
CEMENT - MORTAR LINING PUBLIC WORKS DIRECTOR
CAST -IRON WATER PIPE R.E. NO.
LIDO ISLE PHASE 11 DRAWING NO.. EXHIBIT
6
Spiniallo Construction Co.
P 0 Box 1610
Chula Vista, Ca. 92012
Subjeett Surety
Bonds Uo
Project
Contract No.
E
October 23, 1979
: St. Paul hire 6 Marine Insurance Company
Bond dated Decembsr 28, 1979
: Cement Mortar Lining of Cast Iron Water Pipe,
Lido Isle,.Phase II
: C 2044
The City Council on July 6, 1.979 accepted the work of
Subject project and autbor12ed 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 September 17, in Book No. 13313, Page 420. Please notify
Your Surety company that bonds may be released 35 days after
recording data.
rg
cc: Public Works Department
Doris George
City Clark
RFOo
PLIPA4I! RETURN TO�PUFS� 4)
CITY CLERK.
CITY OF NUNPORT BEACH
3300 NEWPORT POULEV:ARD
NEWPORT BEACH, CALIF. 92663
• 13%37
EX07,1- T
CI
NOTICE OF COMPLETION
PUBLIC WORKS
10133 1 3 PO 420
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
S M' 4 P.M. SEP 17 ,979
Past
LEE A. ERf,NCH, County Recorder
`Io All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on Tnl�r 6, 1979
the Public Works project consisting of
Cement Mortar Lining of Cast Iron Water Pipe ririn TQ1e, Dhac= TT
Contract No 2044
on which c r ello Construction —Co € e Ehala Vista
was the contractor, and---r-
nd ct P3 1 Vi c M T CompaRy
was the surety, was completed.
C Y OF NEWPO BE H
1 -"'Public Works Director
VERIFICATION
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on September 11, 1979 at Newport Beach, California.
Public Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on RPp_tPmber 1n, 197g accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on September 11, 1979 at Newport Beach, , alifornia.
City Clerk
OOTi � Y
sp l0 1919
BY }he CITY eCOUNCIL ►�i
CITY O!� "O TY�OUNCIL
FROM: Public Works Department
September 10, 1979
CITY COUNCIL AGENDA
ITEM NO. H -11
SUBJECT: ACCEPTANCE OF CEMENT MORTAR LINING OF CAST IRON WATER PIPE,
LIDO ISLE PHASE II (C -2044)
Gli i1"Frk �I.11"1]N;A
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 second phase of the cement mortar lining of
the cast iron water mains on Lido Isle has been completed to the satisfaction
of the Public Works Department.
The bid price was $114,605.00
Amount of unit price items constructed 108,255.10
Amount of change orders None
Total contract cost $108,255.10
Funds were budgeted in the Water Fund (Account No. 50- 9297 -120).
The design engineering was performed by the Public Works Department.
The contractor is Spiniello Construction Co. of Chula Vista,
California.
The contract date of completion was May 31, 1979. At the City's
request, the contractor delayed starting until mid - April. All work to be done
by the contractor was completed by July 6, 1979.
Benjamin B. Nolan
Public Works Director
GPD:jd
i pC
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
640 -2251
Date: - yeptembeF 11, 1979
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 Cement Mortar Lining of Cast Iron
Water Pipe, Lido Isle, Phase II Contract No. 2044
on which - Spiniello Construction Co. was the Contractor
and St. Paul Fire & MarinP Tnsnranre was the surety.
Please record and return to us.
Very trul yours,
DGeorge
City Clerk
City of Newport Beach
Encl.
0 0
NOTICE.. OF COMPLETION
PUBLIC WORKS
'to All Laborers and Material Men and to Every Other Person Interested:
YOU WII..L PLEASE TAKE NOTICE that on July F. 1979
the Public Works project consisting of
Cement Mortar Lining—of C'act Tron water Pipe_ W rin Tc1P Phase TT
Contract No. 2044
on which Spiniello Constrdetien Ge of Ghdla vista
was the contractor, and qt-- Pa-11 Fire i Ddarinn T r n
was the. surety, was completed. r
VERIFICATION
I, the undersigned, say:
C Y OF NEWPO BF. GH
Public Works 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 September 11, 1979 at Newport Beach, California.
Public Works Director,
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on SP t-Pmhpr In, 1979 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on September 11, 1979 at Newport Beach, California.
City Clerk cl
r 0
CITY OF NEWPORT BEACH
FO
Date January 16, 1979
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 2044
Project Cement Mortar Lining Cast Iron Water Pipe, Lido Isle
Phase II - 1978 -79
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Spiniello'Construction ComAany
Address: P.'0. Box 1610, Chula Vista, CA 92012
Amount: $ 114,605.00
Effective Date: January 16, 1979 x
Resolution No. 9475 adopted on 11/27/78
A"' Doris Geo e
Att.
cc: Finance Department [�
City Ifall 3300 Newport Boule%-ard, Newport Brach, California 92663
CEMENT MORTAR LINING DIVISION (International)
In place cleaning and cement mortar lining of water mains
SPINIEIIO I MARINE DIVISION
CONSiBO T N Subaqueous Pipelines and Cables, Outfalls, Intakes
CO. SINCE 1922 I HEAVY CONSTRUCTION DIVISION
E N GIN E E R S
CONTRACTORS I Utilities and General Construction
P.O. Box 1610
HOME OFFICE
Chula Vista, CA 92012
25 Airport Road
(714) 423 -8060
Morristown, NJ 07960
(714) 423 -8061
(201) 539 -6363
December 11, 1978
City of Newport Beach
City Hall
3300 W. Newport Blvd.
Newport Beach, California
SUBJECT: Cement Mortar Lining Cast Iron Water Pipe, Lido Isle,
Phase II, Contract No. 2044
Gentlemen:
"I am aware of and will comply with Section 3700 of the
Labor Code, requiring every employer to be insured against
liability for Workers' Compensation or to undertake self -
insurance before commencing any of the work."
Sincerel Your,
Bernard H. Monette
Manager - Western Division
/ws
� a
CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO. 2044
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 manva& 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 12/5/78 when signed by an
Authorized Representative of U.S. Fidelity & Guarant Co. &
Puritan Insurance Co. Name o Insurance Company
and when issued to City shall be valid and form part of Policy
MP28836, 1CCB97565
No. 3900- 465764 PO7151t1uring S inie11 Construction Company
Name Insured
expiring 10/21/79
NAME OF AGENT OR ;7RR EMAR ASSOCIATES, INC.
141 So. Harrison St.
ADDR�S� i'GENT /B East Orange, NJ 07018
presentative
Emil Soli ine, President
IMPORTANT: This is the only evide ce 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
Approved by the City Council
this 24th day of October, 1978.
Shirley Keller, Deputy City Clerk
LIDO ISLE PHASE II
1978 -79
CONTRACT NO. 2044
SUBMITTED BY:
SPINIELLO CONSTRUCTION COMPANY
Contractor
P.O. Box 1610
Address
Chula Vista, California 92012
City
(714) 423 -8060
Telephone
$114,605.00
Total Bid Price
C-TTY CLERK
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CEMENT - MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
1978 -79
CONTRACT NO. 2044
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 W. Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
PR of
The undersigned declares that he has carefully examined the location of the work, has
examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby
agrees to furnish all labor, materials, equipment, transportation, and services to do all
of the work required to complete Contract No. 2044 in accordance with the City of Newport
Beach Drawing W- 5140 -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
3,800 Clean and install cement - mortar lining,
Linear Feet in place, in 4 -inch cast iron pipe.
@ Six Dollars
and
Ninety Cents $ 6.90 $ 26,220.00
Per Linear Foot
7,300 Clean and install cement - mortar lining,
Linear Feet in place, in 6 -inch cast iron pipe.
@ Six Dollars
and
Ni net Cents $ 6.90 $ 50.370.00
Per Linear Foot
3. 1,850 Clean and install cement- mortar lining,
Linear Feet in place, in 8 -inch cast iron pipe.
@ Six Dollars
and
Ninety Cents $ 6.90 $ 12.765.00
Per Linear Foot
• •
r
PR 2 of 3
EM 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.
5.
Q
7.
20
Each
3
Each
16
Each
@ Two Hundred and Fifty Dollars
and
No Cents $ 250.00 $ 1,250.00
Per Crew Per Hour
Install 6" mechanical joint butter-
fly valve.
@ Four Hundred Dollars
and
No Cents $ 400.00 $ 8,000.00
Per Each
Install 8" mechanical joint butter-
fly valve
@ Five Hundred Dollars
and
No Cents $ 500.00 $ 1,500.00
Per Each
Furnish and install 4" mechanical
joint butterfly valve
@ Five Hundred and Fifty Dollars
and
No Cents
Per Each
8. 3 Furnish and install 6" mechanical
Each joint butterfly valve
$ 550.00 $ 8,800.00
@ Seven Hundred Dollars
and
No Cents $ 700.00 $ 2,100.00
Per Each
,
• 6 PR3of 3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. 1 Furnish and install 8" mechanical
Each joint butterfly valve.
@ Eight Hundred Dollars
and
No Cents $ 800.00 $ 800:.00
Per Each
10. 4 Construct access hole due to pipe
Each obstruction.
