HomeMy WebLinkAboutC-2130 - 1979-80 Cement Mortar Lining of Cast Iron Water Pipesil
June 30, 1980
Ameron, Inc.
Pipe Lining Division
P.O. Boot 457
Wilmington, CA 90749
Subject: Surety:
Bond No. .
Project:
CITY OF NEWPORT BEACH
Contract No.:
OFFICE OF THE CITY CLERK
(714) 640 -2251
Federal Insurance Company
8082 -91 -44
1979 -80 Cement -Mrter Lining of Cast Iran
Water Pipe
2130
The City Council on June 9, 1980 accepted the work of subject project
and authorized the City Clerk to file a Notice of Completion and to
release the bond 35 days after Notice of Completion has been filed.
Notice of Completion was filed with the Orange County Recorder on
June 13, 1980 in Book 13634, Page 1965. Please notify your surety
company that bond may be released 35 days after recording date.
Doris Gorge
City Clerk.
DG;b£
cc: Public Works Department
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
RECORDING
REQUESTED BY •
F! :: +SF. 7-'.:ETU ?PJ To ,
CITY CLEnI;
CITY OF "y ' AipORT ! EACH
C300 NEI•vRO ?T BOLILEt /ARD
i46WPORT EIEACFI, CALIF. 92653
14629
ff M PT M
NOTICE OF COMPLETION
PUBLIC WORKS
! BK 13634PS 196•°,
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
20 Min.
P1 PA JUN 13 1980
LEE A. BRANCH, County Recorder
1 o All Laborers and Material Men and to Every Other Person Interested-
YOU WILL PLEASE TAKE NOTICE that on icy 16, 1980 _
the Public Works project consisting of 1979 -80 Cement— Nbrtar Lining of Cast Iron
Water Pipe
on which A�x Inc
was the contract.or, and Tkaderal Insimmne C aany
was the surety, was completed.
CITY OF NEWPORT BFACH
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 Jule 11, 1980 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 June 9, 1980 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 Juie 11 r 1980 at Newport Beach, California.
City Clerk
0
•
CITY OF NEWPORT BEACH
CALIFORNIA
Ante: June 11, 1980
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 1979 -80 Ceaent Morter Listing of
City Hall
3300 W. Newport Blvd
640 -2251
cast Tmn,. Water ,.D Contract No. 3-L30
on which _ Aileron, Inc, was the Contractor
and Federal Insurance ccnmany was the surety.
Please record and return to us.
Very trull yours,
A r G George
g
City Cleric
City of Newport Beach
Encl.
0
TO: CITY COUNCIL
FROM: Public Works Department
E
June 9, 1980
CITY COUNCIL AGENDA
ITEM NO. H -11
SUBJECT: ACCEPTANCE OF 1979 -80 CEMENT MORTAR LINING OF CAST IRON WATER
MAINS (C -2130)
IONS:
1. Accept the work,
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the cement mortar lining of the cast iron water
mains has been completed to the satisfaction of the Public Works Department
The bid price was: $ 103,141.00
Amount of unit price items constructed $ 110,794.60
Total contract cost $ 110,794.60
Funds were budgeted in the Water Fund
Account No. 50- 9297 -120
During the time the relining was being performed on Lido Isle,
it was found that the water main in Breakers Drive was in urgent need of
cleaning and lining. This work, added to the contract, resulted in the
increase in the total amount of the unit price items in the contract.
The design engineering was performed by the Public Works Department.
The Contractor is Ameron, Inc., Pipe Lining Division of Wilmington,
California.
The contract date of completion was May 31, 1980.
The work was completed on May 16, 1980.
Benjamin B. Nolan
Public Works Director
GPD :do
r q-
CITY OF NEWPORT BEACH
Date January 28, 1980
TO:
FROM
Public Works Department
City Clerk
SUBJECT: Contract No. Z
Project Qevnent
I Attached is signed copy of subject contract for transmittal to the contractor.
i
E Contractor: Amrcn, Mw-
Address: 45 Alpringtm, rn- 90742 -
8. n4 7 . - -
Amount: $ 103,141.
Effective Date: am 52gtrck�.
Resolution No. 9715
Doris Geo e
Att.
cc: Finance Department
City Ilall 3300 Newport Boulevard, Newport Beach, California 92663
Post Office Box 457
Wilmington, California 907
(213) 835 -8201 Telex: 6914
Pipe Lining
Division
January 23, 1980
City of Newport Beach
City Hall
3300 West Newport Blvd.
Newport Beach, California 92663
Attention: Mr. Gilbert Wong
Public Works
Mr. Wong:
fu
Enclosed is Ameron's latest Financial Statement and Annual
Report. We trust these are adequate for your purposes.
Very truly yours,
' /y/- /v (_
M. W. Cardwell
Western Sales Manager
MWC:lj
Enclosures
A1k�11'�,V�1 Consolidated Financial Statement
Perljd Date
August 31, 1979
Report Title BALANCE SHEET
ASSETS
(In Thousands)
1979 1978
CURRENT ASSETS
Cash
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
INVESTMENTS AND ADVANCES
Jointly owned companies, at cost
plus equity in undistributed
earnings
Gifford -Hill- American, Inc.
Tamco
Ameron Saudi Arabia, Ltd.
Other
UnconsoliRated 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
i
GOODWILL
i
Total assets
0000305 (11 /771
Aug.
July
Nov.
Aug.
3,591
2,162
4,309
2,540
49,709
45,590
48,379
42,419
(1,136)
(1,212)
(1,319)
(1,299)
3,546
3,090
2,730
2,915
52,119
47,468
49,790
44,035
5,093
5,282
5,312
5,550
17,407
17,899
15,825
16,705
19,183
19,517
14,398
15,450
15,211
13,660
13,631
13,581
51,801
51,076
43,854
45,736
(5,923)
(5,923)
(5,173)
(4,489)
45,878
45,153
38,681
41,247
2,993
2,993
2,993
3,103
2,579
3,036
2,919
2,945
107,160
100,812
98,692
93,870
7,606
7,471
7,672
7,630
6,042
6,245
5,905
5,543
1,803
1,225
1,225
242
214
264
324
5,107
4,529
4,721
4,040
20,800
19,684
19,787
17,537
5,093
5,282
5,312
5,550
26,505
26,471
26,348
26,411
88,903
88,518
89,205
88,071
3,337
3,444
3,414
2,777
123,838
123,715
124,279
122,809
(63,305)
(62,912)
(61,159)
(60,368)
60,533
60,803
63,120
62,441
1,237
189,730
1,237 1,275 1,275
i
182,536 182,874 175,123
A11i11'�,u�l Consolidated Financial Statement
CURRENT LIABILITIES
Trade payables
Notes payable to banks - domestic
- foreign
Other notes and current
portion of long -term debt
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, 1979
Report Title BALANCE SHEET
LIABILITIES
(In Thousands)
1979 1978
Aug.
July
Nov.
Aug.
16,850
17,431
16,695
14,097
6,000
10,102
4,000
7,000
1,553
1,405
1,192
67
1,618
1,618
1,636
1,635
5,403
7,343
5,403
4,358
11,484
10,620
8,692
9,850
852
809
833
979
2,322
1,529
3,923
1,033
46,082
40,755
42,374
39,019
2,285,566 in 1979 and
5,045
5,024
4,852
4,694
11,412
11,412
11,412
6,145
6,171
6,254
6,756
Insurance companies
29,000
29,000
29,000
30,500
Banks
13,479
13,294
13,756
10,102
Mortgage loan
6,791
6,797
6,847
6,818
Other notes
368
383
451
751
49,638
49,474
50,054
48,171
STOCKHOLDERS' EQUITY
Common stock, $5 par
Outstanding shares -
2,285,566 in 1979 and
2,267,491 in November 30, 1978
11,436
11,412
11,412
11,412
Additional paid -in capital
5,222
5,246
5,030
5,030
Retained earnings beginning of year
62,898
62,898
57,957
57,957
Add (deduct) - net income
4,972
3,263
7,206
3,782
cash dividends
(1,708)
(1,707)
(2,265)
(1,698)
66,162
64,454
62,89B
60,041
Total stockholders' equity
82,820
81,112
79,340
76,483
Total liabilities and
stockholders' equity
189,730
182,536
182,874
175,123
0000 -405 (11/771
.11111P. 1'0k1
• Consolidated POlancial Statement
Period Date
9 Months August 31, 1979
Report Title
STATEMENT OF INCOME
1979
In T ousan s
1978
SALES
207,136
183,234
COST OF SALES
168,105
146,522
Gross profit
39,031
36,712
EXPENSES
General and administrative
31,762
30,408
Interest
3,984
35,746
4,033
34,441
T,-795
INCOME FROM AFFILIATES
General management fee - Tamco
232
319
ASAL mobilization - technical fees
262
ASAL tmbilization - interest incase
478
ASAL - royalties and technical fees
229
Other
674
1,875
490
809
OTHER INCOME
Foreign currency translation
294
14
Miscellaneous, net
263
557
839
853
INCOME BEFORE INCOME TAXES
5,717
3,933
PROVISION FOR INCOME TAXES
INCOME OF CONSOLIDATED COMPANIES
EQUITY IN EARNINGS OF JOINTLY -
OWNED DOMESTIC COMPANIES, net of tax
Gifford -Hill- American 686
Tamco 637
Ameron Saudi Arabia, Ltd. (ASAL) 578
Ameron -Price (11)
NET INCOME
2,635 1,846
3,082 2,087
1,125
608
1,890 (38) 1,695
4,972
3,782
NET INCOME PER COMMON SHARE (Based on
2,295,448 shares in 1979 and
2,266,098 shares in 1978) 2.16 1.65
I certify that these statements present the financial position of Ameron
and its consolidated subsidiaries as of August 31, 1979 and 1978, and
their operating results for the nine month periods then ended.
