Loading...
HomeMy WebLinkAboutC-2353 - 1982-83 Water Main Relining ProgramNovember 23, 1983 Ameron, Inc. P.O. Box 457 Wilmington, CA 90749 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (7141640-2251 Subject: Surety: Federal Insurance Co. Bonds No.:= 8092 46 21 Project: 27-83.Water Main Relining Program The City Council on October 11, 1983, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded with the Orange County Recorder on October 18, 1983, Reference No. 83- 459858. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, Wanda E. Andersen City Clerk WEA:lr cc: Public Works File City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 83- -459858 AFC Exempt recoeCN,O requeet x, Please return to. °� damnment Code 6103 City Clerk gyyyoc9 RECORDED r IN UFN` c i RECORDS City of Newport Beach 3300 Newport Blvd. �t�FSr C� -you PM. P.O. Box x.768 Newport ����3�, CA 92663 -3884 , NOTICE OF COMPLETION s? NO SIDERATCONO PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Inte YOU WII..L PLEASE TAKE NOTICE that on October 11, 1983 the Public Works project consisting of Water Main Relining Program 1 NOV18 ]983 on which Ameron, Inc., P.O. Box 457, Wilmington, CA 90749 was the contractor, and Federal Insurance Co., 3200 Wilshire Blvd, Los Angeles, 90010 was the surety, was completed. VERIFICATION I, the undersigned, say: C TY OF NEWPORT BEACH Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 13, 1983 at Newport Beach, California. Public orks 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 - October 11, 1983 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 October 13, 1983 at Newport Beach, California. �� ' City Clerk October 13, 1983 9 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Attached for recordation are two Notices of Completion of Public Works projects consisting of: 1. Oasis Shuffleboard Court, Contract No. 2378 on which Wakeham Construction was the Contractor and Surety Insurance Company of CA was the Surety, 2. Water Main Relining Program, 1982 -831 .> �353,.6n which Ameron, Inc., was the the Contractor and Federal Insurance Company was the Surety. Please record both and return to us. Sincerely, f� Wanda E. Andersen City Clerk WEA:lr Enclosures (2) City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 BY THE CITY COUNCIL CITY OF NEWPORT BEACH OCT 111983 TO: CITY COUNCIL 'g ? l J / FROM: Public Works Department October 11, 1983 CITY COUNCI AGENDA ITEM N0. I 1 SUBJECT:'.. i 11j4E i `#RTER' n- ;('c�4'' RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the relining of cast iron water mains has been com- pleted to the satisfaction of the Public Works Department. The bid price was $149,726.20 Amount of Unit price items constructed $172,579.92 Amount of change orders 15,180.00 Total contract cost $187,759.92 Funds were budgeted in the Water Fund. During construction it was found that the contractor was required to dig more access holes than had been anticipated. A change order in the amount of $15,180 was issued to cover the cost of excavating, backfilling, and patching 23 additional access holes. On April 11, 1983, the Council approved relining additional water mains in Ocean Front between Island Avenue and 13th Street. This work re- sulted in the increase in the amount of unit price items constructed. The design engineering was performed by the Public Works Department. The contractor is Ameron, Inc., of Wilmington, California. The original date of completion was June 1, 1983. All work, includ- ing the additional work described above, was completed by June 30, 1983. � Benjamin B. Nol . an Public Works Director GPD:jd TO: CITY COUNCIL BY THE CITY COUNCIL CITY OF NEWPORT BEACH APR 111983 FROM: Public Works Department SUBJECT: ... RECOMMENDATION: April 11, 1983 CITY COUNCIL AGE DA \ ITEM NO.� - 3 �� /j APPROVED Approve an addition to the current Water Main Relining Program contract with Ameron, Inc., to include the relining of an addi- tional amount of approximately 4,500 feet of 6 -inch diameter cast iron water main along Ocean Front and the alley parallel to Ocean Front, extending from 13th Street to Island Avenue. DISCUSSION: The 1982 -83 Water Main Relining Program is currently under construc- tion. This contract, in the amount of $149,726.20, is being performed by Ameron, Inc. It includes work at various locations in Central Newport, in Bayshores, and on Marguerite Avenue in Corona del Mar. The area southerly of Balboa Boulevard between 13th Street and Island Avenue, which is not included in the current project, receives domes- tic water service from a 6 -inch diameter cast iron main installed in 1926 and in 1931. An increasing number of complaints have been received