@ Seven Hundred Dollars
and
No Cents $ 700.00 $ 2,800.00
Per Each
TOTAL PRICE WRITTEN IN WORDS
ONE HUNDRED FOURTEEN THOUSAND, SIX HUNDRED FIVE Dollars
and
NO Cents
Contractor's License No. 301579 Class A SPINIELLO C
Bidder s Na
Date November 14, 1978 S /Bernard H
gnatu
P. 0. Box 1610, Chula Vista, California 92012
s Address
Telephone Num er
$ 114,605.00
Ii1IIKd93I9JL17
Western Division Manager
I
9
*October 31, 1978
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PLANS AND CONTRACT DOCUMENTS
FOR
CEMENT MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
CONTRACT NO. 2044, 1978 -79
ADDENDUM NO. 1
NOTICE TO BIDDERS:
Please be advised that the wording in the Proposal and Special Provisions has
been revised as follows:
PROPOSAL
The original proposal (printed on white paper), pages PR 1 thru 3 is superseded
in its entirety to include an additional bid item (No. 10) to "Construct access
hole due to pipe obstruction."
Two copies of the new Proposal printed on yellow paper shall be used for bidding
Contract No. 2044.
SPECIAL PROVISIONS
Delete Paragraph 2 of Section XII -H, page SP 7 of 7 (The cost of . . . . payment
will be made.) in its entirety.
Please show the date of receipt of this addendum on the Proposal or insert a
copy with your proposal.
Date of Receipt by Contractor: 1111178
Steve Bucknam Jr.
Project Manager
Page 1
i
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 2 :00 `P.M. (as determined by telephone time signal) on the
14th day of November 1978, at which time they will be opened and read, for
performing work as oTlows:
CEMENT - MORTAR LINING OF CAST IRON WATER PIPE,
LIDO ISLE PHASE II
CONTRACT NO. 2044
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's.Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the .
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non- collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing.
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required and t e or�oratee Seal
shall be affix d to all cuments requiring signatures. In the case of a' Partnership,
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. I.t is requested that the plans and contract documents be returned
within 2 weeks after the bid.opening.
(cont.)
0
u
i
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as prepared y t e outAern Ca iform a apters of t e rican
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 Cate ory 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.
I
i
4
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 301579 Classification A
Accompanying this proposal is Bid Bond
(Cash, Certified Check, Cas ier s ec or on
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(714) 423 -8060
Phone Nu er
November 14, 1978
Date
NST
Bidders Name
r
Juae=am- 53 ut orize c gnature
Authorized Signature
Corporof ation
Type 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:
WELTAWTilroln 1 UM ,•,
�.:
;._:� _:m_:�
_.
�z_-,�
a 0
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 Subcontractor Address
1. None
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Corporation
Type of Organization
(Individual, Co- partnership' @r Cgrp:)
MADMOTUM
Chula Vista, California _92012
A dress
er
6 0
R
Sm-sf� _ $_s �. .,caS� «i5c_ __ .s .. sf � ,'a�° �', . �.: .'Z.:�.:..�:- :.�iaz7�c. - ^'"„x' .. v.�..:..,. �s &tom..•.. �vd+�+4�.,a -.
e
j
\v
R
Sm-sf� _ $_s �. .,caS� «i5c_ __ .s .. sf � ,'a�° �', . �.: .'Z.:�.:..�:- :.�iaz7�c. - ^'"„x' .. v.�..:..,. �s &tom..•.. �vd+�+4�.,a -.
Bond No. 400 FF 5908
FOR OGINAL SEE CITY CLERK'S FILE CO,
Page 4
._
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, SPINIELLO CONSTRUCTION COMPANY , as Principal,
and ST. PAUL FIRE AND MARINE INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT(10 %)
OF THE TOTAL AMOUNT BID Dollars ($----- 10 %-- - - - -), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
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 6th day of
NnvainhPr , 19 78
-:'Corporate Seal (If Corporation)
SPINIELLO CONSTRUCTION COMPANY
-_ Principal
S /Bernard H Monette
(Attach acknowledgement of Manager - Western Division
Attorney -in -Fact)
•: :�i u :17i�1�1IG'111�:PIdN<�I�Pui7:P1
Pmr:I
II
Title Attorney -in- Fact -in -Fact
I 1;X5
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.
Subscribed and sworn to before me
this 14th day of November ,
19 78
My commission expires:
October 26, 1981
SPINIELLO CONSTRUCTION COMPANY
S /Bernard H. Monette
Manager, Western Division
S /Martha Sullivan
Notary Public
F }.:� � �: K g� per' ..
s _ — �- a4e.�T.r s ,s..,....a«..«::r. ^5 — '.�.asm�si'^..�...�.. � :$i�r ..c � � %�$:.iti�'a.� _ _ � m:
FOR ORAL SEE CITY CLERK'S FILE COPY. Page 6
i
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
On file with City Clerk.
S /Bernard H. Monette
Signed
0
0
I'
i
Page .7
TECHNICAL ABILITY ANd VERIENCE 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.
1978 City,of Glendale. L. Zamboni (213)956 -2062
1977 City of Pasadena R. Myers (213)577 -4434
_S /Bernard H -Monett
0
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 8
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted November 27, 1978,
has awarded to SPINIELLO CONSTRUCTION COMPANY
hereinafter designated as the "Principal ", a contract for
CEMENT MORTAR LINING CAST IRON WATER PIPE, LIDO ISLE PHASE II, 1978 -79, CONTRACT N0. 2044
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We SPINIELLO CONSTRUCTION COMPANY, P.O. BOX 1610
CHULA VISTA, CA. 92012
as Principal, and ST. PAUL FIRE & MARINE INSURANCECCOMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of one Hundred
Fourteen Thousand, Six Hundred Five and 00 /100 Dollars ($114,205.00-- )�
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
�. _... , ,
�:
,.
�� � � ���� w� ^��
";�. ;.�
n —
0 0
(labor and Material.Bond - Continued)
Page 9
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work onto 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 28th day of December , 19 —_•
Appromedd as to fo
1�, T
1)
(Principal)
Bernard tY. Monette - Manager,
Authorized Signature and Title
ST. PAL1T. FTRF, & MARINE TNCTTRANl�T( ANY
Name of Surety
385 Washington Street
Kathryn Solimine,j Attorney -in -Fact
Address OT Agent
East Orange, N.J. 07018
(201) 672 -4005
e ephone No. of Agent
0
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
•
Page 10
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted November 27, 1978,
has awarded to SPINIELLO CONSTRUCTION COMPANY
hereinafter designated as the "Principal ", a contract for.
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, SPINIELLO CONSTRUCTION COMPANY,, P.O. BOX 1610
CHULA VISTA, CA 92012
as Principal, and ST. PAUL FIRE & MARINE INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of One
-Do
Hundred Fourteen Thousand, Six Hundred Five and 00/ Dollars ($ 114,605.00---
-,
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in,the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety,. for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this.bond, and it does hereby waive notice
:.��a.��
_�
_
_�" �
�
-�
,.� - -
�a
_;..mow �� °__
- � �
� �
4
0 0
&y
(Performance Bond - Continued)
Page 11
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 VEWment has been duly executed by the Principal and
Surety above named, on the day of December , 19 78
SPINIELLO CONSTRUCTION COMPANY (Seal)
ame of ConVactpr (Principal)
H. Monette - Manager,'-�-
1 Title 1Westera bivision
Authorized Signature and Title -
ST. PAUL FIRE & MARINE INSURANCE CTii
Name of Surety
385 Washington Street
St. Paul, Minnesota
Kathryn Solimi -e, Attorney -in -Fact
Approved as to f 141 So. Harrison Street
Address of Agent
C ty t ney East Orange, N.J. 07018 ;
A 7- (201) 672 -4005
Telephone No. of Agent
i _
. =�
_: �.y .�
-`'rig . r P
�'-
�'
,'�
-, r -.i :.
.-w � a� �,
Clan 1 ST. PAO FIRE AND MARINE INSURANCE COANY (A Capital Stock Company)
ST, PAUL, MINNESOTA
Fidelity and Surety CERTIFIED COPY OF POWER OF ATTORNEY
Department Original on File at Horne Office of Company. See Certification.
KNOW ALL MEN BY THESE PRESENTS: That the SL Paul Fire and Marine Insurance Company, a corporation organized and existing under the
laws of the State of Minnesota, and having its principal office in the City of Saint Paul, Minnesota, domes hereby constitute and appoint
Emil Solimine and Kathryn Solimine, individually
East Orange, New Jersey
its true and lawful attorneys(s) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances,
contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule,
regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said St. Paul Fire
and Marine Insurance Company, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly
elected officers at its principal office.
This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V,— Section 6(C), of the
By -Laws adopted by the Board of Directors of the ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd
day of January, 1970, of which the following is a true transcript of said Section 6(C /.
"The President or any Vice President, Assistant Vice President, Secretary or Resident Secretary, shall have power and authority
(1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
(2) To appoint Special Attorneys -in -fact, who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this
section and /or any of the By -Laws of the Company,. and
(3) To remove, at any time, any such Attorney -in -fact or Special Attorney -in -fact and revoke the authority given him."
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a
meeting duly called and held on the 6th day of May, 1959, of which the following is a true excerpt:
"Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate
relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding
upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company
in the future with respect to any bond or undertaking to which it is attached..'
IN TESTIMONY WHEREOF, the St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and
its corporate seal to be affixed by its authorized officer, this 12th day of May A. D. 19 75
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
STATE OF MINNESOTA l
County of Ramsey
Vice President.
On this 12th day of May 1975 , before me came the individual who executed the preceding instrument,
to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the St. Paul Fire and Marine
Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were
duly affixed by order of the Board of Directors of said Company.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal,
at the City of Saint Paul, Minnesota, the day and year first above written.
V.C. INNES
Notary Public, Ramsey County, Minn.
My Commission Expires April 27, 1983
CERTIFICATION
1, the undersigned officer of the St. Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the
Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Powerof Attorney,• with the ORIGINALS
ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of llte said originals, end tr�
the said Power of Attorney has not been revoked and is now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto set my hand this 28th day of December 19 78
Secretary .
`Unlimited as to character and amount.