A. D. Pe
Vice Presioenc
and Controller
7Me.A
CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CEMENT- MORTAR LINING CAST IRON WATER PIPE
1979 -80 MAIN RELINING PROGRAM
Approved by the City Council
this 10th day of, December, 1979.
Doris George, City Cler
CONTRACT NO. 2130
SUBMITTED BY:
AMERON, INC., PIPE LINING DIVISION
ontractor
Post Office Box 457
Wilmington, California 90749
my-
35-8201 835 -8201
Teiephone
$103,141.00
Total Bid Price
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
Page 1
SEALED BIDS will be received it the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. (as determined by telephone time signal) on the
27t1h day of ecem er 1979, at which time they will be opened.and read, for
performing ork as o owT :
CEMENT- MORTAR LINING CAST IRON WATER PIPE
1979 -80 MAIN RELINING PROGRAM
CONTRACT NO. 2130
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 S_ecr�etart or Assistant Secretary are required an�or orate_ Seal
shall be affixed to all documents requ r ng signatures. In the case of a arrtnershTp,
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.)
f • ,
_. L��
�... .. ... J:u._F t:,. ..:: .. r��q{IfYF:>1 { .�... .''b 3.1..... t._�. -'tia _... _ o - -�
Page la
The City has adopted the Standard S ecifications for Public Works Construction (1976
Edition) as prepared by the ou ern a orn a ap ers o e. r can u is 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 "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the.form upon award of 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. .
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 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
z
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.
t
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and .Federal.'.
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in- accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 154 Classification A
Accompanying this proposal is a Bid
�VOJ11, VGi'611Eau VIMVO, U04
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 workers' compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.-
(213) 835 -8201
:Phone Number
December 27, 1479
Date
iu
,
nlaaer•s Name
(SEAL)
kPting Manager
ut or ze gnature
orized Signature
Qrpnratinn
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:
,:
:.' .. A
��y�p.��,' _._. ii. xvw ... `_ _,
��_�_�_r'aa _�.. iuW:Y�^. -t. <' .- c.,- •.m��'y. .e..Tl',.[ � .3�i.�- .:�ief rn �.'.'.. .eZ -- � ��. ....a
.. �.....� it: ..3f �. ..... .�
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
S /L. S. Leister, Assistant Secretary
@Ith'14
AMERON, INC., Pipe Lining Division
Bidder's Name
S /R. S. Diemer, Marketing Manager
Authorized ignature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
P. 0. Box 457
Wilmington, California 90749
Address
FWRIGINAL SEE CITY CLERK'S FILEJPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, AMERON, INC., Pipe Lining Division as Principal,
and Federal Insurance Company as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of 10%
amount of the 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
Cement- Mortar Lining Cast Iron Water Pipe
1979 -Rn Main Rplininn Prnnram - Cnntrart Nn 913(1
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 27th day of
I ;Jli
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
S /R. S. Diemer, Marketing Manager
Helen T. Kunitake, Notary Public
FEDERAL INSURANCE COMPANY
My Commission Expires June 3, 1983 Surety
By S /E. J. Nielsen,
Title Attorney -in -Fact
� ,
i
I
x
Page 5
NON - COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them,,have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree -
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid_ has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
.considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids.from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid..
Subscribed and sworn to before me
this 27thday of December ,
1979 .
My commission expires:
May 7, 1981
S /R. S. Diemer, Marketing Manager
S /L. S. Leister, Assitant Secretary
S /Mary H. Fistanich
Notary Public
ORIGINAL SEE CITY CLERK'S FI OPY
Page. 6
STATLMENT OF FINANCIAL RESPONSIBILITY I
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 /L.S. Leister, Assitant Secretary
s /R. S.- Diemerx Marketing. Manager Signed
cn
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 Newport Beach CA Al Beingessner (714) 640-2281
Public Works Department Proiect Engineer
1977 Dept. of Public Works John Prend rgast (714) 834-4142
Santa Ana, CA Construction Engineer
1976 Public Works Department William Dye (714) 640-2281
Newport Beach CA D !Wn Engineer
1974 Dept. of Water & Power Robert Bryant (2 131 481-6208
Los Angeles. CA Senior Engineer
1973 Dept. of Water & Power Robert ryant (213) 481-6208
Los Angeles_ CA ninr ngineer
S /R. S. Diemer, Marketing Manager S /L. S. L ister Assistant Secretary
g ni
Bond 8082 -91 -44
ExecA in Quadruplicate
Page 8
-LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS,.That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted January 7, 1980,
has awarded to AMERON, INC., Pipe Lining Division
hereinafter designated as the "Principal ", a contract for Cement - Mortar Lining
Cast Iron Water Pipe - 1979 -80 Main Relinino Program. Contract No. 2136
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 Ameroa, Ine., Pipe Lini.na Division
as Principal, and Federal Insurance Comnaz*
as Surety, are held firmly bound unto the'City of Newport Beach, in the sum of
a'Stts _®ae�T�eu�sanal _pT!pj s and 541/ G0-- - - -.- - -- Dollars ($ 5497P-50, ),
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden.Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or Tabor 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
_�
Wh�.�+•� -r '1'"�'.-
_ v
�� Ca .�i-•
.4%ta4'diC�� s �:-. ..e1.n ..n r�•
�, ,:
r. v/ra'i +emu c..... �.. �_.. �t ��+��
.. 's
Page 9
(tabor -and Material Bond Continued)
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal.shall not exonerate the Surety from
its obligations under this bond:
IN WITNESS WHEREOF, this instrument -has been duly executed by the Principal and
Surety above named, on the 15th day of January 19
pa
Authorized Signature and Title
J.L L EMERSON, DIVISION VICE PRESIDENT
u7�tlforize�igna� Title
LGIST-e 10S5/STA )r SEUe- T-00-1/
FEMUL INSURANCE COMPANY (Seal)
Name of Surety
3200 Wilshire Boulevard
(213) 365 -2700
Telephone No. of Agent
[
-' ---------_-- -' --__ _- --
I
``
ACKNOWLEDGMENT OF ANNEXED INSTRUMENT
a STATE OF CALIFORNIA ss.:
COUNTY OF Los Angeles
On this 1 5*a day of arnjArAE Jn the year one thousand nine hundred and eighty
before me, Mel on T_ Knni rakes , a Notary Public and for the
County of Los Angeles residing therein, duly commissioned and sworn, personally appeared
V.- T_ Nielsen known to me to be the Attorttey —in —Fact of
FEDERAL INSURANCE 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 official seal in the County of
Los Apeeles th ar in this certificate first above written. n
OFFICIAL SEAL !�l/
Helen T. Wnitake �j otary Public in and for the County of
e NOTARY PU3LIC— CALIFORNIA
«� My Commission expires PRINCIPAL OFFICE l.n,���PP State of California
LOS ANGELES COUNTY
My Commission Expires June 3, 1983
Form 2110 -165 (Rev. 3 -77 ,,,.
0 Certified Copy of .
POWER OF ATTORNEY
Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 100 William Street, New
York, New York, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint
T. W. Cavanaugh, Elfriede Power, E. J. Nielsen and Dale G. Harshaw of Low Angeles,
California
each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and
deliver for and on its behalf as surety thereon or otherwise, bonds or obligations given or executed in the course of its busi-
ness. and any instruments amending or altering the same, and consents to the modification or alteration of any instruments
referred to in said bonds or obligations.
In Witness Whereof, the said FEDERAL INSURANCE COMPANY has. pursuant to its By -Laws, caused these
pr sents to be signed by its Assistant Vice - President and Assistant Secretary and its corporate seal to be hereto affixed this
26th day of September 19 79
FEDERALINSURANCE COMPANY
By
George McClellan
Assistant Vice-President
Richard D. O'Connor
STATE OF NEW JERSEY , Assistant Secretary
sa:
County of Essex
On this 26th day of Septen'ber 19 79 , before me personally came Richard D. O'Connor to me
known and by me known to be Assistant Secretary of the FEDERAL INSURANCE COMPANY, the corporation described
in and which executed the foregoing Power of Attorney, and the said Richard D. O'Connor being by me duly sworn, did
depose and say that he is Assistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal
thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority
of the By -Laws of said Company, and that he signed said Power of Attorney as Assistant Secretary of said Company by
like authority; and that he is acquainted with George McClellan and knows him to be the Assistant Vice - President of said
Company, and that the signature of said George McClellan subscribed to said Power of Attorney is in the genuine hand-
writing of said George McClellan and was thereto subscribed by authority of said By -Laws and in deponent's presence.
k% _ I?
NOTARY
PUU�IC %
Form 21 -10-41 (Ed. 10-74) (NYSO)
Acknowledgedand Sworn to before me
on the date above written.
714 �az�4__ - �_ zt!;M�
Notary Public
PATRICIA RYAN
NOTARY PUBLIC OF NEW JERSEY 8
My Commission Expires December 11, 19 3
CITY OF SHORT HILLS
1} ss.
County of Essex
I, the undersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is
a true excerpt from the By -Laws of the said Company as adopted by its Board of Directors on March 11, 1953 and amended
May 27, 1971 and that this By -Law is in full force and effect.
ARTICLE XVIII.
Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on
behalf of the Company which it is authorized by law or its charter to execute, may and shall be executed
in the name and on behalf of the Company either by the Chairman or the Vice - Chairman or the President
or a Vice - President, jointly with the Secretary or an Assistant Secretary, under their respective designa-
tions, except that any one or more officers or attorneys -in -fact designated in any resolution of the Board
of Directors or the Executive Committee, or in any power of attorney executed as provided for in Section
3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or
power of attorney.
Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the
name and on behalf of the Company, either by the Chairman or the Vice - Chairman or the President or a
Vice - President or an Assistant Vice - President, jointly with the Secretary or an Assistant Secretary, under
their respective designations.'
And I further certify that I have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and
the same is a correct and true copy of the whole of said original Power of Attorney and that said Power of Attorney has not been
revoked.
And I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business
in each of the States of the United States of America, District of Columbia. Puerto Rico, and each of the Provinces of Canada
with the exception of Prince Edward Island: and is also duly licensed to become sole surety on bonds, undertakings, etc.,
Permitted or required by law.
Given under my hand and the seal of said Company at Short Hills. N.J . this.._ 15th day of
Jamtary 19
lstant Se retary
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport.Beach, State of California, by
motion adoptedn January 7, 1980,
has awarded to AMERON, INC., Pipe Lining Division,
hereinafter designated as the "Principal ", a contract for Cement- Mortar Lining
_Cast Iron Water Pine 1979 -80 Main Relining Program, Contract No. 2130
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, 6meron- Inc, Pine Lining Division
as Principal, and Federal Xnauranoe Company
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
one Hundred Three Thousand one Hundred Forty One- - - - - -- __Dollars ($1039141.00 ),
_ 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
`Page T1 -
(Performance Bond - Continued:)
of any such change, extension of time, a ations or additions to the terms of the
contract or to the work or to the specif# mss.
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 4xonerate' the Surety from
its obligations under this ;bond
IN WITNESS WHEREOF, this '*trument has been duly executed by the Principal and
Surety above named, on the ' lath day of January l
e
Authorized Signature-and Title
L-5. M6Tek-, 9ss 1373 ;AX sEC&e"P_y
FEDERAL INSURANCE COMPANY (Seal)
Name of Surety
3200 Wilshire Boulevard
Los Angelea, California 90010
C
AddressjA Surety
mlVture ana iitie or Autnorizea Agent
J. Nielsen, Attorney -in -Fact
3200 Wilshire Boulevard
dress of Agent 11fornia 900"
(213) 385 -270
Telephone No. of Agent
.�
_ -
-... t -
,`
_ -.
�. ..
,._..
._
. .
_ . ,
�;� ..
.�
=;
.a
,7
+a
ACKNOWLEDGMENT OF ANNEXED INSTRUMENT
t
STATE OF CALIFORNIA ss.:
COUNTY OF Los Angeles
On this t"day of JBnuarV in the year one thousand nine hundred and eighty
before me, Helen T tr„njtAke , a Notary Public and for the
County of Los Angeles residing therein, duly commissioned and sworn, personally appeared
E. J. Nielsen known to me to be the Attorney —in —Fact of
FEDERAL INSURANCE 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, 1 have hereunto set my hand and affixed my official seal in the County of
Los Angeles the day and year in this certificate first above written.
_ OFFICIAL SEAL a —v j LLr 1/e_ _ /k(�„�.,� -.,
.,.s. Helen T. Kunitak € �f� =
Notary Public in and for the County of
:S�n, NOTARY PuOLIC — CALIFORNIA
My Commission expires \ -` -v,.� �g_State of California
LOS ANGELES CouNrY [
rr,� cammissien Expires June 3, 1983 ir$
Form 21- 70.765 (Ray. 3 -77)
0
,Page 12 i
1
THIS AGREEMENT, made and entered into.this>Yday f 19 �o ,
by and between the CITY OF NEWPORT BEACH, California, herei after designated as the City,
party of the first part, and AMERON, INC., Pipe Lining Division
hereinafter designated as the.Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all.
materials and labor for the construction of
Cement- Mortar Lining Cast Iron Water Pipe 197940 Main Relining Program
Contract No. 2130
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor,.and materials.necessary therefor, (except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
s spension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the.lump sum price, or.if the bid is on the unit price basis, the total price
.for the several.items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby.contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated in and made part of this Agreement.
Page 13
5. 'Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury; and liability of every kind, nature, and description, directly.or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
CITY OF NEWPORT BEACH, CALIFORNIA
By
i
Mayor
AA Aoki, INC., PIPE LINING DIVISION
By :� r-
R. L EMERSON, DIVISION VICE PRESIDENT
By: Q& L tf-- .
1 •S. I-EIST -Ez. A55/57)9A)r11ECR -e=rl A1y
Title
0
;y w
9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PLANS AND CONTRACT DOCUMENTS
FOR
CEMENT - MORTAR LINING CAST IRON WATER PIPE
1979 -80 MAIN RELINING PROGRAM
CONTRACT NO. 2130
ADDENDUM NO. 1
NOTICE TO BIDDER
The following bid items, No. 5 and No. 6 of the original proposal, Plans W- 5146 -S,
sheet 2 of 2, and Section III of the Special Provisions shall be revised.
Please show date of receipt of this addendum on the proposal, and insert a signed,
dated copy of this addendum with your proposal.
PROPOSAL
Change the quantities of bid items No. 5 and No. 6 on PR 2 of 2 to "ll Each" and
"18 Each ", respectively. (Use the attached proposal form printed on white paper
for your bid.)
PLANS
Corresponding changes shall also be made on the Plans. Revised Plan W- 5146 -S,
sheet 2 of 2, is enclosed for your use.
SPECIAL PROVISIONS
Additional information shall be included in Section III, SCHEDULE AND COMPLETION
OF WORK as follows:
"No work will be permitted at the intersections of Pacific Coast
Highway at Riverside Drive, and Avon Street at Riverside Drive during
the hours of 6:00 A.M. to 8:00 P.M. The Contractor shall schedule
the work accordingly.
It will be the Contractor's responsibility to request and pay fees for
State of California inspection of the work on Pacific Coast Highway."
J's, �__ k4
Benjamin B. Nolan
Public Works Director
Addendum received by: AMERON, INC., Pipe Lining Division
Contractor
Date: December 27, 1979 S /R. S. Diemer, Marketing Manager
Signature
S /L. S. Leister, Assistant Secretary
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CEMENT - MORTAR LINING CAST IRON WATER PIPE
CONTRACT NO. 2130
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. 2130 in accordance with the City of Newport
Beach Drawing W- 5146 -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:
PRICE
2,825 Clean and install cement - mortar lining,
Linear Feet in place, in 4 -inch cast iron pipe.
@ Eight Dollars
and
Sixty Cents $-8.60 $24 295.00
Per Linear Foot
7,560 Clean and install cement - mortar lining,
Linear Feet in place, in 6 -inch cast iron pipe.
@ Eight Dollars
and
Sixty Cents $8.60 $15.,016.00
Per Linear Foot
50 Clean and install cement - mortar lining,
Linear Feet in place, in 8 -inch cast iron pipe.
@ Eight Dollars
and
Sixty Cents $8.60 $ 41n nn
Per Linear Foot
0 0
PR 2 of 2
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.
@ No Charge Dollars
and
Cents
Per Crew Per Hour
5. 11 Install 4" mechanical joint butter -
Each fly valve.
@ Four Hundred
Dollars
and
no Cents
Per Each
6. 18 Install 6" mechanical joint butter -
Each fly valve
$ N.C. $ N.C.
$_400.00 Y4s400.00
@ Five Hundred Dollars
and
no Cents $ 500.00 $9'000.00
Per Each
TOTAL PRICE WRITTEN IN WORDS
One Hundred Three Thousand One Hundred F
no
Contractor's License No. 154 -A
Date December 27, 1979
P. 0. Box 457, Wilmin ton, California 90749
Bidder's Address
(213) 835 -8201
(Telephone Number)—
One Dollars
and
Cents $ 103,141.00
AMERON, INC., Pipe Lining Division
(Bidder's Name
S /R.S. Diemer, Marketing Manager
Authorized Signature
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
CEMENT- MORTAR LINING CAST IRON WATER PIPE
1979 -80 MAIN RELINING PROGRAM
CONTRACT NO. 2130
i
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. Portland Pozzolan Cement . . . . . . . . . . . .
. . . . .3
3. Sand . . . . . . . . . . . . . . . . . . . . . .
. . . . .4
4. Admixtures . . . . . . . . . . . . . . . . . . .
. . . . .4
5. Water . . . . . . . . . . . . . . . . . . . . . .
. . . . .4
i
0 0
INDEX TO SPECIAL PROVISIONS - Continued
CONTRACT NO.2130
Page
C.
ACCESS TO WORK . . . . . . . . . . . . . . . . .
. . . . . . 4
D.
CLEANING INTERIOR PIPE SURFACES . . . . . . . . .
. . . . . . 4
E.
CEMENT MORTAR FOR LINING
1. General . . . . . . . . . . . . . . . . . . .
. . . . . . 4
2. Testing . . . . . . . . . . . . . . . . . . .
. . . . . . 5
F.
APPLICATION OF CEMENT - MORTAR LINING
1. Thickness of Lining . . . . . . . . . . . . .
. . . . . . 5
2. Machine Placement . . . . . . . . . . . . . .
. . . . . . 5
3. Hand Placement . . . . . . . . . . . . . . .
. . . . . . 5
4. Surface Finish . . . . . . . . . . . . . . .
. . . . . . 5
5. Hand Finishing . . . . . . . . . . . . . . .
. . . . . . 6
6. Cure of Lining . . . . . . . . . . . . . . .
. . . . . . 6
G.
CLEARING LATERALS . . . . . . . . . . . . . . . .
. . . . . . 6
H.
OBSTRUCTIONS . . . . . . . . . . . . . . . . . .
. . . . . . 6
I.
VALVES . . . . . . . . . . . . . . . . . . . . .
. . . . . . 6
J.
PROJECT SITE MAINTENANCE . . . . . . . . . . . .
