Loading...
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