10870 CPS Rev. 10.74 Printed in U.S.A.
St. Paul Fire and Marine Insurance Company
385 Washington Street, St. Paul, Minnes 55102
Telephone (612) 221 7911
Financial Statement June 30, 1978
St. Paul Fire and Marine Insurance Company
ASSETS
Bond 1,552,845,628
Stocks 2919183,382
Real Estate Less Encumbrances 1,717,539
Cash and Bank Deposits 14,669,914
Agents' Balance 168,057,666
Due from Reins. Cos. & Notes 14,081,064
Other Investments - 0 -
Funds on Deposit with A,F,I.A.
Associations and Stock Pools 82,584,544
Accrued Interest and Dividends 29,680,972
Due from Affiliates 1,684,222
Other Assets 5,673,810
2,162,178,746
STATE OF MINNESOTA)
) SS
COUNTY OF RAMSEY )
LIABILITIES
Reserve for Unearned Premiums
Reserve for Unadjusted Losses
Reserve for Loss Adjustment Expense
Reserve for Taxes and Expenses
Dividends Declared and Unpaid
Statutory Reserve Adjustment
Funds Held Under Reins. Treaties
Other Liabilities
Special Reserve Fund
Capital Stock 20,000,000
Surplus 351,167,948
Surplus to policyholders 371,167,948
Securities carried at 38,359,177
in the foregoing statement are
deposited as required by law.
475,261,013
892,787,705
260,965,490
22,118,730
4,226,995
25,022,102
48,688,009
60,940,751
1,000,000
371.167.948
2,162,178,746
J. E. Paulson, Vice President and Treasurer of the St. Paul Fire and Marine Insurance Company,
being duly sworn, deposes and says that he is the above described officer of said Company;
that said Company is a corporation duly organized, existing and engaging in business as a
surety company under and by virtue of the Laws of the State of Minnesota, and has duly
complied with all the requirements of the laws of said State applicable to said Company and
is duly qualified to act as Surety under such laws; that the above is a true statement of the
Assets and Liabilities of said Company on the 30th day of June, 1978.
Eo Paulson, Vice President and Treasurer
Subscribed and sworn to before me this
i /{ , /
l- - < day of ( j t_ i,Q,l /� , 1978
�%'S 7 (i(
Leonora K. Adams, Notary Public
Ramsey County, Minnesota
My Commission Expires
September 7, 1984
Property and Liability Affiliates of The St. Paul Companies Inc.: St. Paul Fire and Marine Insurance Company I St Paul Mercury Insurance Company
The St. Paul Insurance Company I St. Paul Guardian Insurance Company I The St. Paul Insurance Company of Illinois
• Page 12
C.0NT.RACT
THIS AGREEMENT, made, and entered into this /47�A day f AA, 191 ,.
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, ..
party of the first part, and SPINIELLO CONSTRUCTION COMPANY
hereinafter designated is 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, LIDO ISLE PHASE II
1978 -79, CONTRACT NO. 2044
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 inconsequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be.borne by the.City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3'. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the.said Contractor to provide the materials and to do the work
according:to the terms:.and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors; administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications,. are hereby incorporated in and made part of this Agreement.
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsi- bility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
CITY OF NEWPORT BEACH, CALIFORNIA
/i , � P,� Iii
w
ATTEST:
City Clerk
Spiniello Construction Company
Contractor
(SEAL)'__
By:
Manager - Western Division
Title 11 -_._
By:
Appro ved s to fo
ty for ey ,,-
Title
0
I
II
III
IV
V
VI
VII
VIII
IX
X
XI
XII
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
CEMENT - MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
1978 -79
CONTRACT NO. 2044
Page
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1
BIDDER'S QUALIFICATIONS AND EQUIPMENT . . . . . . . . . . . . . . 1
SCHEDULE AND COMPLETION OF WORK . . . . . . . . . . . . . . . . . 1
PAYMENT .............................2
TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . . . 2
NOTIFICATION TO RESIDENTS AND BUSINESSES . . . . . . . ... . . . 2
PROTECTION OF EXISTING UTILITIES AND STRUCTURES . . . . . . . 2
WATER... ....................2
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
PERMITS AND LICENSES . . . . . . . . . . . . . . . . . . . . . 3
MATERIALS AND SERVICES TO BE FURNISHED BY CITY . . . . . . . . . 3
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . 3
A. ACCESS HOLES . . . . . . . . . . . . . . . . . . . . . . . . 3
B. MATERIALS . . . . . . . . . . . . . . . . . . . . . 3
1. Portland Cement . . . . . . . . . . . . . . . . . . . 3
2. Cements for Blending with Portland Cement . . . . . . . . 3
i
INDEX TO SPECIAL PROVISIONS - Continued
CONTRACT NO. 2044
Page
B. MATERIALS - Continued
ii
3. Blended Hydraulic Cements . . . . . . . . . . . . . . . . . 4
4. Sand . . . . . . . . . . . . . . . . . . . . . . . . . . 4
5. Admixtures . . . . . . . . . . . . . . . . . . . . . . . . . 4
6. Water ............................4
C.
ACCESS TO WORK . . . . . . . . . . . . . . . . . . . . . . . . . 4
D.
CLEANING INTERIOR PIPE SURFACES . . . . . . . . . . . . . . . . . 4
E.
CEMENT MORTAR FOR LINING . . . . . . . . . . . . . . . . . . . . 5
1. General . . . . . . . . . . . . . . . . . . . . 5
2. Testing . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
F.
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
G.
CLEARING LATERALS . . . . . . . . . . . . . . . . . . . . . . . . 6
H.
OBSTRUCTIONS . . . . . . . . . . . . . . . . . . . . . . . . 7
I.
VALVES . . . . . . . . . . . . . . . . . . . . . . . . . 7
J.
PROJECT SITE MAINTENANCE . . . . . . . . . . . . . . . . . . . . 7
ii
CITY Or NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CEMENT - MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
1978 -79
CONTRACT NO. 2044
I. SCOPE OF WORK .
+ ~. The work to be done under this contract consists of furnishing labor, equipment,
transportation, material, and services necessary to clean and cement - mortar
line, in place, various diameters of existing cast iron water mains on Lido
Isle. Certain materials and /or services will be furnished by the City, as set
forth in Section XI.
The.contract requires completion of all work in accordance with these Special Pro -
visions,_the.City's. Standard Special Provisions, the Plans (Drawing No. W- 5140 -S),
k and the City's Standard Drawings and Specifications. The City's Standard Speci-
fications are.the Standard Specifications for Public Works Construction, 1976
F Edition. Copies may ---Be purchased rom Building News, Inc., 3055 Overland Avenue,
of s 77ngeles; 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)
i of machine he proposes to use.
III. SCHEDULE AND COMPLETION OF WORK
Work shall commence on or after Monday, February 5, 1979, and, once the work is
started, all work must be completed in 85 consecutive calendar days or by May 31,
1979, 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.
SP 2 of 7
The contractor shall give the City 35 days' advance written notice of his proposed
starting date and shall submit for approval his proposed construction schedule in
accordance with Section 6 -1 of the Standard Specifications, except as modified
herein. The schedule submitted by the contractor shall include the.proposed phases
of construction, the approval of which will be predicated on the City's ability to
maintain adequate service supply during construction. Any changes in the approved
schedule will require written approval of the engineer.
IV.. PAYMENT
Payment of "linear feet" of water main cement - mortar lined shall be the measured
horizontal length of pipe, including bends, transition sections, and valves.
Payment for all incidental items of work not separately provided for in the pro-
posal shall be included in the price bid for other related items of work.
V. TRAFFIC CONTROL AND ACCESS
i
VI
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.
It shall be the contractor's responsibility to provide the necessary public safety
as he uses the access holes, including plating the access holes at the completion
of each working day and completion of use, unless otherwise permitted by the engi-
neer..
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 pro -
tect 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. Gil Gomez, at (714) 640 -2221.
SP 3 of 7
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. Operate all valves and remove any water leaking from laterals into reach of
main being lined.
B. Furnish, install, maintain, and remove all bypassing.
C. Loan plating for covering access holes. Plating shall be picked up at the
City Corporation Yard, 592 Superior Avenue, and returned to the City Utilities
Yard, 949 West 16th Street.
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 patching of all access holes.
F. Furnish twenty (20) 6 -inch butterfly valves and three (3) 8" butterfly
valves.
Items "A" through "F" will be provided at no cost to the contractor
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. ACCESS HOLES
1. The contractor shall provide access holes at locations shown on the plans
including excavation, shoring when required, plating, backfilling, and
all traffic control required during those operations. The access holes
shall be maintained in a dewatered condition other than provided in
Section XI A. The contractor shall be responsible for immediately re-
moving any tuberculation or debris from his operations from the access
holes. Any additional access holes desired by the contractor shall be
provided by the contractor and no additional compensation will be made
therefor.
B. MATERIALS
1. Portland Cement - -shall conform to the requirement of Section 201 -1.2.1
of the Standard Specifications for low alkali cement.
2. Cements for Blending with Portland Cement -- Natural cement shall be
Type N in accordance with the latest revision of ASTM Designation: C -10.
Pozzolanic material shall be Class N, F or S in accordance with the
latest revision of ASTM Designation: C -618.
SP 4 of
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 Rc greater than 1.0 when determined
by the latest revision of ASTM 6esignation: 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.
C. ACCESS TO WORK
Access holes to the water main shall be provided by the contractor in accor-
dance with Section XII -A 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.
D. '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 5nf�
E.
�
CEMENT MORTAR FOR LINING
.
!
l � General
�
The cement mortar Shall be a mixture of one part of pOytland cement
�
t0 not less than l and not more than 11-, parts Of dry, screened sand,
�
by volume. Up to 25 percent, by weight, of the required p0rtl3nd cement
'
may be replaced with natural or POZZ0l6n cem8nL. When a mixture has
been determined, materials shall be controlled within + 2��% by weight.