by the Utilities Department regarding red water and low water pressure in the area. These problems are due to corrosion and tuberculation in the unlined cast iron pipe. In order to address the problem in a timely manner, the staff is recommending that the cleaning and relining work between 13th Street and Island Avenue be added to the current Ameron, Inc. contract. The unit price contained in the contract, $8.36 per lineal foot, is favorable (15% under the original Engineer's estimate); and indications are that the cost of this type of work in the future will be substantially higher. It should be pointed out also that the proposed 1983 -84 capital improvement budget does not include a water main relining project because draining and cleaning of Big Canyon Reservoir is scheduled for 1983 -84; and Utilities Department personnel will be committed to that project. (The re- lining program requires substantial man -hours from Utilities Department crews for the provision of temporary water service and for installation of new valves.) A budget amendment in the amount of $42,000 has been prepared for Council consideration if the recommendation is approved. This includes approximately $37,000 for the additional relining work and $5,000 for the a ;hLseo,,fvalves to be installed by City forces. Benjamin B. Nolan Public Works Director BBN:jd Y CITY OF NEWPORT BEACH P.U. BoX 1768, NEWPORT [TEACH. CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR CUM I w -'4 "tc PUBLIC WORKS FROM: CITY CLERK DATE: December 17, 1982 SUBJECT: Contract No. C -2353 Description of Contract 1982 -83 Water Main Relining Program Effective date of Contract December 1.7, 1982 iJ OUQM Authorized by Minute Action, approved on peeemb^_' Contract with Ameron, Inc. Address P.O. Box 457 Wilmington, CA 90749 Amount of Contract $149.726.20 Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach r CI CHUBB GROUP of Insurance Companies 51 John F. Kennedy Parkway 3200 Wilshire Boulevard CHUBS Short Hills, New Jersey 07078 Los Angeles, Calif. 90010 FEDERAL INSURANCE COMPANY RIDER to be attached to and form a part of Payment Bond Bond No. 8092 46 21 wherein FEDERAL INSURANCE COMPANY is named as Surety, onbehalfof Ameron, Inc. Pipe Lining Division as Principal, in favor of City of Newport Beach in the sum of $149,726.00 dated 11/30/82 effective 12/13/82 IT IS HEREBY UNDERSTOOD AND AGREED that effective the.... 13th.. day of. ...... December , 1....._ ....... .........98.2. .. the penalty of this bond is Decreased 20/100 — from .... one..f?umdred...F.o.rty.. Nine.. Thousand. .Seven..flundred...Twenty...Six -and...... ($1.49.,.72.5.20 ...... I to ......... S,eventy.. Four.. Thousand.. Eight.. Hundred_. S ixty.. Three.. and ... 0.(100 ... ,. - -( $ 74, 863..19._- _ - - -.j as to losses occurring after the ......13th ...................................... dayot. ...... December..,,. 1982 Provided, however, that the liability of the Principal and Surety hereon shall not be cumulative or in ar exceed the larger amount referred to herein. The attached bond shall be subject to all its agreements, limitations and conditions except as herein ly modified. Signed, sealed and dated this ... .......70! ..................... day of ....... Decemkex.................................... 19 ACCEPTED R� (Obligee) AMERON, C. PIPE LINING DIVISION . . By:........ ............................. R L EmFRSO , DIVISION VIGUREMENT Cor 3ct APPROVED h'i`sllt,-a,-,>1114 Date:/Z— /3 �'Z ' CITY A -F, Ri 4i -Y B y%. irk -... Form 15 -0242 (Ed. 8 75) (Formerly 12451) q -20574 It M) a >. ACKNOWLEDGMENT OF ANNEXED INSTRUMENT STATE OF CALIFORNIA SS.: COUNTY OF LOS ANGELES On this 7th day of December in the year one thousand nine hundred and eighty two before me, _ Helen T. Kunitake , a Notary Public and for the County of Los Angeles residing therein, duty commissioned and sworn, personally appeared Paul Wickersham known to me to be the Attorney -in -Fact of FEDERAL INSURANCE COMPANY, the Corporation that executed the within instrument, and also known to me to be the person who executed the within instrument on behalf of the Corpora- tion therein named and acknowledged to me that such Corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand affixed my official seal in the County of Los Angeles the day and year in this certificate first above written. OFFICIAL SEAL Helen T. Kunitake ✓ / ��L m NOTARY PUBLIC — CALIFORNIA Notary Public in an f r the County of PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires June 3, 1983 My Commission expires Los Ana-- -t=5— State of California I Farm 21-1P165 )Rev. 542) CAL. .