. . . . . . 7
ii
II
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CEMENT- MORTAR LINING CAST IRON WATER PIPE
1979 -80 MAIN RELINING PROGRAM
CONTRACT NO. 2130
SCOPE OF WORK
The work to be done under this contract consists of furnishing
transportation, material, and services necessary to clean and
line, in place, various diameters of existing cast iron water
Isle. Certain materials and /or services will be furnished by
forth in Section XI.
SP 1 of 7
labor, equipment,
cement - mortar
mains on Lido
the City, as set
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- 5146 -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 purchased rom B
Los Angeles, CA 90034, telephone (213)
Special Provisions and Standard Drawings
Department at a cost of $5.
BIDDER'S QUALIFICATIONS AND EQUIPMENT
uiiaing news, inc., suns uveriano Avenue,
870 -9871. Copies of the City's Standard
may be purchased from the Public Works
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 4, 1980, and, once the work is
started, all work must be completed in 85 consecutive calendar days or by May 31,
1980, whichever occurs first.
The Contractor shall schedule the work to be done in two phases (each hase com-
prising approximately 50% of the total linear feet of main to be lined , and shall
allow up to 2 weeks between the two phases for a City water utility construction
crew to close up and put reaches of the cement - mortar lined main back into service
and install the "removed bypassing" on reaches that are to receive cement- mortar
lining. Once work has begun on either phase, that phase shall be completed without
interruption.
• • SP 2 of 7
The Contractor shall give the City 10 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 for "linear feet" of water main cement- mortar lining shall be 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
Engineer.
The Contractor shall submit a written traffic control plan for the closure of
traffic and parking lanes or pedestrian walkway in the vicinity of Pacific
Coast Highway and Riverside Avenue, three (3) days prior to start of work.
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 provisions for obtaining and applying water necessary
to perform his work. If the Contractor desires to use available City water, it
shall be his responsibility to make arrangement for water by contacting the City's
Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. The City will provide
needed water at no cost to the Contractor.
•
IX. GUARANTEE
• SP 3 of 7
The Contractor shall guarantee for a period of one year, after acceptance of
the work by Engineer, all materials and workmanship against any defects what-
soever. 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 at no
cost to the Contractor:
A. Operate all valves and remove any water leaking from laterals into reach of
main being lines.
B. Furnish, install, maintain, and remove all bypassing.
C. 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. Right -of -way, including a storage area at the City Utilities Yard, 949 West
16th Street, Newport Beach, California. A fork lift will be available for
loading and unloading materials at the storage area.
E. Provide patching of all access holes.
F. Butterfly valves, flex couplings, and pipe.
G. Water necessary for construction operations.
XII. CONSTRUCTION DETAILS
A. ACCESS HOLES
1. The Contractor shall provide access holes at locations shown on the plans,
including removal of street surface, excavation, shoring (when required),
plating, backfilling, and traffic control required during those opera-
tions. The Contractor shall be responsible for dewatering and for re-
moving from access holes debris resulting from his operations. Access
holes desired by the Contractor in addition to those shown on the
plans shall be provided by the Contractor without additional compensation.
B. MATERIALS
1. Portland Cement shall conform to the requirement of Section 201 -1.2.1
of the Standard Specifications.
2. Portland - pozzolan cement shall be Type P or IP in accordance with the
latest revision of ASTM Specification C 595 for Blended Hydraulic
Cements. Pozzolanic material shall be Class N, F or S in accordance
with the latest revision of ASTM Designation C -618.
CJ
• SP4of 7
3. Sand shall conform to the requirements for soundness as specified in
the latest revision of ASTM Specification 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 amounts
which will produce a ratio of S Rc greater than 1.0 when determined
by the latest revision of ASTM specification C -289.
4. Admixtures shall conform to the requirements of ASTM Specification
C -494 except as herein modified. Admixtures containing chloride shall
not be used.
5. 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 saw cut and remove sections of cast iron pipe at each
access hole as necessary for the lining work.
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 maintain 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 sound, clean surface, without accumu-
lated water on the pipe wall or at the joints.
E. 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 Pozzolan cement. When a mixture has been determined,
materials shall be controlled within t 22% by weight.
The cement mortar for lining shall be a dense, smooth, uniform material
of a consistency to assure efficient one - course machine application.
The water - cement ratio of the mortar shall be as low as possible, con-
sistent with proper plasticity for application, and with due allowance
for slight variations of temperature, length of haul of the cement mor-
tar and moisture conditions in the pipe.
Cement mortar shall be mixed for not less than 12 and not more than 6
minutes after all ingredients are in the mixer, and after mixing shall
be used promptly for lining the pipe. Mortar that has attained its
initial set shall not be used for lining. Water shall be the last in-
gredient added to the mix.
• • SP5of 7
Testing
The Contractor shall, at his expense, provide for sampling and testing
of all of the materials, with the exception of water, used in the cement
mortar for conformance with the requirements of Section XII -A of these
Special Provisions. Testing shall be under the direct supervision of
a registered civil engineer in the State of California and qualified as
an expert in cement testing. Two certified copies of reports of the
required tests shall be submitted to the City prior to delivery of the
material to the work site. All sampling and testing of cements shall
conform to the requirements of ASTM Designation C -183.
APPLICATION OF CEMENT MORTAR LINING
Thickness of Lining
The nominal thickness of lining for pipe 10 inches and less in diameter
shall be 1/8 -inch, and 3/16 -inch for pipes over 10 inches in diameter.
Lining thickness shall not be less than the specified thickness, or more
than 1/8 -inch greater than the specified thickness.
Machine Placement
The lining shall be applied in one course by use of a machine which will
centrifugally project the mortar against the interior surface of the
pipe without injurious rebound and with sufficient velocity to cause the
mortar to be densely packed. Use of blowers or compressed air will not
be permitted in the process of application except to power equipment.
Travel of the lining machine and discharge of mortar against the pipe
wall shall be controlled to produce the required lining thickness.
If the curvature of pipe prevents the travel of lining equipment, the
Contractor shall immediately notify the Engineer. The Engineer will
then determine if that portion of pipe shall be excluded from contract.
Hand Placement
Hand placement of lining shall be permitted at bends, special or other
locations where machine placement is impossible or impracticable.
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. 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.
0 • SP 6 of 7
Hand Finishing
Cement mortar for hand finishing and repair shall be of the same mater-
ials and proportions as the mortar used for machine lining. Defective
areas in the machine- applied lining shall be cleaned of all loose for-
eign material, moistened with water and repaired by hand finishing with
steel trowels to yield the required lining. All hand finishing required
shall be completed not later than the day following the machine appli-
cation of mortar lining to that particular pipe section, whether a
normal working day or otherwise.
6. Cure of Lining
As soon as practicable after placing the lining, the pipe shall be
closed at both ends to prevent the circulation of air. Water may be
introduced into the closed section in order to maintain a humid atmos-
phere and keep the lining moist.
G. CLEARING LATERALS
Laterals and connections to the pipe being lined shall not be left obstruc-
ted by the cleaning or lining operations. Laterals and connections shall
be cleared by backflushing with air - -once just prior to the final cleaning
"squeegee "; and again as soon as practical after the mortar lining has
been placed, but before its final set. Backflus -.hfmg 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
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 install new valves furnished by the City.
J. PROJECT SITE MAINTENANCE
• SP7of7
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 will be permitted into sewer or storm
drains.
• SQMPLL
CITY OF NEWPORT BEACH
Contract No.
Special Endorsement No.
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below 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.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on thepart of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
This endorsement is effective , 19`, when signed by an
es and
Authorized Representative of the companies affording coverag when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Address
By
— Authorized Representative) _
IMPORTAPJ: This is the only evidence of insurance acceptable to the City. The person
executing this Fndorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
0
January 25, 1980
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: CEMENT- MORTAR LINING CAST IRON WATER PIPE (C -2130)
Attached are four copies of the subject contract documents
and insurance certificates. Please have executed on behalf of the City,
retain your copy and the insurance certificates, and return the re-
maining copies to our department.
w
Gilbert Wong
Project Engineer
GW:jd
Att.
4700 Ramona Boulevard • •
Post Office Box 3000
Monterey Park. California 91754
(213) 268 -4111 Telex. 698391
.111 epo l
January 18, 1980
City of Newport Beach
City Hall
3300 West Newport Boulevard
Newport Beach, California 92663
Attention: Public Works Department
Gentlemen:
Re: Contract No. 2130
Ameron Pipe Lininq Division
Enclosed is the original and one copy of the Certificate>
required for this contract.
Very truly yours,
Darlene Henderson
Administrator, Property Insurance
DH:gl
Enclosures
cc: Wendy Lewis
i pipJZ
l T
4 �
CITY OF NEWPORT BEACH
Contract No. 2130
Special Endorsement No. 13
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below 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.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
Comprehensive 1/16/80 350 -41 -36 7/1/79 to $500,000 TRUCK INSURANCE.
Liability 7/1/81 single limit EXCHANGE
This endorsement is effective m 16 19 go , when signed by an
Authorized Representative of the companies afart, fording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
Insured: AMERON, INC.
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Address
By Wit✓
(Authorized Rpfesentat
Daniel T. Keating
IMPORTANT: This is the only evidence of insurance acceptable to the City.
executing this Endorsement is cautioned to make certain that he
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
ve
The person
has authority
CITY OF NEWPORT BEACH
Contract No. 2130
Special Endorsement No. 13
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as:
additional
insureds in the policies described below 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.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
Comprehensive 1/16/80 350 -41 -36 7/1/79 to $500,000 TRUCK INSUR
Liability 7/1/81 single limit EXCHANGE
This endorsement is effective Tan „ar 19_g0_, when signed by an
Authorized Representative of the companies a fording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
Insured: AMERON, INC.
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Address 4680 Wilshira HUnIPVHrd
Z
u
tive
Danikl T.” Keating
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
4700 Ramona Boulevard •
Post Office Box 3000
Monterey Park, California 91754
(213) 268 -4111
.11JIlepoll
This is to certify, that policies in the name of
Ameron, Inc.