The cement mortar for lining shall be a dense, smooth, uniform material,
of a.-consistency! I 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
forslight� ariations 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 P� and not more than 6
minutes a, fte r all ingredients are in the mixer, and after mixing shall
be used pmmptly.for lining the pipe. Mortar that has attained its
i6itial':§Of ihall 66t.be used for lining. Water shall be the last in-
The'� contractor shall, at his expense, provide for sampling and testing
f, 11 1 h he exception of water, used in the cement
mortarIfor.conformahce with the requirements of Section XII-A of
these' Special. provisions. Testing shall be under the direct supervision
o f a' registered civi engineer in the State of California and qualified
es Two certified copies of reports of the
required tests, shall b -s
I e ubmitted to the City prior to delivery of the
m a teri6l to',the work site All sampling and testing of cements shall
conform to the requirements of ASTM Designation: Cw-183.
2-APPLICATION OF CEMENT MORTAR LINING
1'.'; Thickness of Oninig
The nominal thickness of lining for pipe 10 inches and less in diameter
shallbe,1/6-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-i6ch greater than the specified thickness.
Thelining shall be applied in one course by use of a machine which will
pipe without injurious rebound and with sufficient velocity t0 cause the
mortar. to: he 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
| `
*all shall he controlled to produce the required lining thickness.
SP 6 of 7
3. Hand Placement
Hand placement of lining shall be permitted at bends, special or other
locations where machine placement is impossible or impracticable. Hand
application.of mortar around rivet heads may be used as required to
insure the proper cover and to reduce the hydraulic friction loss. Hand
placement shall be done either just preceding the machine lining or soon
after the machine - placed mortar has set so that the hand work and the
machine work will adequately bond.
4. Surface Finish
Machine- applied linings in pipe 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 I in the machine- applied lining shall be cleaned of all loose for-
eignmateriall 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.mdrtar 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.
G. 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
SP 7 of 7
still remains obstructed, the City will assume the responsibility for clear-
ing the lateral or connection at no additional cost to the contractor.
H. 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. The contractor shall be responsible for
excavating the access hole and for removing the required section of pipe and
clearing the obstruction.
The cost of the above work shall be included in the price bid for other re-
lated items of work and no separate payment will be made.
I. VALVES
The contractor shall abandon in place existing valves to be lined through,
and shall furnish and install all new valves, except for City- furnished valves
per Section XI -F.
J. 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.
,
Th:s :s to certify that the Company named below has
I v.ued to .I ho 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 insurui,ce requirements of the Contract
executed by the Named Insured and the City of Newport Bench,
(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, $500,000 aggregate protective and
"..__Contrectue l',,,: 51,000,000:. egg cogece. products.
` 2. Neither the Policy nor.this Endorsement shall be
cancelled or materially changed until thirty (30) days after
receipt;. by City of written notice of such cancellation or .change
by: mail,, addressed as follows: City of Newport Basch
.c /o City. Clerk,: 3300. Newport, Boulevard, Newport Beach, California
1 91663.
3.,, The City of Newport Beach, its officers and employees
v are hereby declared to be additional named insureds in the policy
desrribedi0sofai,; as they .may 'be held liable for injuries, death
"ot
damage oproperty! arising out of.or in connection with the
tract executed. by the named insured and the City. It '.is further
agreed that this; policy shall be primary and non - contributing with
s?, r �ti r 'any othar'u nsurence available to the City of Newport Beach, and
Fru�n s�"k includes a •everability of. interest clause:
u4 tr
:,a : Contractual. liability coverage applicable to the
contract referred,.to &bower inelyding the obligation to defend
"*r xFi r9 r S City
fii ncluded..:
4Sv� rw"1 rr :5 Exclusions relating to property damage arising out
of exPlouion collapse, or underground damage (commonly referred
io`r■ xci: hazards) are deleted, where applicable.
The., Policy provides covezage_for, but is not limited
wned, Non Owned and. Hired Automobiles Products Liability-
0
ifability;OMa, r� neoor� Aviation9(whenaapplicable); and PropertyCive
Enders. r effective when signed by an
s�.'''i v, <�' authorised Re sentative of
Name of nsurance Company
and when �l esu 6114:9* all be valid and form part of Policy
R rye � Nn ing
�+ e Nam Insure
'r'rrlrl;.w� :..'expiring
NAME OF A p$`BRQJpeR
ADDRESS.- AGE /BROKE
tll�-A A _
K hit r -�
it 1 y VV
r, �.It ut orizc Reps— zesentative
IMPORTANT: This is the only evidence of insurance acceptable to
t.''. the City: The person executing this Certificate is cautioned to
'ma4'rt certain that he hoe authority to execute rhis Certificate
on bohal f'ol, the Insurance Company
a a
RESOLUTION NO. 9475
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
SPINIELLO CONSTRUCTION IN CONNECTION WITH THE
CEMENT - MORTAR LINING OF CAST IRON WATER PIPE,
LIDO ISLE, PHASE II, CONTRACT NO. 2044
WHEREAS, pursuant to the notice inviting bids for
work in connection with the cement - mortar lining of cast iron
water pipe, Lido Isle, Phase II, in accordance with the plans
and specifications heretofore adopted, bids were received on
the 14th day of November, 1978, and publicly opened and
declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is SPINIELLO CONSTRUCTION,
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of SPINIELLO CONSTRUCTION
in the amount of $115,605, in connection with the cement -mortar
lining of cast iron water pipe, Lido Isle, Phase II, be accepted,
and that the contract for the described work be awarded to said
bidder; and
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 27th day of November , 1978.
Mayor
ATTEST:
City Clerk
DDO /kb
11/20/78
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CEMENT MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
1978 -79
CONTRACT NO. 2044
Approved by the City Council
this 24th day of October, 1978.
Shirley Keller, Deputy City Clerk
SUBMITTED BY:
Spiniello Construction Company
Contractor.
P. 0. Box 1610
ddress
Chula Vista, California 92012
(714) 423 -8060
Telephone
Total Price
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CEMENT - MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE
1978 -79
CONTRACT NO. 2044
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. 2044 in accordance with the City of Newport
Beach Drawing W- 5140 -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 UN
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
2
3,800
Linear Feet
7,300
Linear Feet
Clean and install cement - mortar lining,
in place, in 4 -inch cast iron pipe.
@—S I 3k ]10WAw" C-4r mweoyY CA01Iars
a
and 1 e,
P406 Nin6T� Cents $ iv loo $ �,(o22c ia0
Per Linear Foot
Clean and install cement - mortar lining,
in place, in 6 -inch cast iron pipe.
Dollars
and
QND N��4 r Cents $ (V
Per inear oot
3. 1,850 Clean and install cement - mortar lining,
Linear Feet in place, in 8 -inch cast iron pipe.
@ S 1 K Dollars
and q�
fwt> Cents $ 400
Per Linear Foot
$ 503Zotwo
$ 117iv5 too
0
PR 2 of 3
4. 5 Crew delay and /or assist work while
Crew -Hours waiting for City to complete support
work.
@11,oVowyz� A- N*U Dollars /
and 40�
No Cents $ ' Lso leo $ 1150 „o
Per Crew Per Hour
5. 20 Install 6" mechanical joint butter -
Each fly valve.
@ Dollars
and o0
No Cents $ ieoo &v-o $ Item ►eo
Per Each
6. 3 Install 8" mechanical joint butter -
Each fly valve
@ V(@ YWgbaet- Dollars ll,"�
and
i�o Cents $ S&O tw $ 1'500
Per ac
7. 16 Furnish and install 4" mechanical
Each joint butterfly valve
@ E WJ**9b 4 ';fTJ Dollars
and �o
No Cents $ 550 too $ QgBU
er Each
8. 3 Furnish and install 6" mechanical
Each joint butterfly valve
@ 'SGvo► %3ftaQ p Dollars
and
N Cents
Per Each
1/
$ ?eo o
�
$ �1QO reo
a
• PR3of3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 Furnish and install 8" mechanical
Each joint butterfly valve.
@ E1C�T HQaltaa� Dollars
and
No Cents $ tOoo $ too —,.v
er Each
10. 4 Construct access hole due to pipe
Each obstruction.
@ S%YES4 FWC4%e4D Dollars
and
lYo Cents $ ` 1Q�Q
Per Each
TOTAL PRICE WRITTEN IN WORDS
Ott t40,R. t�Nl� tr7titTr�rJ T►wscrr4b 811, Dollars
and
NyNpQ� AnD F1JG X01,8 OMdD ?.elZt� C.m Cents $ G 05 a
Contractor's License No. 301579 Class A
Date November 14, 1978
Spiniello Construction Company
(Bidder's Name
BERNARD H. MONETTE, Western Division Manager
Authorized Signature
P. 0. Box 1610 Chula Vista, California 92012
(Bidder's Address)
k�g 423 -8060
ne Number)
*October 31, 1978
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PLANS AND CONTRACT DOCUMENTS
1311:1
CEMENT MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
CONTRACT NO. 2044, 1978 -79
ADDENDUM NO. 1
NOTICE TO BIDDERS:
Please be advised that the wording in the Proposal and Special Provisions has
been revised as follows:
PROPOSAL
The original proposal (printed on white paper), pages PR 1 thru 3 is superseded
in its entirety to include an additional bid item (No. 10) to "Construct access
hole due to pipe obstruction."
Two copies of the new Proposal printed on yellow paper shall be used for bidding
Contract No. 2044.
SPECIAL PROVISIONS
Delete Paragraph 2 of Section XII -H, page SP 7 of 7 (The cost of . . . . payment
will be made.) in its entirety.