� M -._06 Certified Copyof . POWER OF ATTORNEY Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 51 John F. Kennedy Parkway, Short Hills, New Jersey, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint William F. Nelson, E. J. Nielsen, Michael D. Stong, Richard J. Nichols, Helen T. Kunitake, Paul Wickersham and Peggy Jordan 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 I 19th day o January 19 82 FEDERAL INSURANCE COMPANY By STATE OF NEW JERSEY ss: County of Essex George McClellan Assistant Vice - President � j Richard D, O'Connor Assistant Secretary On this q day of .T 19 before me personally came Richard D. O'Connor to me known and by mE known to be Ass, nttuWetary 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. Acknowledged and Sworn to before me Ghp�.�. on the date above written. OTAR r., - _. t p 1 , +,\ U B t'v Notary Public 4�'w J ERy:%'� PATRICIA RYAN NOTARY PUBLIC OF NEIM JERSEY My Commission Expires December 11, 19 83 N n Fam 21-1041 0W. 49211Cmeam. - • CITY OF SHORT HILLS l )y 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 December .19 82 Assistant Secretary of -Al 4--a Ll r7' y L N 61' O s- C U 0 lu O L C d O •r ro 4- U J a N t •r r O r U v- .n oroai r L C) 4- C) v M N c a. O U ro U •r p C U' L N � 7 N d to i C L 7 •r 4J N •r C 4- 3 •r N D T N 0 r a a o �t V E L) (a U +� L L r• N d r T'O •r O C � r O a v o c N R S L 0 L O O > > C L v Or L ro m 4+ O 3 C R 3 ro •r L G 5 y E•- Nt N 4- LU O Z O Z G J w a v c c 0 v W O_ 0. U O S fl z 0 J d M LO Co N O Z Y U R L Y C O U :DICE INVITING BIDS lea ed bids may be rec:Novem ived at fice of the City Clerk, Newport Boulevard Newport; CA 92663 until 11:00 A.M. Ot 10th day of f37, at which time such bids shall beopeneld and read or $180,000 Engineer's Estimate \LI FoRN/l Approved by the City Council this JJ25th day of OOctobe-r /, 1982. 1- 11 ;u w I- e. ZAe& Jet panda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at"no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Gilbert Wong at .640-2261 Project Engineer 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1982 -83 WATER MAIN RELINING PROGRAM CONTRACT NO. 2353 PROPOSAL To the Honorable City Council. City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR A The undersigned declares.that he has carefully examined the location of the work, has read the instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract 2353 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 3250 Linear Feet 2. 7205 Linear Feet Clean and install lining, in place, iron pipe. @ Eight Thirty -six Per Linear Foot Clean and install lining, in place, iron pipe. cement - mortar in 4 -inch cast cement - mortar in 6 -inch cast Dollars and Cents $ 8.36 $ 27,170.00 @ Eight Dollars and Thirty -six Cents $ 8.36 $60,233.80 -Per Linear Foot 3. 3600 Clean and install cement - mortar Linear Feet lining, in place, in 8 -inch cast iron pipe. @ Eight Dollars and Thirty -six Cents $ 8.36 $30,096.00 Per Linear Foot • • PR 1 8 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE UNIT PRICE 4. 840 Clean and install cement - mortar Linear Feet lining, in place, in 10 -inch cast iron pipe. @ Eight Dollars and Thirty -six Cents $ 8.36 $ 7,022.40 Per Linear Foot 5. 1400 Clean and install cement- mortar Linear Feet lining, in place, in 12 -inch cast iron pipe. @ Eight Dollars and Thirty -six Cents $ 8.36 $_11,704.00 Per Linear root 6. 4 Crew delay and /or assist work Crew -Hours while waiting for City to complete support work. @ Two hundred Dollars and No Cents $ 200.00 $ 800.00 Per crew-hour 7. L. S. Abandon existing water main @ Five Hundred Dollars and No Cents $ 500.00 $ 500.00 Per Lump Sum 8. 3 Install 4" butterfly valve Each @ Four Hundred Dollars and No Cents $ 400.00 $ 1,200.00 Per Each - 9. 12 Install 6" butterfly valve Each @ Five Hundred Dollars and No Cents $ 500.00 $ 6,000.00 Per Each 10. 3 Install 8" butterfly valve Each @ Five Hundred Dollars and No Cents $ 500.00 $ 1,500.00 Per Each • • PR 1 C ITEM QUANTITY ITEM DESCRIPTION UNIT UNIT NO AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11 3 Install 12' butterfly valve Each @ Five Hundred Dollars and No Cents $ 500.00 $ 1,500.00 Per Each. 12. 4 Remove existing water valve Each (a Five Hundred No Dollars and Cents TOTAL PRICE WRITTEN IN WORDS: One Hundred Forty -nine Thousand Seven Hundred Twenty -six Dollars and Twenty Cents S License No. & Class DATE November 10, 1982 Bidder's Telephone Co. (213) 835 -8201 Bidder's Address P.O. Box 457, Wilmington, CA 90749 $ 500.00 $ 2,000.00 $149,726.20 AMERON, INC. (Bidder's Name SJR. L. Emerson, Division Vice President (Authorized Signature Title • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained 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 con- tract. 