Loading...
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