Please show the date of receipt of this addendum on the Proposal or insert a
copy with your proposal.
!�teve Bucknam Jr.
Project Manager
Date of Receipt by Contractor: / %�
MEETING OF THE BOARD OF DIRECTORS
• NOVEMBER 1, 1978 •
A meeting of the Board of Directors of the Spiniello Construction Company was
2 held at 25 Airport Road, Morristown, New Jersey on November 1, 1978. The
3 following were present: Luke C. Spiniello, President, V. James Spiniello,
4 Secretary Treasurer, and George Ferise, Assistant Secretary. It was resolved
6 that Bernard H. Monette, Western Division Manager be authorized to sign all
6 bids, contracts, and documents in reference to Contract No. 2044, Cement Mortar
7 Lining Cast Iron Water Pipe Lido Isle Phase II for the City of Newport Beach,
8 California being bid at 2:00 P.M., on November 14, 1978. There being no further
9 business the meeting was adjourned.
10
11
12
13
14
15
16L
17
18
19
20
21
22
23I
24
25
26
27
281
V., JAMES SPINIE /
SECRETARY TREASURER
w f
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 2:00 P.M. (as determined by telephone time signal) on the
14th day of November 1978, at which time they will be opened and read, for
performing work as o lob w� s:
CEMENT - MORTAR LINING OF CAST IRON WATER PIPE,
LIDO ISLE PHASE II
CONTRACT N0. 2044
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 e —Corporate Seal
shall be affixed to a 1 ocuments re— qu ring 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.)
ol
-
s
`i
Y
V
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 Standard Copies of
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.
ReYiS-ed }f1-F7 77 _;r
r �
t
x
# 1
��qFy yy
P.i...:
_
ry��36
x'^
r
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 art error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 301579 Classification A
Accompanying this proposal is Bid Bond
(Cash, Certified Check, CaS ier s Check or on
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(714) 423 -8060
Phone Number
November 14, 1978
Date
Spiniello Construction Comp
Bidder's Name i
MEAL)
BERNARD H. MONETT$ DI ISION ANAGER
uthorized Signature
Authorized Signature
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Luke Spiniello, President
Jimmy Spiniello, Secretary Treasurer
1
r
rt
0
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 Subcontractor Address
1, NONE
2.
3.
4.
5:
6.
7.
8.
9.
10.
11.
12.
Spiniello Construction Company
BidBERNARD, H. MONEIVISION MANAGER
ut or�zed Signature
CORPORATION
Type of Organization
(Individual, Co- partnership or Corp.)
P. 0. Box 1610
Chula Vista, California 92012
Address
0
A
31 PAUL
FIRE and MARINE
C;�r� ���"
S A I N T PAUL. MINNESOTA
Approved by The American Institute of Architects,
A. I. A. Document No. A 310 Sept. 1963 Edition
J_
Bond No. 400 FIT 5908
Premium in Annual
Service Charge
KNOW ALL MEN BY THESE PRESENTS, that we ....... S..k'INE LLO ._CON$TI�UCTIQN_COMPANY ----- - -_
Principal, hereinafter called the Principal,
and the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a corporation duly organized under the laws of the
State of Minnesota as Surety, hereinafter called the Surety, are held and firmly bound unto -- -CITY OF NE W POR T
BEACH.CA
Obligee, hereinafter called the Obligee,
in the sum of. .... T E N.- PER - -C E N T.. L10%)._OF._ T HE ... T O TA -L _AM OUNT_B ID - _ - - - -- - - - - - -- ------ - - - - -- _ -- - - Dollars
($------ 10%- - - - -), for the payment of which sum well and truly to be made, the said Principal and the said Surety,
bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for ....... Cleantng.. and...Q. ez) ae. nt. -M. Arta ; ... I, fining ................__------ .....__
Spec. No, 2044
--------------------- - ..............-.....-------------- ------- -- -------- ---- --- ------ ---------- ------ ......- :_....._......---.. .. -- -- ------ -------- -------- -- ---- --- --- ------ ......... .......
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a
contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in
the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for
the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the
Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not
to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may
in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and
void, otherwise to remain in full force and effect.
Signed and sealed this------- ------ 6111 ---------------- day of...... ------ N- OV EMBJ ER --------- --------------------------- A. D. 19.78......
13250 ABB Rev. 4.64
Spinie.11o,.Construction_Co p.�t}y- :J::,.(Seal)
(
— ......... ---- - ---------------------
(Title)
St. Raul Fire and Marine Insurance CISmpany (Seal)
- ------ -------- ------ ------------------------ ry) -- -- -- -- --
(Artomey -in -fact)
Bennett W. Matlack /
Printed with permission of The American Institute of Architects
A
Class 1
CERTIFIED COPY OF POWER OF ATTORNEY
Original on File at Home Office of Company. See Certification.
FIDELITY AND SURETY
DEPARTMENT
ST. P A U L
FIRE and MARINE
HOME OFFICE: ST. PAUL, MINNESOTA
(A c"It.t stock Cnenaar)
KNOW ALL MEN BY THESE PRESENTS: That the St. Paul Fire and Marine Insurance Company, a corporation organized
and existing under the laws of the State of Minnesota, and having its principal office in the City of Saint Paul, Minnesota, does hereby
constitute and appoint
Jon R. Robson, Frank G. Cavignac, Kenneth L. Bohlander, Bennett W. Matlack, individually,
San Diego, California
its true and lawful attorney(s) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings,
recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or
permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents,
shall be as binding upon the said St. Paul Fire and Marine Insurance Company, as fully and amply, to all intents and purposes, as
if the same had been duly executed and acknowledged by its regularly elected officers at its principal office.
This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V,
— Section 6(C), of the By -Laws adopted by the Board of Directors of the ST. PAUL FIRE AND MARINE INSURANCE COMPANY
at a meeting called and held on the 23rd day of January, 1970, of which the following is a true transcript of said Section 6(C).
"The President or any Vice President, Assistant Vice President, Secretary or Resident Secretary, shall have power and authority
(1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the
Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature
thereof, and
(2) To appoint Special Attorneys -in -fact, who are hereby authorized to certify to copies of any power -of- attomey issued in
pursuance of this section and/or any of the By -Laws of the Company, and
(3) To remove, at any time, any such Attorney -in -fact or Special Attorney -in -fact and revoke the authority given him."
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said
Company adopted at a meeting duly called and held on the 6th day of May, 1959, of which the following is a true excerpt:
"Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of anorney or any
certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal
shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached."
IN TESTIMONY WHEREOF, the St. Paul Fire and Marine Insurance Company has caused this
instrument to be signed and its corporate seal to be affixed by its authorized officer, this 30th
day of January
STATE OF MINNESOTA
County of Ramsey
A. D. 19 73
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
as.
i �Viet PGrr%iidrnt
On this 30th day of January 19 73, before me came the individual who executed the
preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer
of the St. Paul Fire and Marine Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company;
that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company.
IN TESTIMONY WHEREOF, I have hereunto set my hand and
affixed my Official Seal, at the City of Saint Paul, Minnesota, the day
and year first above written.
CERTIFICATION
L �� �
C, L. JAEGER
Notary Public, Ramsey Couny, Minn.
My Commission Expires June 2, 1974.
1, the undersigned officer of the St. Paul Fire and Marine Insurance Company, do hereby certify that I have compared the
foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said
Power of Attorney,` with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are
correct transcripts . thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now
in full force and effect.
IN TESTIMONY 'WHEREOF, I have hereunto set my hand this
Unlimited as to character and amount.
10070CPS R.v.6•70 P,Im.Olna.s.A.
6th day of November 1,)78.
R
N
m
L
W
C>
W
3
0
z
Y
U
Q
1
Q
w
O
a
N
iq
lV
W
W
eY
F
s
a
co
N
I
4.
V. T
9
0
0
v
3
0
0
ytl
F'
N
tl
O
A
u
x
s
Y
6
0
U
1 W
1
i
1 �
,a
N „"
c��
9
Q H o
I
T
w �
u
y Y.E °
tlYy
v
V
q �LV' O
yp
•Tyr
V
<
y F V V
TggZ � y
u
a
vR 8 3
.i
BIDDER'S BOND TO
KNOW ALL MEN BY THESE PRESENTS,
That we
and
Page,4 ....
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, ^g*la'fornia, in the sum of
Ak Dollars (
, lawful money of the United
S,taS'tes 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
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 day of
19
Corporate Seal (If Corporation)
( ach acknowledgement of
orney -in -Fact
By
Principal
Surety
i
a
:�
_�,
�;� -.
A '.
{�,
:.
��
�; .
n
LA
STATEMENT OF FINANCIAL RESPONSIBILITY
• Page 6
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.
7 �
Signed
—r
�_kw�_
• i
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.
1978 City of Glendale L. ZAMBONI (213)956 -2062
1977 City of Pasadena R. MYERS (213)577 -4434
NAME OF PROPOSED SUPERINTENDENT: Ron Gai
QUALIFICATIONS: Experience as Superintendent on various projects of similar
nature for the past 3 years. Experience as Foreman on similar projects for the
previous 3 years. Experience as Foreman and construction worker for the previous
10 years.
Signed'
e
S
}
j
_t
_
5k.
24
Y
e
S
j
_
5k.
24
Y
e
S
_
5k.
24
Y
e
S
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CEMENT - MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
WMIM&I
CONTRACT NO. 2044
MPOSAI
To the Honorable City Council
City of Newport Beach
3300 W. Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
PR 1 of 3
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. 2044 in accordance with the City of Newport
Beach Drawing W- 5140 -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
1. 3,800 Clean and install cement - mortar lining,
Linear Feet in place, in 4 -inch cast iron pipe.