4700 Ramona Boulevard
Post Office Box 3000
Monterey Park, California 91754
are in force at the date hereof, as follows:
0
Certificate of Insurance
This certificate of insurance is not an insurance policy and
does not amend, extend or alter the coverage afforded by
the policies listed herein. Notwithstanding any requirement,
term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued
or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and
conditions of such policies.
Coverage and Insurer
Limits
Policy Number
Expiration Date
Bodil In'ur Property Damage_
Comprehensive General
Combined Single Limit
Liability:
Truck Ins. Exchange
$500,000 $500,000
350 -4136
July 1, 1980
Insurer
Each Occurrence_ Each Occurrence
Automobile Liability:
Combined Single Limit
Truck Ins. Exchange
$500,000 $500,000
350 -4136
July 1, 1980
Insurer
Each Occurrence Each Occurrence
Excess - Umbrella
Liability:
Puritan Ins. Co.
$500,000 Excess of $500,000
UL- 672762
July 1, 1980
Insurer
Workers Compensation:
California, Arizona and
Statutory
N/A
N/A
Hawaii
Permissably Self Insured
Workers Compensation:
All other states (except
monopolistic)
Emp. Ins. of Wausau
Statutory
2020 -00- 048909
July 1, 1980
Insurer
In the event of cancellation or any material change of said policies,
the companies will provide —3-0— days written notice to the
certificate holder, but undertakes no obligation or liability for
failure to do so.
Certificate issued to:
r City of Newport Beach
City Hall, 3300 W. Newport Boulevard
Newport Beach, California 92663
L Attn: Public Works Department
Re: City of Newport Beach, California
Contract No. 2130
Dated_ January 18, 1980
Authorized
Truck Insura ce Exchange
Puritan I nsura5�5X..Wpanyy I
Employers Insurance of Wausau
4700 Ramona Boulevard
•
Post Office Box 3000
•
Expiration Date
Monterey Park, California 91754
Bodily Injury Property Damane
(213) 268 -4111
.% l fflepokl
Certificate of Insurance
This is to certify, that policies in the name of
Ameron, Inc.
4700 Ramona Boulevard
Post Office Box 3000
Monterey Park, California 91754
are in force at the date hereof, as follows:
This certificate of insurance is not an insurance policy and
does not amend, extend or alter the coverage afforded by
the policies listed herein. Notwithstanding any requirement,
term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued
or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and
conditions of such policies.
Coverage and Insurer
Limits
Policy Number
Expiration Date
Bodily Injury Property Damane
Comprehensive General
Combined Single Limit
Liability:
Truck Ins. Exchange
$500,000 $500,000
350 -4136
July 1, 1980
Insurer
Each Occurrence Each Occurrence
Automobile Liability:
Combined Single Limit
T
Truck Ins. Exchange
$500,000 $500,000
350 -4136
July 1, 1980
Insurer
Each Occurrence Each Occurrence
Excess - Umbrella
Liability:
Puritan Ins. Co.
$500,000 Excess of $500,000
UL- 672762
July 1, 1980
Insurer
Workers Compensation:
California, Arizona and
Statutory
N/A
N/A
Hawaii
Permissably Self Insured
Workers Compensation:
All other states (except
monopolistic)
Emp. Ins. of Wausau
Statutory
2020- 00.048909
July 1, 1980
Insurer
In the event of cancellation or any material change of said policies,
the companies will provide _3Q days written notice to the
certificate holder, but undertakes no obligation or liability for
failure to do so.
Certificate issued to: Dated January 18� 1980
F City of Newport Beach
City Hall, 3300 W. Newport Boulevard Authorized �Represen Ive s:
Newport Beach, California 92663 [= J
L
Re
Attn: Public WOrkS Department
J
California
City of Newport Beach,
Contract No. 2130
Truck InsurrUce Exchange
Puritan
Employers Insurance of Wausau
Post Office Box 457
Wilmington, California 9074
(213) 835 -8201 Telex 691412
Amepon
Pipe Lining
Division
January 16, 1980
City of Newport Beach
City Hall
3300 West Newport Boulevard
Newport Beach, California 92663
Attention: Public Works Department
Gentlemen:
Cement - Mortar Lining Cast Iron Water Pipe 1979 -80 Main
Relining Program - Contract No. 2130
Enclosed please find four executed copies of the above
referenced contract. Also enclosed are our Worker's
Compensation Certificates. The insurance certificates
are being sent to you under separate cover by our
corporate office.
If you have any questions concerning the above or need
further assistance, please contact us.
Yours truly, uo � j 1.�
\�.,. . / r
M. W. Cardwell
Western Sales Manager
g6P�N.
Enclosures �, NE' O�p� \F•
MWC:wl �'f N
Worker Co •
awar Dom requiring ever and wil s mperysat'on Certifioat e of
Of the w rk n or to undert to b1e nsure ection 3;,00
e ag
Date
JA Af 1 5 198p sel f,insU a� a bet 7 -Of he labor
fore ty for Code
AMERON INC.co eryoin9 vo kers
�Ip 3
�9 ature /� %_:: E LrN2NG p2�ISION
L
pyvisi Emerson
VI �e P
L Zclent
Assistant se re
Lary
Post Office Box 457
Wilmington, California 9074
(213) 835 -8201 Telex. 691412
mepon
Pipe Lining
Division
January 10, 1980
City of Newport Beach
City Hall
3300 West Newport Boulevard
Newport Beach, California 92663
Attention: Public Works Department
Gentlemen:
0
Cement - Mortar Lining Cast Iron Water Pipe 1979 -80 Main
Relining Program - Contract No. 2130
The captioned employer, having complied with the provisions
of Section 3700 (b) of the California Labor Code, is self -
insured for Worker's Compensation under Certificate of
Consent to Self- Insure No. 598.
Claims against this employer for worker's compensation
benefits, including medical treatment, should be made
by the employee to Insurance Section - 4700 Ramona
Boulevard, P.O. Box 3000, Monterey Park, California,
91754.
Very truly yours,
� t
R. L. Emerson
Division vice President
L.'S. eister
Assistant Secretary
RLE /LSL:wl
RESOLUTION NO. 97/`5
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
AMERON, INC., IN CONNECTION WITH THE 1979 -80
CEMENT- MORTAR LINING OF CAST IRON PIPE
(C -2130)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the 1979 -80 cement - mortar lining
of cast iron pipe, in connection with the plans and speci-
fications heretofore adopted, bids were received on the
27th day of December, 1979, and publicly opened and declared;
and
WHEREAS, it appears that the lowest responsible
bidder therefor is AMERON, INC.,
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of AMERON, INC.,
in the amount of $103,141 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 7th day of January , 1980.
ATTEST:
City Clerk
HRC /kv
12/27/79
for
z M
O ti
(� • W
z u�
Cl) IWt
t-oz
I-vW
�rz
i
3
z
_
O
� ID
h
V
2
v
for
z M
O ti
(� • W
z u�
Cl) IWt
t-oz
I-vW
W
IJ
S
I
a
F
z
O
z
W�
y
zc;c
Oo
pp
Q
<�l
t.
v
a
N
r J
O
�N
t
l`
1
W,
F-V
az
3
c
,
i
W
IJ
S
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PLANS AND CONTRACT DOCUMENTS
FOR
CEMENT - MORTAR LINING CAST IRON WATER PIPE
1979 -80 MAIN RELINING PROGRAM
CONTRACT NO. 2130
ADDENDUM NO. 1
NOTICE TO BIDDER
The following bid items, No. 5 and No. 6 of the original proposal, Plans W- 5146 -S,
sheet 2 of 2, and Section III of the Special Provisions shall be revised.
Please show date of receipt of this addendum on the proposal, and insert a signed,
dated copy of this addendum with your proposal.
PROPOSAL
Change the quantities of bid items No. 5 and No. 6 on PR 2 of 2 to "11 Each" and
"18 Each ", respectively. (Use the attached proposal form printed on white paper
for your bid.)
PLANS
Corresponding changes shall also be made on the Plans. Revised Plan W- 5146 -S,
sheet 2 of 2, is enclosed for your use.
SPECIAL PROVISIONS
Additional information shall be included in Section III, SCHEDULE AND COMPLETION
OF WORK as follows:
"No work will be permitted at the intersections of Pacific Coast
Highway at Riverside Drive, and Avon Street at Riverside Drive during
the hours of 6:00 A.M. to 8:00 P.M. The Contractor shall schedule
the work accordingly.
It will be the Contractor's responsibility to request and pay fees for
State of California inspection of the work
Benjamin B. Nolan
Public Works Director
Addendum received by: AMERON, INC., PIPE urc�
Contractc
Date: 7- j;:-rte-'AFR - l�y9
%. S. Lt.IsTe-e 9'SS JS TlA.)r:3Et.�2.67¢hey
eI
0 0
AMERON, INC.
CERTIFIED COPY OF RESOLUTION
OF THE
BOARD OF DIRECTORS
RESOLVED, That R. L. Emerson, L. S. Leister,
R. S. Diemer, J. A. Gay or Richard E. Herrick
or any of them, are hereby authorized to sign
and affix the Corporate seal, on behalf of
Ameron, Inc. to bids, proposals, bonds and
contracts and by so doing as its authorized
agent, bind the Corporation to performance
of any and all obligations contained therein.
If two signatures be required on any such
document, then any two individuals hereinbefore
named may sign, or any one of such individuals
together with Ralph W. Stowell, may sign, and
if the signature of any individual or
individuals need be authenticated, then 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: July 5, 1979 Assistant Secretary
oC, yam• UV
L. S. Leister
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CEMENT - MORTAR LINING CAST IRON WATER PIPE
1979 -80 MAIN RELINING PROGRAM
Approved by the City Council
this 10th day of December, 1979.