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. 154 -A AMERON, INC. Contr's Lic. No. & Classification Bidder November 10, 1982 S /R. L. Emerson, Division Vice President Date Authorized Signature /Title 0 . Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1, Excavation Ron Clawson's Backhoe Service 309 N. Broadmoor Dr. West ovina, CA M90 2. Sawcutting Deanco Concrete Cutting, 2445 N. San Gabriel Blvd., Rosemead, 0 3. 4. 5. b. 7. 8. 9. 10. 11. 12. AMERON, INC. S /R. L. Emerson, Division Vice President Authorized Signature/Title OR ORIGINAL SEE CITY CLERK'S F* COPY Page 4 Bond No. 80780231 -H BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, AMERON PIPE LINING DIVISION as bidder, and FEDERAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Amount Bid Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, ' That if the proposal of the above bounden bidder for the construction of 1982 -83 WATER MAIN RELINING PROGRAM 2353 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 10th day of November , 1982. AMERON PIPE LINING DIVISION (Attach acknowledgement of Attorney -in -Fact) S /R. L. Emerson, Division Vice President S /Helen T. Kunitake Authorized Signature /Title Notary Public FEDERAL INSURANCE COMPANY Commission expires June 3, 1983 j By S /Paul Wickersham Title Attorney -in -Fact 0 NON- COLLUSION AFFIDAVIT • Page 5 The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. AMERON INC., Pipe Lining Division Bidder S /R. L. Emerson, Division Vice President Authorized Signature /Title Subscribed and sworn to before me this 10th day of November 1982 . My commission expires: 7, 1985 S /Mary H. Fistanich Notary Public SR ORIGINAL SEE CITY CLERK'S FI,COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. 1981 ANNUAL REPORT ATTACHED AMERON, INC., Pipe Lining Division Bidder S /R. L. Emerson, Division Vice President Authorized Signature /Title • 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1982 City of Burbank, CA William J. Rebber (213)847 -9606 Public Works Dept. General Water Supt. 1981 City of Waterbury, CT William D. Spallone (617)742 -5151 City Engineer 1980 City of Newport Beach, CA Gilbert Wong (714)640 -2281 Public Works Dept. Project Engineer 1979 City of Glendale, CA W. H. Fell (213)956 -2107 Public Works Dept. General manager Chief Engineer 1978 City of Newport Beach, CA Al Beingessner (714)640 =2281 Public Works Dept. Project Engineer AMERON, INC., Pipe Lining Division S /R. L. Emerson, Division Vice President Authorized Signature /Title Page 8 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Proaerty- Casualty. Coverages shall be prove a for a PES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard S gcifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. ibc CONDITION tractors Of THIS �LIGAT.ION 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 wo to be done, or for arty other work or labor thereon of any kind or.:for.. contracted under the Unemployment aapunts due. yment Insurance. Code with respect. to such'idork or;labor.`anat the. Surety or Sureties. will WtY for the same, in;an amount not exceeding. the sum "specified in the bond, and also, in case salt is brought upon the. bond, a reasonable attorney's .. fee, to be fixed by the Court `as required by: the": provisions'of'Section. ;3256 of "the Civil Code of "the State of California. This bond shall inure to the benefit of any and all persons, companies, end. .` corporations entitled `to file claims "under Section 318} of tFa}pro #gyfl Code o- s0 as to give ,a ri of actioq to them or tixei r ass�}gg {n` v,= i 4 p Y- �y ml Y 9 4 ae to . Y 1 'R R.l F I1 f 5 F i f T � L U 3 C f C x 4 i Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 30th day of November 19 82 . Approved as to form: City ttorney AMERON INC. PIPE LINING DIVIgBMI ) Name of Contractor Principal e e ROBERT A. OTTO, mARKmNG mwOR FEDERAL INSURANCE COMPANY (Seal) Name of Surety 3200 Wilshire Boulevard Los An eler' California 90010 Ad ess of Surety MkU U) ig ature and Title of ut orized Agent Paul Wickersham, Attorney -in -Fact Address of gent 0? /3 I3ojopp'-a?Ao 'elepph ne No. of Agent I �'^ � - %� _�% _i' !J '. r ti n ^�\ 0 0 ACKNOWLEDGMENT OF ANNEXED INSTRUMENT STATE OF CALIFORNIA COUNTY OF Los Angeles ) On this 30th day of November in the year one thousand nine hundred and eighty two before me, _ Judy Ebner , a Notary Public and for the County of Los Angeles residing therein, duly commissioned and sworn, personally appeared Paul Wickersham known to me to be the Attorney -in -Fact of FEDERAL INSURANCE COMPANY, the Corporation that executed the within instrument, and also known to me to be the person who executed the within instrument on behalf of