Per Linear Foot
2. 7,300 Clean and
Linear Feet in place,
Per Linea
3. 1,850 Clean and
Linear Feet in place,
Dollars
and
Cents
install cement - mortar lining,
in 6 -inch cast iron pipe.
Dollars
and
Cents
r Foot
install cement - mortar lining,
in 8 -inch cast iron pipe.
Dollars
and
Cents
r Linear
R
$
PR 2 of 3
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.
@ Dollars
and
Cents $
$
Per Crew Per Hour
5.
20
Install 6" mechanical joint butter -
Each
fly valve.
@
Dollars
and
Cents $
$
Per Each
6.
3
Install 8" mechanical joint butter -
Each
fly valve
@
Dollars
and
Cents $
$
Per Each.
7.
16
Furnish and install 4" mechanical
Each
joint butterfly valve
@
Dollars
and
Cents $
$
Per Each
8.
3
Furnish and install 6" mechanical
Each
joint butterfly valve
@
Dollars
and
Cents $
$
Per Each
• PR3of3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. 1 Furnish and install 8" mechanical
Each joint butterfly valve
@ Dollars
and
Cents $ $
Per Each
TOTAL PRICE WRITTEN IN WORDS
olIars
and
Cents $
Contractor's License No.
Bidder's Name
Date
Authorized Signature
Bidder's Address
Telephone Number
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
i
FOR
CEMENT - MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
1978 -79
CONTRACT NO. 2044
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. ACCESS HOLES . . . . . . . . . . . . . . . . . . . . .
. . .. . 3
B. MATERIALS . . . . . . . . . . . . . . . . .
. . . . 3
1. Portland Cement . . . . . . . . .
3
2. Cements for Blending with Portland Cement . . . .
. . . . 3
i
INDEX TO SPECIAL PROVISIONS - Continued
CONTRACT NO. 2044
Page
B. MATERIALS - Continued
ii
3. Blended Hydraulic Cements . . . . . . . . . . . . . . . . . . 4
4. Sand . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
5. Admixtures . . . . . . . . . . . . . . . . . . . . . . . . . 4
6. Water ...........................'.4
C.
ACCESS TO WORK . . . . . . . . . . . . . . . . . . . . . . . . . 4
D.
CLEANING INTERIOR PIPE SURFACES . . . . . . . . . . . . . . . . . 4
E.
CEMENT MORTAR FOR LINING . . . . . . . . . . . ... . . . . . . . 5
1. General . . . . . . . . . . . . . . . . . . . . . . . . . 5
2. Testing ... . . . . . . . . . . . . . . . . . . . . . . . . . 5
F.
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
G.
CLEARING LATERALS . . . . . . . . . . . . . . . . . . . . . . . . 6
H.
OBSTRUCTIONS . . . . . . . . . . . . . . . . . . . . . . 7
I.
VALVES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7
J.
PROJECT SITE MAINTENANCE . . . . . . . . . . . . . . . . . . . :. 7
ii
CITY Or NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CEMENT - MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
1978 -79
CONTRACT NO. 2044
I. SCOPE OF WORK
'i on f 7
The work to be done under this contract consists of furnishing labor, equipment,
transportation, material, and services necessary to clean and cement - mortar
line, in place, various diameters of existing cast iron water mains on Lido
Isle. Certain materials and /or services will be furnished by the City, as set
forth in Section XI.
The contract requires completion of all work in accordance with these Special Pro-
visions, the City's Standard Special Provisions, the Plans (Drawing No. W- 5140 -S),
and the City's Standard Drawings and Specifications. The City's Standard Speci-
fications are the Standard Specifications for Public Works Construction, 1976
Edition. Copies may be purc ased rom Bui13ing ews, Inc., 3 ver and venue,
o1- sngeles, 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, February 5, 1979, and, once the work is
started, all work must be completed in 85 consecutive calendar days or by May 31,
1979, 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.
Sr 2 of 7
The contractor shall give the City 35 days' advance written notice of his proposed
starting date and shall submit for approval his proposed construction schedule in
accordance with Section 6 -1 of the Standard Specifications, except as modified
herein. The schedule submitted by the contractor shall include the proposed phases
of construction, the approval of which will be predicated on the City's ability to
maintain adequate service supply during construction. Any changes in the approved
schedule will require written approval of the engineer.
IV. PAYMENT
Payment of "linear feet" of water main cement - mortar lined shall be the measured
horizontal length of pipe, including bends, transition sections, and valves.
Payment for all incidental items of work not separately provided for in the pro-
posal shall be included in the price bid for other related items of work.
V. TRAFFIC CONTROL AND ACCESS
The contractor shall provide traffic control and access in accordance with
Section 7 -10 of the Standard Specifications except as modified herein, and with
the standards contained in the Work Area Traffic Control Handbook (WATCH), also
published by Building News., Inc.
It shall be the contractor's responsibility to provide the necessary public safety
as he uses the access holes, including plating the access holes at the completion
of each working day and completion of use, unless otherwise permitted by the engi-
neer.
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 pro-
tect 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. Gil Gomez, at (714) 640 -2221.
SP 3 of 7
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 CI
The following materials and /or services shall be furnished by the City:
A. Operate all valves and remove any water leaking from laterals into reach of
main being lined.
B. Furnish, install, maintain, and remove all bypassing.
C. Loan plating for covering access holes. Plating shall be picked up at the
City Corporation Yard, 592 Superior Avenue, and returned to the City Utilities
Yard, 949 West 16th Street.
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 patching of all access holes.
F. Furnish twenty (20). 6 -inch butterfly valves and three (3) 8" butterfly
valves.
Items "A" through "F" will be provided at no cost to the contractor.
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. ACCESS HOLES
1. The contractor shall provide access holes at locations shown on the plans
including excavation, shoring when required, plating, backfilling, and
all traffic control required during those operations.. The access holes
shall be maintained in a dewatered condition other than provided in
Section XI A. The contractor shall be responsible for immediately re-
moving any tuberculation or debris from his operations from the access
holes. Any additional access holes desired by the contractor shall be
provided by the contractor and no additional compensation will be made
therefor.
B. MATERIALS
1. Portland Cement - -shall conform to the requirement of Section 201 -1.2.1
of the Standard Specifications for low alkali cement.
2. Cements for Blending with Portland Cement -- Natural cement shall be
Type N in accordance with the latest revision of ASTM Designation: C -10.
Pozzolanic material shall be Class N, F or S in accordance with the
latest revision of ASTM.Designation: C -618.
SP q of 7
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 Rc greater than 1.0 when "determined
by the latest revision of ASTM besignation: C -289.
5. Admixtures - -shall conform to the requirements.of ASTM Designation:
C- 494 except as herein modified. Admixtures containing chloride shall
not be used.
6. Water - -shall conform to the requirements of Section 201 -1.2.3 of the
City's Standard Specifications.
C. ACCESS TO WORK .
Access holes to the water main shall be provided by the contractor in accor-
dance with Section XII -A 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.
D. 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. -
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 12 parts of dry, screened sand,
by volume. Up to 25 percent, by weight, of the required portland cement
may be replaced with natural or Pozzolan cement. When a mixture has
been determined, materials shall be controlled within + 22% by weight.
The cement mortar for lining shall be a dense, smooth, uniform material,
of a consistency to assure efficient one - course machine application.
The water- cement ratio of the mortar shall be as low as possible, con-
sistent with proper plasticity for application, and with due allowance
for slight variations of temperature, length of haul of the cement mor-
tar and moisture conditions in the pipe.
Cement mortar shall be mixed for not less than 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.
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.
F. 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.
2. Machine Placement
The lining shall be applied in one course by use of a machine which will
centrifugally project the mortar against the interior surface of the
pipe without injurious rebound and with sufficient velocity to cause the
mortar to be densely packed. Use of 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.
S'- o` of 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.
4. 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.
G. 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
SP i of 7
still remains obstructed, the City will assume the responsibility for clear-
ing the lateral or connection at no additional cost to the contractor.
H. 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. The contractor shall be responsible for
excavating the access hole and for removing the required section of pipe and
clearing the obstruction.
The cost of the above work shall be included in the price bid for other re-
lated items of work and no separate payment will be made.
VALVES
The contractor shall abandon in place existing valves to be lined through,
and shall furnish and install all new valves, except for City- furnished valves
per Section XI -F.
J. 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 Company named below has
ih!.ued tO the Named Insured the policy of comprehensive liability
insurance identified herein, hnreinafter 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 singic limit for Comprehensive Liability
(bodily injury or death, or property damage) is not less than
$500,000 each occurrence, $500,000 aggregate protective and
... . .. ... ..... t.. ......., contractual,_ $1,000,000 aggregate products.
2. Neither the Policy nor this Endorsement shall be
1 _ Cancelled or materially changed until thirty (30) days after
receipt by City of written notice of such cancellation or change
I - by registered - mail, addressed as follows: City of Newport Beach
c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California
92663.
y
I - _ 3. The City of Newport Beach, its officers and employees
4 are hereby declared to be additional named insureds in the policy
t _ described insofar as they may be held liable for injuries, death
` of damage to property arising out of or in connection with the
contract- exucuted 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 Endo rsem t�_effective _ when signed by an
Authorized Re sentative of
Name of nsurance Company
and when issu C14a all be valid and form part of Policy
Nn... . V"�a Insure
expiring —___ --- ^ `
NAME OF A R
ADDRESS - AGE N'I /BROK`EE
_u It E or lzc Re-3 pre a anta tIve
IMPORTANT: This is the only evidence of insurance acceptable to
the City. The person executing this Certificate is cautioned to
make certain that he hao authority to execute this Certificate
on behalf of the Insurance Company
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
mil
CEMENT MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
1978 -79
CONTRACT NO. 2044
i
SUBMITTED BY:
AMERON �i`iC., PIP: LINING DIVISION
Contractor
PO 1?,0x LAS-7
Address
W�� m1NCzioN. CA S07LACi
City
Cai3l ��� -gavl
Telephone
Total Bid Price
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
CEMENT- MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
1978 -79
CONTRACT NO. 2044
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 W. Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
PR of
The undersigned declares that he has carefully examined the location of the work, has
examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby
agrees to furnish all labor, materials, equipment, transportation, and services to do all
of the work required to complete Contract No. 2044 in accordance with the City of Newport
Beach Drawing W- 5140 -5, 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 UN
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3,800 Clean and install cement - mortar lining,
Linear Feet in place, in 4 -inch cast iron pipe.