Doris George, City Cler
CONTRACT NO. 2130
SUBMITTED BY:
AMERON, INC., PIPE LINING DIVISION
ontractor
• '
r MYOZ Mal sawl M1 Ii ' W"
La
Telephone
� 103 141.0
Total Bid Price
•
•
Page la
The City has adopted the Standard S ecifications for Public Works Construction (1976
Edition) as prepared by tfie —sou ern a Torn a Chapters o e r can u is 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 "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of 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.
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 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor.shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
i
r.
>�- .
:�
..
w:w <. ...���.:_
_.:
CITY. OF: NEWPORT BEACH, CAL A
NOTICE INVITI J. IDS
SEALED BIDS will be received at the of
California, until 10:30 A.M. (as '
27th day of�ce�n a 1979, at
perming work as follows:
Page 1
Te City Clerk, City Hall, Newport Beach,
ed by telephone time signal) on the
ch time they will be opened and read, for
CEMENT- MORTAR LINING CAST IRON WATER PIPE
1979 -80 MAIN RELINING PROGRAM
CONTRACT NO. 2130
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�Cor orate Seal
shall beta affixed to—all documents requiring signatures. In the case of a artnership,
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.)
t
CITY. OF: NEWPORT BEACH, CAL A
NOTICE INVITI J. IDS
SEALED BIDS will be received at the of
California, until 10:30 A.M. (as '
27th day of�ce�n a 1979, at
perming work as follows:
Page 1
Te City Clerk, City Hall, Newport Beach,
ed by telephone time signal) on the
ch time they will be opened and read, for
CEMENT- MORTAR LINING CAST IRON WATER PIPE
1979 -80 MAIN RELINING PROGRAM
CONTRACT NO. 2130
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�Cor orate Seal
shall beta affixed to—all documents requiring signatures. In the case of a artnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
Page.2
All bids are to be. computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a.discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providin for
the registration of Contractors, License No. 164 Classification
s_,
Accompanying this proposal is j 1as , 4rt klep
c , as er s Cbeck 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 workers' 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 �ttr
_e
. _ . .
D:
S
CORPnQP_'IOAU
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if
and.names of all co- partners if a co- partnership:
�,11A� �O ►U —11 �Q,- S�GT`�
a corporation,
;�
�. . -..
!�_ r_
r.
;. - _
--
,.
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications.. No change may be made in .these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
AM ON, INC., PIPE LINING DNM10M
er s Name
r
V
• J No. 80822650 -G
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, Ameron Inc Pipe Lining Division , as Principal,
and Federal Insurance Company as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of 10%
amount of the bid Dollars ($lo% ), 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
1979 -80 Main Relining Program - Contract No 2130
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 27th day of
December': , 1
Corporate Seal
PM
INC., PIPE LINING DIVISION
Pr ncipa
(Attach acknowle
Attorney- in -Fac
• ^ p
r
w'-°
ACKNOWLEDGMENT OF ANNEXED INSTRUMENT
STATE OF CALIFORNIA 1 Ss.:
COUNTY OF Log Angeles Ii
On this 27th day of December in the year one thousand nine hundred and seventy -nine
before me, Helen T. Kuni take , a Notary Public and for the
County of Los Angeles residing therein, duly commissioned and sworn, personally appeared
E. J. Nielsen known to me to be the Attorney -tn -Fact of
FFnFRAT. NC[MANCF COMPANY, the Corporation that executed the within instru-
ment, and also knov.'1 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 official seal in the County of
Los Angeles the day and year in this certificate first above written.
OFFICIAL SEAL
Helen T. Kunitak : otary Public in and for the "County of
NOTARY PUBLIC —CAL VFO14N S
My Commission expires PRAQW1 ARF915 P L T.nq Angplien State of California
LOS ANGELES COUNTY
My Commission Expires June 3, 1983
Fwm 21-10 -165 (Rev. 3 -77 Q41 ,,...•
.eertified Copy of •
POWER-OF ATTORNEY
Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 100 William Street, New
York, New York, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint
T. W. Cavanaugh, Flfriede power, F. J. Nielsen, Dale G. Harshaw and David D.
Veilleux of Los Angeles, California ----- — ---- ----- ------------ — ---------- —.
each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and
deliver for and on its behalf as surety thereon or otherwise, bonds or obligations given or executed in the course of its busi-
ness. and any instruments amending or altering the same, and consents to the modification or alteration of any instruments
referred to in said bonds or obligations.
In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these
presents to be signed by its Assistant Vice - President and Assistant Secretary and its corporate seal to be hereto affixed this
8th day of August 19 79
STATE OF NEW JERSEY
ss:
FEDERAL INSURANCE COMPANY
By
/L
George McClellan
Assistant Vice-President
11 Richard D. O'Connor
Assistant Secretary
County of Essex
On this 8th day of AUpt.L�t 19 '7q, before me personally came Richard D. O'Connor to me
known and by me known to be AssistaYft Secretary of the FEDERAL INSURANCE COMPANY, the corporation described
in and which executed the foregoing Power of Attorney, and the said Richard D. O'Connor being by me duly sworn, did
depose and say that he is Assistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal
thereof; that the seal affixed to the foregoing Power of Attorney Is such corporate seal and was thereto affixed by authority
of the By -Laws of said Company, and that he signed said Power of Attorney as Assistant Secretary of said Company by
like authority; and that he is acquainted with George McClellan and knows him to be the Assistant Vice - President of said
Company, and that the signature of said George McClellan subscribed to said Power of Attorney is in the genuine hand-
writing of said George McClellan and was thereto subscribed by authority of said By -Laws and in deponent's presence.
j4.
ja ��
NOTARY
Punic
�•.- J ER....
Form 21 -10-41 (Ed. 10 -]4) (NYSO)
Acknowledged and Sworn to before me
on the date above written.
Notary Public
PATRICIA RYAN
NOTARY PUBLIC OF NEW JERSEY
My Commission Expires December 11, 19 0�
CITY OF SHORT HILLS
ss.
County of Essex
1, the undersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is
a true excerpt from the By -Laws of the said Company as adopted by its Board of Directors on March 11, 1953 and amended
May 27, 1971 and that this By -Law is in full force and effect.
ARTICLE XVIII.
Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on
behalf of the Company which it is authorized by law or its charter to execute, may and shall be executed
in the name and on behalf of the Company either by the Chairman or the Vice - Chairman or the President
or a Vice - President, jointly with the Secretary or an Assistant Secretary, under their respective designa-
tions. except that any one or more officers or attorneys -in -fact designated in any resolution of the Board
of Directors or the Executive Committee, or in any power of attorney executed as provided for in Section
3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or
power of attorney.
Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the
name and on behalf of the Company, either by the Chairman or the Vice - Chairman or the President or a
Vice - President or an Assistant Vice - President, jointly with the Secretary or an Assistant Secretary, under
their respective designations."
And I further certify that I have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and
the same is a correct and true copy of the whole of said original Power of Attorney and that said Power of Attorney has not been
revoked.
And I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business
in each of the States of the United States of America, District of Columbia. Puerto Rico, and each of the Provinces of Canada
with the exception of Prince Edward Island, and is also duly licensed to become sole surety on bonds, undertakings, etc .
permitted or required by law.
Given under my hand and the seal of said Company at Short Hills, N J.. this_ _.2_7Mh . _.. _day of
December 19 79
Assistvt Secretary
,i
Page -5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor.any of
them,, have in any way, directly or indirectly, entered into any arrangement or agree -
ment.with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such. affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree -
ment with any other bidder or bidders, which tends to or.does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rule's 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 an 7 on whomsoever to pay, deliver to, or share with any
other person in any any of the proceeds of the contracts sought by
this bid.,
n �\
Subscribed and sworn to before me
this.2 day of 7 EmA .R, ,
,W4.7%
OFFICIAL SEAL
MARY H. FISTANICH
NOTARY PUBLIC • CALIFORNIA
LOS ANGELES COUNTY
My come. expRes MAY 7, 1981
TM
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
R �EMEK.- MHRK,
�r
Page 6
0
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.
i
•: u JIEPT,
P:t a,
j
--
PW
Z .% � e.R
/e_. a )r .EE
• QffPT, OF
97n •.
• OZ : T •_
_
is
:.
?
•'
t A
WOO
0
i
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CEMENT - MORTAR LINING CAST IRON WATER PIPE
CONTRACT NO. 2130
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. 2130 in accordance with the City of Newport
Beach Drawing W- 5146 -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:
UNIT UNIT PRICE WRITTEN IN WORDS
1. 2,825 Clean and install cement - mortar lining,
Linear Feet in place, in 4 -inch cast iron pipe.
@ ���0E1T�lJ.A�S� Dollars
and
SI.SCt`e Cef'S Cents
Per Linear Foot
2. 7,560 Clean and install cement - mortar lining,
Linear Feet in place, in 6 -inch cast iron pipe.
Dollars
and
Cents
Per Linear Foot
3. 50 Clean and install cement - mortar lining,
Linear Feet in place, in 8 -inch cast iron pipe.
@ �t -t � u S a Dollars
and
6ty-`ff CCzV.)-TS Cents
Per Linear Foot
PRICE
$_ 8.6a $24295 too
$ , 60 $_ 01 Q C: >
. PR 2 of 2
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. 11 Install 4" mechanical joint butter -
Each fly valve.