the Corpora- tion therein named and acknowledged to me that such Corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand affixed my official seal in the County of Los Angeles the day and year in this certificate first above written. Notar ublic in d for the County of R OFFICIAL SEAL. JUDY EBNER NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN My Commission expires LOS ANGELES COUNTY - Isslon xpues August 14, 1986 Fa. 21- 16165(RSV. 5 W) CAL. Loa Angeles State of California . Certified Copy of POWER OF ATTORNEY Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 51 John F. Kennedy Parkway, Short Hills, New Jersey, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint William F. Nelson, E. J. Nielsen, Michael D. Stong, Richard J. Nichols, Helen T. Kunitake, Paul Wickersham and Peggy Jordan 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 19th day of January 19 82 FEDERALINSURANCE COMPANY By ZL George McClellan Assistant Vice - President � j �. Richard D. O'Connor STATE OF NEW JERSEY Assistant Secretary ss: County of Essex On this 1 th day of J 19 Ag before me personally came Richard D. O'Connor to me known and by m €known to be AssisAntP96etary of the FE 17E PAL 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. NOTARY PU0L Form 21-1M11Ray. 4 R) (Cmserin Acknowledged and Sworn to before me on the date above written. i Notary Public i PATRICIA RYAN NOTARY PUBLIC OF NEIy JERSEY *Commission Expires December 11, 19 83 w `s • CITY OF SHORT HILLS 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, jointlywith 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 30th _day of November i9— a2_. -. i Assistant Secretary Bond No. 8092 46 21 Euecuted in Quadruplifte Premium: $561.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That 4 Page 11 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 22 1982 has awarded to ANERON, INC.. Pipe Lining Division hereinafter designated as the "Principal ", a contract for 1982 -83 MATER MRIN RELINING PROGRAN in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Ameron, Inc., Pipe Lining Division as Principal, and FEDERAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of One hundred forty -nine thousand seven hundred two -six and 2DA00 Dollars ($ 1490726.20 ). 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 12 Faithful Performance Bond (Continued) of any such change, extension of time, aim lions or additions to the 1:0� of the contract or to the work or to the speci Ica ions. 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' &ly executed by the Principal and Surety above named, on the 30th days' November. , 1982 AMERON, INC, PIPE LINING DIVISION (Seal) Name of Contractor Principal) Authorized 5lgnature and i m e EMERSON, DIVISION VICE PRESIDENT 0. .9 mss' Authorized Signature and Title ROBERT A. OTTO, MARK nw MANGER FEDERAL INSURANCE COMPANY (Seal) Name of Surety 3200 Wilshire Boulevard Los Angeles, California 90010 Address of Surety � 1 L w Si ature and Title of Authorized Agent Paul Wickersham, Attorney —in —Fact Approved as to form: '/71c� ) Address of Agent City Attorney 'V3 / 3PS -a 700 Telephone No. of Agent ta «'_ �� __�; ;` .y .: =.n - -.\ 4;'. City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED 9 CERTIFICATE OF INSURANCE Company A Letter Company B Letter Company C Letter Company D Letter Company E 0 ING Truck Insurance Page 13 Twin City Fire Insurance Co. Ameron This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: �� Agency: Truck Insurance Exchange Authorized eprese ive 11-30 -82 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: 1982 -83 Water Main eli in P rolject it a and Contract Num er NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification 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, including attached endorsements. By: Authorize "epresentative Agency: Twin City Fire Insurance Co 11 -30 -82 Date Issued Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro uc s LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY Form Premises - Operations Explosion & Collapse Hazard Ix 0003413 7 -1 -83 Bodily Injury Property Damage $ $ $ $ Underground Hazard xComprehensive Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $500 $Included x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY A (]x Comprehensive Form Bodily Injury (Each Person $ Owned $ Bodi y niury Each Occurrence x Hired r ro ert Uamage �x Non -owned Bodily njury and Property Damage Combined $500 EXCESS LIABILITY B XX Umbrella Form C] Other than Umbrella Form TXU1038 6 7 -1 -83 Bodily Injury and Property Damage Combined $50 $500 $ excess $ C WORKERS'. COMPENSATION ad EMPUOYERr'S LIABILITY Permissibly self -' sured Statutor