@ N /A!r" Dollars
and
FDu2 Cents $ 9.04' $ 34 00
Per Linear Foot
7,300 Clean and install cement - mortar lining,
Linear Feet in place, in 6 -inch cast iron pipe.
@ /VlyLo Dollars ✓
and
foul Cents $ q . 0�{- $ 9 .00
e Linear oot If
3. 1,850 Clean and install cement - mortar lining,
Linear Feet in place, in 8 -inch cast iron pipe.
@ N /,oy&- Dollars
and
"COM4 Cents $ Q.00t $
Per Linear Foot
E
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS
4.
5.
3
7
5 Crew delay and /or assist work while
Crew -Hours waiting for City to complete support
work.
20
Each
3
Each
16
Each
0
PR2of3
PRICE PRICE
@ A!D C"96Lr Dollars
and
Cents $ NC $ OV C_
Per Crew Per Hour
Install 6" mechanical joint butter-
fly valve.
@ TWO 4140JfAeA`p Dollars
and
Alb c e xas Cents $ Of) .DO $�_
Per Each
Install 8" mechanical joint butter-
fly valve
@ —rwn 14 (Akjw? CM Dollars ✓
and
AdD cC ns Cents $ 200.00 $ 4 C1 . o
Per Each
Furnish and install 4" mechanical
joint butterfly valve
@ 2251VOT , A&APD2MP Dollars
and
A+e CdaAS Cents
per Each
8. 3 Furnish and install 6" mechanical
Each joint butterfly valve
2 '
$ do $ grOtb.OD
@ Vtua alwaQ./n flF'W Dollars
and +�
,uo ct*x5 Cents $ $ 165p 100
Per Each
• • PR3of3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 Furnish and install 8" mechanical
Each joint butterfly valve.
@ 'C/X Dollars
and
No G l o"S Cents
Per Each
10. 4 Construct access hole due to pipe
Each obstruction.
@ �lyGT �!lsnPC2eID Dollars
and
.ve C&OA4 Cents
Per Each
TOTAL PRICE WRITTEN IN WORDS
$ GO.00 $ `00. e0
$ .00 $ 20w .00
NNLIs 41upoca O T4 wt%1 T1121£ TIIovSAW0. A)iNc; Dollars
and p
VA4 pet-w � 1EL6b{-t*%:u 'moll O�f_S APO C L%JU Cents $ 1 �, '{ ( B. OO
Contractor's License No. I5LA -R AMERON, INC., PIPE LINING DIVISION
(Bidder's Name
Date tJOoE(Y1R,ER 1 J iG r8 R. S. DIEMER, MARKETING MANAGER
(Authorized Signature
-M� Z' L S. LEISTER, ASST. SECRETARY
Telephone Number)
• . PR 1 of 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CEMENT - MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
1978 -79
CONTRACT NO. 2044
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. 2044 in accordance with the City of Newport
Beach Drawing W- 5140 -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 UNI T L
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3,800 Clean and install cement - mortar lining,
Linear Feet in place, in 4 -inch cast iron pipe.
@ /V// ULZ, Dollars
and
Oyu j _ Cents $ . 6 7{ $34.1 52.00
Per Linear Foot
7,300 Clean and install cement - mortar lining,
Linear Feet in place, in 6 -inch cast iron pipe.
@ NIME Dollars
and
.Cu.4./t Cents $ cf. a4 $ &SAU - 00
Per Linear Foot
3. 1,850 Clean and install cement - mortar lining,
Linear Feet in place, in 8 -inch cast iron pipe.
@ Al IAt[- Dollars
and
OL— Cents $ q•b� $ !6� 24.0
Per Linear Foot
PR 2 of 3
EM 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.
@ No CNA26E Dollars
and
Cents $ Nc $ Ill c
Per Crew Per Hour
5. 20 Install 6" mechanical joint butter -
Each fly valve.
@ T4--,C> uU a 0R en Dol l ars
and
A!o c C-)ns Cents $ ;Z oo $ AAW,00
Per Each
6. 3 Install 8" mechanical joint butter -
Each fly valve
@ TWO tALxW 4 ;7n Dollars
and
'Jo cc -,,ors Cents $ 200. oo $ 600.00
Per Each
7. 16 Furnish and install 4" mechanical
Each joint butterfly valve
@ i-lv� At,NnlLCfl Dollars
and
As ce;wzt Cents $, Op.00 $ 8,600. oo
Per Each
8. 3 Furnish and install 6" mechanical
Each joint butterfly valve
@ fWt AUW0ae0 170F' _XY Dollars
' and
AV CRITA Cents $ $50.00 $ L-50. On
Per Each
@ Fivr- 1e1&"D2l6:0 Dollars
and
iuc cew?& Cents $,j00•ao $ 2000.Oo
Per Each
TOTAL PRICE WRITTEN IN WORDS
bum. WLLrjofit,^r> "Ttltgrz . 4Q-eZ T4o4SgNO f iJttieDollars
and
1AtA,"QaL1A P_tC,uzrk;� _Z,�0t_LAQ.s aocaw *s Cents $ 13'3,9116.D0
Contractor's License No. tSq -6
Date IVC`licvli3cR t,1,t4j1�
is Address
Telephone Number
t '.'E—V " '12 FIFE LINING DIVISION
Bidder s Name
R. S. DIEMER, MARKETING MANAGER
GlIM11 r.
uthorized Signature
ZAL_,r-- L. S. ER ASST SECRETARY
•
•
PR3of 3
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE PRICE
9.
1
Furnish and install 8" mechanical
Each
joint butterfly valve.
@ 5✓.Y ,(lu,vD2
Dollars
and
Mt ct2ws _
Cents
$ 6Cv.00 $ 400.00
Per Each
10.
4
Construct access hole due to pipe
Each
obstruction.
@ Fivr- 1e1&"D2l6:0 Dollars
and
iuc cew?& Cents $,j00•ao $ 2000.Oo
Per Each
TOTAL PRICE WRITTEN IN WORDS
bum. WLLrjofit,^r> "Ttltgrz . 4Q-eZ T4o4SgNO f iJttieDollars
and
1AtA,"QaL1A P_tC,uzrk;� _Z,�0t_LAQ.s aocaw *s Cents $ 13'3,9116.D0
Contractor's License No. tSq -6
Date IVC`licvli3cR t,1,t4j1�
is Address
Telephone Number
t '.'E—V " '12 FIFE LINING DIVISION
Bidder s Name
R. S. DIEMER, MARKETING MANAGER
GlIM11 r.
uthorized Signature
ZAL_,r-- L. S. ER ASST SECRETARY
0
• October 31, 1978
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PLANS AND CONTRACT DOCUMENTS
FOR
CEMENT MORTAR LINING CAST IRON WATER PIPE
LIDO ISLE PHASE II
CONTRACT NO. 2044, 1978 -79
ADDENDUM NO. 1
.�l11li�t�l�
Rae lining OMsion
NJV 2 1978
NOTICE TO BIDDERS:
Please be advised that the wording in the Proposal and Special Provisions has
been revised as follows:
DOMAC AI
The original proposal (printed on white paper), pages PR 1 thru 3 is superseded
in its entirety to include an additional bid item (No. 10) to "Construct access
hole due to pipe obstruction."
Two copies of the new Proposal printed on yellow paper shall be used for bidding
Contract No. 2044.
SPECIAL PROVISIONS
Delete Paragraph 2 of Section XII -H, page SP 7 of 7 (The cost of . . . . payment
will be made.) in its entirety.
Please show the date of receipt of this addendum on the Proposal or insert a
copy with your proposal.
Sieve Bucknam Jr.
Project Manager
Date of Receipt by Contractor: X)0(1Vu4W— `,Z 11776 0
0
AMERON, INC.
CERTIFIED COPY OF RESOLUTION
OF THE
BOARD OF DIRECTORS
0
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 ii 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
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 2:00 P.M. (as determined by telephone time signal) on the
14th day of November 1978, at which time they will be opened and read, for
performing work as fo lo— wT s:
CEMENT - MORTAR LINING OF CAST IRON WATER PIPE,
LIDO ISLE PHASE II
CONTRACT NO. 2044
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required an t e_�rorate Seal
shall affixed to �_dcuments requiring signatures. In the case of a aPrtnersh'p
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.
(cunt.)
Page la
The City has adopted the Standard S ecifications for Public Works Construction
(1976 Edition) as prepared y the Southern Ca iform a Chapters of the rican
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 Cate ory of at
least Class X as per the latest edition of Best's Key Rating Guide tProperty-
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.
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 $hall lie 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 Proposf6l'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 providin for
the registration of Contractors, License No. 1 S y Classification_.
Accompanying this proposal i
, certlTleo uneCK, Gasnler•s 6necK or
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section X700 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.