@'TbU2 ��` gA_JDI6LL a S Dollars
�D Ct�.iT�.� and
Cents
Per Each
6. 18 Install 6" mechanical joint butter -
Each fly valve
E UE lltAn V�Wollars
and
Cc�
Cents
Per Each
TOTAL PRICE WRITTEN IN WORDS
Contractor's License No. 155 — R
Date �)q 6W
•
ITA
$Ib 1 b
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
INDEX
TO
SPECIAL PROVISIONS
FOR
CEMENT- MORTAR LINING CAST IRON WATER PIPE
1979 -80 MAIN RELINING PROGRAM
CONTRACT NO. 2130
1.
Portland Cement. . . . . . . . . . .
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.
Portland Pozzolan Cement . . . . . . . .
. . . . . . . . .3
3.
Sand . . . . . . . . . . . . . . . . . .
. . . . . . . . .4
4.
Admixtures . . . . . . . . . . . . . . .
. . . . . . . . .4
5.
Water . . . . . . . . . . . . . . . . . .
. . . . . . . . .4
i
s •
INDEX TO SPECIAL PROVISIONS - Continued
CONTRACT NO.2130
Page
C.
ACCESS TO WORK . . . . . . . . . . . . . . . . .
. . . . . . 4
D.
CLEANING INTERIOR PIPE SURFACES . . . . . . . . .
. . . . . . 4
E.
CEMENT MORTAR FOR LINING
1. General . . . . . . . . . . . . . . . . . . .
. . . . . . 4
2. Testing . . . . . . . . . . . . . . . . . . .
. . . . . . 5
F.
APPLICATION OF CEMENT - MORTAR LINING
1. Thickness of Lining . . . . . . . . . . . . .
. . . . . . 5
2. Machine Placement . . . . . . . . . . . . . .
. . . . . . 5
3. Hand Placement . . . . . . . . . . . . . . .
. . . . . . 5
4. Surface Finish . . . . . . . . . . . . . . .
. . . . . . 5
5. Hand Finishing . . . . . . . . . . . . . . .
. . . 6
6. Cure of Lining . . . . . . . . . . . . . .
. . . . . . 6
G.
CLEARING LATERALS . . . . . . . . . . . . . . . .
. . . . . . 6
H.
OBSTRUCTIONS . . . . . . . . . . . . . . . . . .
. . . . . . 6
I.
VALVES . . . . . . . . . . . . . . . . . . . . .
. . . . . . 6
J.
PROJECT SITE MAINTENANCE . . . . . . . . . . . .
. . . . . . 7
ii
I.
II
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CEMENT - MORTAR LINING CAST IRON WATER PIPE
1979 -80 MAIN RELINING PROGRAM
CONTRACT NO. 2130
SCOPE OF WORK
SP 1 of 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- 5146 -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 purchased from Building News, Inc., 3055 verland Avenue,
Los Angeles, CA 90034, telephone (213) 870 -9871. Copies of the City's Standard
Special Provisions and Standard Drawings may be purchased from the Public Works
Department at a cost of $5.
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 4, 1980, and, once the work is
started, all work must be completed in 85 consecutive calendar days or by May 31,
1980, 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.
0 0
SP2of7
The Contractor shall give the City 10 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 for "linear feet" of water main cement - mortar lining shall be 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.
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
Engineer.
The Contractor shall submit a written traffic control plan for the closure of
traffic and parking lanes or pedestrian walkway in the vicinity of Pacific
Coast Highway and Riverside Avenue, three (3) days prior to start of work.
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 provisions for obtaining and applying water necessary
to perform his work. If the Contractor desires to use available City water, it
shall be his responsibility to make arrangement for water by contacting the City's
Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. The City will provide
needed water at no cost to the Contractor.
• SP3of 7
IX. GUARANTEE
The Contractor shall guarantee for a period of one year, after acceptance of
the work by Engineer, all materials and workmanship against any defects what-
soever. 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 at no
cost to the Contractor:
A. Operate all valves and remove any water leaking from laterals into reach of
main being lines.
B. Furnish, install, maintain, and remove all bypassing.
C. 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. Right -of -way, including a storage area at the City Utilities Yard, 949 West
16th Street, Newport Beach, California. A fork lift will be available for
loading and unloading materials at the storage area.
E. Provide patching of all access holes.
F. Butterfly valves, flex couplings, and pipe.
G. Water necessary for construction operations.
XII. CONSTRUCTION DETAILS
A. ACCESS HOLES
The Contractor shall provide access holes at locations shown on the plans,
including removal of street surface, excavation, shoring (when required),
plating, backfilling, and traffic control required during those opera-
tions. The Contractor shall be responsible for dewatering and for re-
moving from access holes debris resulting from his operations. Access
holes desired by the Contractor in addition to those shown on the
plans shall be provided by the Contractor without additional compensation.
B. MATERIALS
1. Portland Cement shall conform to the requirement of Section 201 -1.2.1
of the Standard Specifications.
2. Portland - pozzolan cement shall be Type P or IP in accordance with the
latest revision of ASTM Specification C 595 for Blended Hydraulic
Cements. Pozzolanic material shall be Class N, F or S in accordance
with the latest revision of ASTM Designation C -618.
• • SP4of7
3. Sand shall conform to the requirements for soundness as specified in
the latest revision of ASTM Specification 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 amounts
which will produce a ratio of S Rc greater than 1.0 when determined
by the latest revision of ASTM specification C -289.
4. Admixtures shall conform to the requirements of ASTM Specification
C -494 except as herein modified. Admixtures containing chloride shall
not be used.
5. 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 saw cut and remove sections of cast iron pipe at each
access hole as necessary for the lining work.
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 maintain 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 sound, clean surface, without accumu-
lated water on the pipe wall or at the joints.
E. CEMENT MORTAR FOR LINING
General
The cement mortar shall be a mixture of one part of Portland cement
to not less than 1 and not more than lz parts of dry, screened sand,
by volume. Up to 25 percent, by weight, of the required Portland cement
may be replaced with Pozzolan cement. When a mixture has been determined,
materials shall be controlled within t 2;j% 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;-2 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
SP 5 of 7
The Contractor shall, at his expense, provide for sampling and testing
of all of the materials, with the exception of water, used in the cement
mortar for conformance with the requirements of Section XII -A of these
Special Provisions. Testing shall be under the direct supervision of
a registered civil engineer in the State of California and qualified as
an expert in cement testing. Two certified copies of reports of the
required tests shall be submitted to the City prior to delivery of the
material to the work site. All sampling and testing of cements shall
conform to the requirements of ASTM Designation C -183.
APPLICATION OF CEMENT MORTAR LINING
1. Thickness of Lining
The nominal thickness of lining for pipe 10 inches and less in diameter
shall be 1/8 -inch, and 3/16 -inch for pipes over 10 inches in diameter.
Lining thickness shall not be less than the specified thickness, or more
than 1/8 -inch greater than the specified thickness.
Machine Placement
The lining shall be applied in one course by use of a machine which will
centrifugally project the mortar against the interior surface of the
pipe without injurious rebound and with sufficient velocity to cause the
mortar to be densely packed. Use of blowers or compressed air will not
be permitted in the process of application except to power equipment.
Travel of the lining machine and discharge of mortar against the pipe
wall shall be controlled to produce the required lining thickness.
If the curvature of pipe prevents the travel of lining equipment, the
Contractor shall immediately notify the Engineer. The Engineer will
then determine if that portion of pipe shall be excluded from contract.
3. Hand Placement
Hand placement of lining shall be permitted at bends, special or other
locations where machine placement is impossible or impracticable.
Hand placement shall be done either just preceding the machine lining
or soon after the machine - placed mortar has set so that the hand work
and the machine work will adequately bond.
Surface Finish
Machine - applied linings in pipe 14 inches in diameter and smaller shall
be finished by means of a drag trowel. 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.
• . SP 6 of 7
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 to prevent the circulation of air. Water may be
introduced into the closed section in order to maintain a humid atmos-
phere and keep the lining moist.
G. CLEARING LATERALS
Laterals and connections to the pipe being lined shall not be left obstruc-
ted by the cleaning or lining operations. Laterals and connections shall
be cleared by backflushing with air - -once just prior to the final cleaning
"squeegee "; and again as soon as practical after the mortar lining has
been placed, but before its final set. Backflusfi'fttg 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
still remains obstructed, the City will assume the responsibility for clear-
ing the lateral or connection at no additional cost to the Contractor.
OBSTRUCTIONS
If the Contractor encounters unforeseen obstructions (not including corrosion
and tuberculation) to the passage of the cleaning or lining equipment, such
as excess joint caulking material, offset joints, bends, reducers, or other
protruding fittings inside the pipe which are not normally removed by the
cleaning operation or restrict the passage of lining equipment, he shall
immediately notify the Engineer. 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 install new valves furnished by the City.
' • • SP 7 of 7
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 will be permitted into sewer or storm
drains.
• SAMPLMI
CITY OF NEWPORT BEACH
Contract No.
Special Endorsement No.
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below 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.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
This endorsement is effective , 19 , when signed by an
Authorized Representative of the companies affording coveragesand when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Address
By
— �Aathorized Pepresentative)
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that be has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
a
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
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 circula.
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, State of California, under the date 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 entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit:
Published Dec.12, 1979
....................... .... .. .... .. ...
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
Beach, Calif ornia,thisl2dayof Dec..,19 79/,/
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
This spa s for the County Clerk's Filing Stamp
13
Notice
Proof of Publication of
Cement - Mortar Lining Cast
Iron Water Pipe
PUBLIC NOTE'£ - --
O. 8 f-&s.t\ te. r. l aVCq M. pNaalae, oKu' r d2 a1.q w A.i
C ade L m1, 9 Pob., n
Dn.9 3
Beyflml,
Belbae Llev CaB1.
'thb h.dead 1. by 'm b-
Tbb .tet pdt jfa. fdd
1$1970.