ac Accident) . NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: �� Agency: Truck Insurance Exchange Authorized eprese ive 11-30 -82 Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: 1982 -83 Water Main eli in P rolject it a and Contract Num er NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification 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, including attached endorsements. By: Authorize "epresentative Agency: Twin City Fire Insurance Co 11 -30 -82 Date Issued 0 0 Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (X ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence Co. A $ 5100, 000 each occurrence B $50,000 excess $500,000 The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: 1982 -83 Water Main Relinin Pro ram Contract No. 2,53 Project it a an ontract o. . This endorsement is effective 11 -30 -82 at 12:01 A.M. and forms a part of Policy No. N00034136 acid Policy No. TXU103836. Named Insured Ameron, Inc. , Pipe Lining Div. Endorsement No. Co. A Name of Insurance B Name of Insurance Company Twin City Fire Insurance Co. By: Authori epresentative i 0 CITY OF NEWPORT BEACH 0 Page 15 COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ occurrence Property Damage Liability $ each occurrence (� Single Limit Co. Bodily Injury Liability A $ 500,000 each occurrence and Property Damage Liability B $50,000 excess $500,000 Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: 19 2 -8 Wat M lini P o ram Contract 2 Project Tit a and Contract No. This endorsement is effective 11 -30 -82 at 12:01 A.M. and forms a part of Policy No. N00034136 and policy No. T U 03836. Named Insured Ameron, Inc., Pipe Lining Div. Endorsement No. A Name of Insurance Company Truck Ins. Exchange By Authorized Representativ B Name of Ins ance Company Twin City Fire Insurance Co. By: korkiW Representative . Page 16 CONTRACT THIS AGREEMENT, entered into this day of 19 by and between the CITY OF NEWPORT BEACH, hereinafter "City,' and AMERON, INC., Pie Lining Division hereinafter "Contractor, "is made with reference to the fol. owing facts: (a) City has heretofore advertised for bids for the following described public work: 1982 -83 WATER MAIN RELINING'P 2353 Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: 1982 -83 WATER MAIN RELINING PROGRAM 2353 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of One Hundred Forty -nine Thousand Seven Hundred Twenty -six and 20/100 Dollars ($), This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) i •. (f) Plans and S 982 -83 WATER MAI Title of Pro (g) This Contract. 1 Provisions for JNING PROGRAM Page 17 Contract No. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the ies hereto have caused this contract to be executed the day and year firste written. APPROVED AS TO FORM: y m6a' City Attorney CITY OF NEWPORT BEACH t -ate _ W _� INC., Pipe Lining Division Contractor By _L L_ /- Y Its R L EMERSON, DIVISION VICE PRESIDENT By ItS ROBERT A.OTTO,MARKETWGMNNAM CITY CONTRACTOR I �. I. SCOPE OF WORK II III. 9 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CEMENT - MORTAR LINING CAST IRON WATER PIPE 1982 -83 MAIN RELINING PROGRAM CONTRACT NO. 2353 a N i o r/ 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 Balboa Peninsula, Bayshores, and Corona del Mar areas. Certain materials and /or services will be furnished by the City, as set forth in Section VI. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. W- 5153 -S), the City's Standard Special Provisions and Standard Draw in s fofor Public Works Construction 1982 Edition), and the Standard Specificat ons r Pub is Works Construction (1982 Edition). Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawin s for Public Works Construction may be purchased from the Public Wor s Department at a cost of Five Do ars $5). BIDDER'S QUALIFICATIONS AND EQUIPMENT Only bids from responsible bidders will be considered. To qualify as a re- sponsible 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 qualifications of the proposed superintendent, who must be ex- perienced 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. SCHEDULE AND COMPLETION OF WORK The Contractor shall submit a written construction schedule prior to or at the pre- construction conference. The construction schedule shall incorporate the following requirements: A. Work shall start after January 1, 1983, and shall be completed by June 1, 1983 or within ninety (90) consecutive calendar days after the start of work, whichever comes first. B. The Contractor shall work in one phase (as shown on the plans) at a time. The Contractor shall be prohibited from starting work in additional phases until he and City forces have completed all work at the current phase. . . SP2of7 The term "work" as used herein shall include all removals, pipe cleaning, cement - mortar lining (including curing time), valve installation, disin- fection, and other work required to restore water main to normal operation C. The Contractor shall complete work at the Marguerite Avenue site first. 