L. & LEISTER, ASST. SECRETARI. V
vidual, Corporation, or Co- Partnership)
List below names of Pres)05777S`ecretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Post Office Box 457
is
Wilmington, California 907
(213) 835 -8201 Telex. 691412
A 1102P211
Pipe Lining
Division
OFFICERS OF AMERON, INC. PIPE LINING DIVISION
President
Senior Vice President
Finance and Administration
Group Vice President
Vice President and 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 Marino, 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
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
4/ L�—�L. S. LUSTER, ASST. SECRETARY �� R. S. DIEMER, MARKETING MANAGER
Authorized Signature
0flRy-ngs oyz'
Type of Organization
(Individual, Co- partnership or Corp.)
MUMMe ' •
y •. r.
• �d No. 80757525 -K
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, Ameron, Inc.. PiRe 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
109 of 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 - Lido Isle Phase II - 1978 -79 - Contract #2044
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 14th day of
November , 19 78
Corporate Seal
(Attach acknow
Attorney -in -F
AMERON, INC., PIPE LINING DIVISION
FEDERAL INSURANCE COMPANY
Surety
By L V /1-rel
Elfried Power
Title Attorney -in -Fact
I
ACKNOWLEDGMENT OF ANNEXED INSTRUMENT
STATE OF CALIFORNIA 1 ss.:
COUNTY OF Los Angeles 17
On this 14th day of November in the year one thousand nine hundred and seventy eight
before me, Tewel T. Block , a Notary Public and for the
County of-- .Os Angeles residing therein, duly commissioned and sworn, personally appeared
Al friedp Power known to me to be the Attorney -in -Fact of
F .Tl . At. IN S ljRANC.F COMPANY, the Corporation that executed the within instru-
ment, and also known to me to be the person _who executed the within instrument on behalf of the Corporation
therein named and acknowledged to me that such Corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my o al seal in the County of
ici
Los Angeles the day and year in this certificate first above written. A (\ n a
I OFFICIAL SEAL wo ry uouc m ana rWr fne county or
`I My Commission expires N JEWEL .L 61 0(,V State of California -
c'- � Nu:ar, P4Ui4'- ddi:iorma
SJ/ PRif�C: PAI. OFFICE IN
� Form 27 -70 -165 (Ray. 3 -77) CAL. Los gracei.ES eourvTy € �.....
B My Commission Expires January 6, 1980
VI................... ._....._ _ __
0
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 1 .0 manner, any of the proceeds of the contracts sought by
this bid.
Subscribed
this 14th day of November
19 78
My commission expires:
May 7, 1981
OFFICIAL SEAL
MARY H. FISTANICH
NOTARY PUBLIC - CALIFORNIA
LOS ANGELES COUNTY
My Comm. expires MAY 7. 1981
me
Notary Public
0 0
• •
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 PMPCEIED FItJAIJG(at 6C1TEM613T
Page 6
/J�t LLQ� u4/l
L & LEISTER, ASST. SECRETARY Si gned S, REMER, MAttntlnvu truuvwu,
0
.111��1'l�Il
CURRENT ASSETS
Cash
r Consolidated Financial Statement
Receivables -
Trade
Reserve for collection losses
Notes and other
Net
Inventories -
Finished products
Products in process
Materials and supplies
Total at FIFO or average cost
LIFO cost adjustment
Net
Deferred income tax benefits
and refundable income taxes
Other current assets
Total current assets
Period Date
August 31, 1978
Report Title BALANCE SHEET
ASSETS
(In Thousands)
1978
1977
Aug.
July
Nov.
Aug.
2,540
1,937
6,383
1,070
42,419
38,942
39,802
37,884
(1,299)
(1,285)
(1,216)
(1,134)
2,915
2,944
3,625
1,543
44,035
40,601
42,211
38,293
26,411
26,018
23,705
17,744
16,705
16,677
15,392
15,025
15,450
15,165
8,553
11,777
13,581
14,305
14,560
14,701
45,736
46,147
38,505
41,503
(4,489)
(4,389)
(3,245)
(3,458)
41,247
41,758
35,260
38,045
3,103
3,101
3,458
4,165
2,945
2,767
3,922
3,171
93,870
90,164
91,234
84,744
INVESTMENTS AND ADVANCES
Jointly owned domestic cmpanies, at equity
Gifford - Hill - American, Inc.
Tamco
Other
Unconsolidated subsidiaries and affiliates
operating outside the United States, at
cost less reserves
PLANT AND EQUIPMENT
Land
Buildings
Machinery and equipment
Construction in progress
Accumulated depreciation
Net
GOODWILL
Total assets
0000-405 (11/77)
7,630
7,597
7,612
7,477
5,543
5,455
4,434
4,268
324
336
4,040
3,819
3,889
4,050
17,537
17,207
15,935
15,795
5,550
5,309
5,344
5,785
26,411
26,018
23,705
17,744
88,071
88,330
88,359
86,308
2,777
2,947
2,725
10,024
122,809
122,604
120,133
119,861
(60,368)
(59,920)
(57,352)
(56,799)
62,441
62,684
62,781
63,062
1,275 1,275 1,313
175,123 171,330 171,263
1,313
164,914
L
.Apl��'1��1i
CURRENT LIABILITIES
Trade payables
Demand debt - domestic
- foreign
Other notes and current
portion of long -term debt
Consolidated Fipl�ncial Statement
Accrued liabilities -
Wages and retirement benefits
Taxes, insurance, interest
and other
Reserve for contingencies
Federal and other income taxes
Total current liabilities
NONCURRENT RESERVES FOR
CONTINGENCIES
DEFERRED INCOME TAXES AND
INVESTMENT TAX CREDITS
LONG -TERM DEBT, less current portion
Period Date
August 31, 1978
Report Title BALANCE SHEET
LIABILITIES AND
STOCKHOLDERS' EQUITY
(In Thousands)
1978
30,500
1977
30,500
32,000
Banks
Aug.
July
Nov.
Aug.
Mortgage loan
6,818
6,818
6,921
14,097
13,059
10,212
9,152
7,000
5,000
10,500
12,500
67
227
76,483
2,078
1,635
1,636
1,677
1,608
4,.358
6,047
5,140
3,128
9,850
9,255
7,859
8,159
979
966
1,033
1,295
1,033
363
1,347
920
39,019
36,553
37,768
38,840
4,694
4,729
4,337
4,254
6,756
6,789
6,941
6,244
Insurance companies
30,500
30,500
30,500
32,000
Banks
10,102
10,035
9,714
10,500
Mortgage loan
6,818
6,818
6,921
500
Other notes
751
756
812
825
STOCKHOLDERS' EQUITY
Common stock $5 oar
Outstanding shares -
2,267,491 in 1978 and
2,255,879 in November 30, 1977
Capital surplus
Retained earnings beginning of year
Add (deduct) - net income
cash dividends
treasury stock
Total stockholders' equity
Total liabilities and
stockholders' equity
48,171 48,109 47,947 43,825
11,412 11,412 11,412 11,410
5,030
5,030
4,901
4,899
57,957
57,957
54,009
54,009
3,782
2,449
6,218
3,139
(1,698)
(1,698)
(2,253)
(1,689)
(17)
(17)
60,041
58,706
57,957
55,442
76,483
75,150
74,270
71,751
175,123 171,330 171,263 164,914
Aqk
SALES
COST OF SALES
Gross profit
0 Consolidated Fin!ncial Statement
EXPENSES
General and administrative
Interest
Provision for costs and
possible losses on pending
claims and litigation
INCOME FROM AFFILIATES
Equity in earnings of jointly -
owned domestic companies
Gifford -Hill- American, Inc.
Tamco
General Management Fee - Tamco
Other
OTHER INCOME, net
INCOME BEFORE INCOME TAXES
PROVISION FOR INCOME TAXES
NET INCOME
NET INCOME PER COMMON SHARE (Based on
2,288,746 shares in 1978 and
2,266,098 shares in 1977)
Period 9 Months Date August 31, 1978
Report Title
STATEMENT OF INCOME
1978
183,234
146,522
36,712
30,174
4,033
234 34,441
2,271
(In Thousands)
1977
169,662
135,303
34,359
29,407
3,545
(821) 32,131
2,228
1,125
1,063
608
286
319
154
452
2,504
408
853
5,628
1,846
3,782
1.65
1,911
450
4,589
1,450
3,139
1.39
I certify that these statements present the financial position of Ameron
and its consolidated subsidiaries as of August 31, 1978 and 1977, a d their
operating results for the nine month periods th A n en
A. D. PerroAJr.
Vice President
and Controller
0000 <05 (tine
_1,r
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.
1178 -O-WN OF AWEk -ANET Au -,REU E.-,otZ(uJA��1o17�9CIS-i1�1
ALUSNNErTfAi�AC4i�1SE1TS EXEC�7T'1UE SECRETYaR�
L•�i���icv�llr•7���.�1�r,1�� »: aT'a7[= 3 ►1�F- ��letIrL•�:
11 : !_.
NAME OF PROPOSED SUPERINTENDENT: �6>E:F-
• . ►�\ _11
QUALIFICATIONS: SEE ATTALNe,� 6T%1TEtijC-_kJT
►.l'
-- as-+r
to 14 11
Post Office Box 457
Wilmington. California 900
(213) 835 -8201 Telex: 691412
Pipe Lining
Division
November 14, 1978
City of Newport Beach
Public Works Department
Cement - Mortar Lining
Cast Iron Water Mains
Lido Isle -Phase II
1978 -1979
Contract No. 2044
Proposed Superintendent and Qualifications
Mr. A. D. Anderson has been employed since November of 1958
as a Field Supervisor and is experienced in all phases of
cement - mortar lining 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:
City of Newport Beach - 1975
City of Newport Beach - 1976
City of Newport Beach - 1978
Proposed cement - mortar lining equipment, developed and used
by Ameron Pipe Lining Division for the past 28 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
I
. I.
1
f�
k
{ v
:s
I
fir
,•.
r
rl
Y
r
5
111
t[
J
� F