P h. N-Nay. 21, E9, D.c. 9.1119
18
iv Tb. .pd Evdgo. F128.9B
ibEUCNOTICE MM,
NOT= 1XVNING 31D9
SEALED =9> Bb. -Wad d tha
.f9 d tha aty c wkl Qty WIL
N,Tpmt Hood., cawmabN mm 10..Bo
A.M. i . d i.. 9-d bi db'plrooe 4-6
dgm9 m the 37th day d.Dwe03hat,1
1979, d.rhvh 9.e that' wiU ha apad
and tad, fm pedm.inq w kw fdl. :
C0de1T MORTAR LINING CAST THOM
WATER PIPE 197980 MAIN RELDnNG
PROGRAM.
CONTBACTNO.2130
Hids mad b. and mittd m the
pmpe.l f... attanh.d dth 6. oaatmd
domnmd. h..M d by th. PWAB
Wad. D.pm t Th. ddib=l Dopy
d lha WWo.d k.. Y to b. pWn dby
t .bW .fmhbt.m.da
Iimh bid mud b. aoo qp d by
.mh, cuBfid chaok m IBdd e. B.ed
.ad..pyahh m kb. Qh d N..rpd
Back, fm m a.omt.qud toat ba.t 10
p,rm f hamud.ntbkL
Th* uR, of the Wood and W. xmdt
'SLUM KW MU b. d .IT mmk d
•m the mtdds of the awolq eoa
fdnbn th.Hd.
Th. omt.aol dom..ab that mud b
mmplN.ct .smdd, evd »t=d 4
tMrddbda.e:
AP. p
B. Dedgoatim d $dxmtreetom
c.Bmd.r.m.d
D.Nmc . A
E 9.mM d 4 Fi.v
l B..DO.
.
?. T
►. .ohded AMBy ed EuP.d.m
PROOF OF PUBLICATION 7.409E0
0 0
7388 doamaab shell b. affixed wAb
aw di o has 88th. mu. .1 tb.
dg-n . bb.R d t1w kidd.. Fa
m Vim Ptoddoo 4.4,
d� Et t ab
1 a�.pPanrlw.aJpha,t.Amgmqutimm. d
et
�b111 bwbd
N. & w
w..pW bow
fte&. wLo hev mt bau ILI.Ad
lw iimiib. and
anm Y aw P4001.
iwk , .1 .1s .d
a be WA.bvd M 6. pwok wodb
volodmmt city 1914 N"qwd B"*
cabl.a at m, and mamma a
It b-.qmmw ilil *, y&m
avihad 4M.M.Ift be ammad
Via Sdha. Will." CWvbm .1 do
Aawdaee PwAic WCA. Awds1w. m
th. AaaodaW G al Ombackm of
A...ti.. Coolo amy 1. dA1 d has
&MdWg Naar In., 3058 Omd d
Aa 1. Angela, C.Ulm," OWK
(213)8704WI.
Th. City bu adpW thollod
ll eial P.,Ma ad Btodud
Dw* CRAM of ftd.a im N"d"
m the Pti6dm woo. Dvk.4.1 at sma
"City .1 Kwpat B..b
Thu 6.. b Illw ft aa4ftoeaC
.Pr" m the city fim, BWAIY IP
Waam pctqpm TM rcim w low
biddft *11 bi,.Oqu W W oambl the
i. .mm awa.a of a t,W.
Fm immyoqdmd bmdk the ampul
U.9" bid Wndk lob. amd ipatwlal.
b--di, —a foldfid pwb ba-4,
.wt be m wmw" mmpuy avm m"
cm.pmy .hvoawd by " skau 'd
Y. awdaft with tha'Ww.ldaev cd
agl do Dhoab
h" mftttd
abOfmdram
ale (80.*m ITIO-Iml lsdlllwl
The amftactcr ffhoU be roonsibb W
ow,U with ScH= 1777.9 d th.
Calffanifa labor Code far all ap
paajc.able
11 T,*""
ak.D.Pb�.
Th. MY .u+a. The A* W a)Kt.-
.w/ . all bi& end b wefa mY fn
lxm,Tityin..h bi&
PAM-D.!j!rl�
E
%
\ \
o \
� \
7
\
�
!
,
e IL) La
\
|
||
||
\
\
\!a¥m&
1
/R
\8 &E5�
/4ae�
�*\
.J
?
.
&
\
%
\
c
lu
\
k
$\
�
.
.
q
)
%q
k
�
/
kL
Cf
Z
t
$
�
§e%
e
\\
�
®��f�
\
.
•
TO: CITY COUNCIL
.Sy i6 o Q1V COu d iL
FROM: Public Works Department
0
January 7, 1979
CITY COUNCIL AGENDA
ITEM NO. H -2
SUBJECT: 1979 -80 CEMENT MORTAR LINING OF CAST IRON WATER PIPE, C -2130
RECOMMENDATION:
Adopt a resolution awarding Contract No. 2130 to Ameron Inc.
for $103,141, and authorizing the Mayor and the City Clerk to
execute the contract.
DISCUSSION:
Two bids were received and opened in the office of the City Clerk at
10 :30 A.M. on December 27, 1979.
Bidder Amount
1. Ameron Inc., Pipe Lining Division $103,141.00
Wilmington, California
2. Spiniello Construction Company $172,449.00
Chula Vista, California
The low bid was 3.1% higher than the revised Engineer's estimate of
$100,000. 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 miles of existing water mains on Lido Isle and Pacific Coast
Highway (see attached exhibit), resulting in improved water quality and fire
flows. The support work required for the cleaning and lining operation in-
volves furnishing and installing surface bypass piping. This support work
will be performed by City Utilities Department crews.
Ameron has successfully completed similar work for the City in
the past.
The plans and specifications were prepared by the Public Works
Department. The specifications require the contractor to start work after
February 4, 1980 and complete the work by May 31, 1980.
Benjamin B. Nolan
Public Works Director
GW:jd
Att.
.38
BY CO!✓TRACTOR
PIPES 7-0 BE
1 "0"REPLACED BY
C /TY FORCES
R O
V
,Ll
S.
f id31k:
%� F1ry
v �
ViG zaz/CN pF _ �l
jam!' �G' � 1 t — - `• `` e �l j � Off'
i� Nazi!✓ f ��
1 1.?...& 1 4/G U,✓DrNC � : y t��i, `, \ � k _I � 1
I Iz -S •tqi TlrGcf7E -_'_ r. I � " . ,` . \
vmo
4,c
✓UGa2' x Y
V/G Lf //d l � � , r ✓ .4 � v,
Pll
0 I ��•
P r
\ \r!l ✓: E:� jam.%,
o I �.�` / ✓lJ�
CITY of NEVUPO T BEACH
PUBLIC WOPKS DEPArQTi %PaE -`1T
1979 -60 M,41N R,61 -INI VG
APPROVED
DATE
PUBLIC WOP,K3 DIRECi'UR
R.E. NO. —:._..
DRAWING NO.
•..�_ 715 ra�nn`��
:By tna CO- CQ64'NIL
RESOLUTION NO. 9 7/ S
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
AMERON, INC., IN CONNECTION WITH THE 1979 -80
CEMENT- MORTAR LINING OF CAST IRON PIPE
(C -2130)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the 1979 -80 cement - mortar lining
of cast iron pipe, in connection with the plans and speci-
fications heretofore adopted, bids were received on the
27th day of December, 1979, and publicly opened and declared;
and
WHEREAS, it appears that the lowest responsible
bidder therefor is AMERON, INC.,
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of AMERON, INC.,
in the amount of $103,141 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.
ATTEST:
ty Cle
ADOPTED this 7th day of January , 1980.
HRC /kv
12/27/79
r
4i •� V 1 �
�y tSa Cii;' CGJ;d iL
°T i=ACij
a
December 10, 1979
CITY COUNCIL AGENDA
ITEM NO. H -10
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: 1979 -80 CEMENT - MORTAR LINING OF CAST IRON WATER PIPE, C -2130!
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 10:30 P.M. on December 27, 1979.
DISCUSSION:
This project provides for the cleaning and cement - mortar lining of
approximately 10,500 linear feet of existing water mains on Lido Isle and Coast
Highway. 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 installing bypass piping, pro-
viding service laterals as needed, and controlling water flow during construc-
tion phase.
The estimated cost of contract construction is $95,000. The estimated
cost (for purchase of materials and for overtime labor) of support work by City
forces is $20,000. 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 4,
1980, and complete the work in 85 days, or by May 31, 1980, whichever occurs
first.
An exhibit is attached showing the location of the work.
Benja in B. Nolan
Public Works Director
GW:jd
Att.
vu
lit
BY CONT ACTOR
P /PES ro BE
••••••REPLACED BY
CITY FORCES
G
`
,
r� Al
r�ldj77�l�
1 �rl��Aizl
Np�
' >jr PJNp. 1,
� f ,
!NYELtdfl
`W
f 74 ( Y /i} l�NE1 /Q ,t l.J+ '
OLYfJIIrQ
zil ,1 ,
J 0 Sl' /QOPY /E7G
I Yid I t ( - 1
110 MOM
"all I
04; POM17—c
`v %
CITY OF NEWPORT
PUBLIC WORKS DEPAF
1979 —84 MAIN RELINING
ofR 4 GRAM
;y
,7
`�. N
N \ ,
DRAWNSZ..CILJ—
APPROVED
PUBLIC WORKS DIKLC"i(Ai'
R.F. N2
DRAWING NO.
3
r
C
G
E
y
3
O
h
e
V
V
Z
v
CC
O
1
H
F
F p m
V,
K
W
W
_Z
Z
W
�n�inmi�a
111111111111111111IM111
11111111111111111111MMMI
r
�
dA
�ieieiumi�ni
emu
�lO��II�IDIAIIIN�IIVlll1
���umnnnmAU�eu�
6�
Illullll�elllnnlnll
NY��IY
W
u �
x ;
Z