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 proposal shall be included in the price bid for other related items of work. V. PUBLIC CONVENIENCE AND SAFETY A. The Contractor is advised that Marguerite Avenue, Newport Boulevard, Balboa Boulevard and Via Lido carry approximately 18,000 - 25,000 vehicles per day through the project area. Traffic obstructions shall not be permitted at Marguerite Avenue and Pacific Coast Highway before 9:00 A.M. or after 3:00 P. M. In addition, trenches along Marguerite Avenue shall be securely plated at the end of each work day. The Contractor shall submit a written traffic control plan for the closure of traffic and parking lanes or pedestrian walkway in the vicinity of Marguerite Avenue, Newport Boulevard, Balboa Boulevard, and Via Lido. B. "NO PARKING TOW- AWAY" SIGNS Where any restrictions herein mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING TOW- AWAY" signs (even if streets or alleys have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Con- tractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimen- sions of 12 inches wide and 18 inches high; and (3) be similar'in design and color to sign number R -38 on the Caltrans Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2 -inch- high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. C. NOTICE TO RESIDENTS AND BUSINESSES Between 48 and 55 hours before closing a section of street or alley or restricting vehicular access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the • • SP3of7 the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. VI. 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 lined. B. Furnish, install, maintain, and remove all bypassing. C. Plating for covering access holes. Plating shall be picked up and re- turned to the City Utilities Yard, 949 West 16th Street, Newport Beach, California. D. Storage area at the City Utilities Yard,949 West 16th Street, Newport Beach, California. A'forklift will be available for loading and unload- ing materials at the storage area. E. Provide patching of all access holes. F. Replace existing valves, as shown on the plans and flex couplings, fittings, and pipe on an as- needed basis. G. Water necessary for construction operations. H.' Inspection, disinfection and pressure testing. I. Furnish new valves to be installed by Contractor as shown per plan. VII. CONSTRUCTION DETAILS A. ACCESS TO RELINE 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 operations. The Contractor shall be responsible for dewatering and for removing 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. 2. The Contractor shall saw cut and remove sections of 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 sec- tions shall be bulkheaded to maintain a proper curing condition. • B. MATERIALS a SP4of7 1. 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. 2. 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. 3. The aggregate shall not contain alkali- reactive substances in amounts which will produce a ratio of S R greater than 1.0 when determined by the latest revision of ASTM �pM fication 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. CLEANING INTERIOR PIPE SURFACES The Contractor shall clean all interior pipe surfaces to be lined, includ- ing the removal of slime, dirt, loose rust, loose or deteriorated remains of any original lining and all foreign materials and deposits. The inte- rior surface of the pipe, after cleaning, shall present a sound, clean surface, without accumulated water on the_pipe wall or at the joints. D. CEMENT MORTAR FOR LINING 1 General The cement mortar shall be a mixture of one part of portland cement to not less than 1 and not more than 1; parts of dry, screened sand, by volume. Up to 25 percent, by weight, of the required Portland cement may be replaced with Pozzolan cement. When a mixture has been determined, materials shall be controlled within ± 235% 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 mortar and moisture conditions in the pipe. Cement mortar shall be mixed for not less than 1z 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 ingredient added to the mix. • SP5of7 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 VII -B 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 re- quired 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 12 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 oper- ation in pipelines found out -of- round. Trowels shall smooth the surface with a minimum disturbance of the lining. SP6of7 Hand Finishing Cement mortar for hand finishing and repair shall be of the same materials and proportions as the mortar used for machine lining. Defective areas in the machine - applied lining shall be cleaned of all loose foreign 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 application 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 atmosphere and keep the lining moist. CLEARING LATERALS Laterals and connections to the pipe being lined shall not be left obstructed by the cleaning or lining operations. Laterals and connections 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 it's final set. Backflushing shall be done in a manner that will not damage the freshly applied lining. If a lateral or connection remains obstructed after the Contractor has attempted to clear it during backflushing operation, he shall immediately notify the engineer. The Contractor shall make another attempt to clear the obstruction by backflushing with air in the presence of the engineer. If the lateral or connection still remains obstructed, the City will assume the responsibility for clearing the lateral or connection at no additional cost to the Contractor. G. OBSTRUCTIONS If the Contractor encounters unforeseen obstructions (not including corro- sion 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 related items of work and no separate payment will be made. VALVES The Contractor shall replace existing valves with new valves to be furnish- ed by the City. SP7of7 I. PROJECT SITE MAINTENANCE 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. ifl! A-UH111HIuICIi The Contractor shall remove interfering portion of existing water main and the remaining open portion securely sealed with a minimum 6" thick concrete or minimum 8" thick brick and mortar. �n n n r, No m n-4 zo- �z� z -51 Fn ri -niter (A z co o�� {D3_� �3D g Cn C: T .Z7 J 111111111111RI Nil 111111111 INNII� 9� m n-4 zo- �z� z -51 Fn ri -niter (A z co o�� {D3_� �3D g Cn C: T .Z7 J • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • PR 1A 1982 -83 WATER MAIN RELINING PROGRAM CONTRACT NO. 2353 PROPOSAL To the Honorable City Council. City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares.that he has carefully examined the location of the work, has read the instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract 2353 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 3250 Clean and install cement- mortar Linear Feet lining, in place, in 4 -inch cast iron pipe. Dollars Cents $ 53C $,Z7�110.00 Per Linear Fftt -T- 2. 7205 Clean and install cement - mortar Linear Feet lining, in place, in 6 -inch cast iron pipe. Dollars and Cents $ S.U. $ GO -50 Per Linear Foot 3. 3600 Clean and install cement - mortar Linear Feet lining, in place, in 8 -inch cast iron pipe. Dollars and Cents $ 8 .3(0 $ 30� OU-00 Per Linear Foot No] 4 5. AI 7. Ell W 10 UNIT 0 ICE • 840 Clean and install cement - mortar Linear Feet lining, in place, in 10 -inch cast iron pipe. @ Dollars —� and •;,� p,�/� Cents Per Linear Foot 1400 Clean and install cement- mortar Linear Feet lining, in place, in 12 -inch cast iron pipe. WM11M $ 8.3L $ 72.y0 @ Dollars and &. ��• Cents $ 8.3C $_ 11_ lT 0''{.00 Per inea� r Foot �A 4 Crew delay and /or assist work Crew -Hours while waiting for City to complete support work. @_ TGvp i��w�•N Dollars and Cents $ 2bD.o0 $ $00.60 Per crew -hour L. S. Abandon existing water main @ - ,P,,,;,.,"JAJ Dollars U and e760 Cents $ .SCO- 00 $ Sao • ** Per Lump Sum 3 Install 4" butterfly valve Each � " @ „pew �w.C,�..�% Dollars iwo and Cents $ Gb• &0 $_ /260 -00 Per Each 12 Install 6" butterfly valve Each ' • @ .[ w.�. Dollars lh4 and Cents $ �7�+•� $ G, 000.00 Per Each —� 3 Install 8 ". butterfly valve Each @ Dollars �T and .y.e Cents s5w.00 $ /, $rQd.00 -� Per Each NO 11 12. • • ITEM DESCRIPTION PRICE WRITTEN IN WORDS 3 Install 12' butterfly valve Each @ .l.�n..r. + - n F�+w.le. -.X Dollars and Cents Per Each. 4 Remove existing water valve Each @ Dollars and .rw Cents TOTAL PRICE WRITTEN IN WORDS: , . /J�f _ s License N DATE AIovFMeEA /b, / 9Pa ass Bidder's Telephone Co. a13 5 -daO/ Dollars and Cents PR C UNIT UNIT PRICE PRICE $ .Oo $ 1 00 , bo $2560, coo $ toea. et> $_9,12%. 2. oA AMERON, INC., PIPE LINING Bidder's Name Auutrn ✓� orized Signature /Title R. L EMERSON, DIVISION VICE PRESIDENT Bidder's Address Q.0- Box 41S7 10iam1,dG7o,✓ ,Ch 2-4Zk� '�'' 7 -- ,, 5 _ ,,;� ,� __ _, -l` � .: ��•\ Ll INSTRUCTIONS TO BIDDERS . Page 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained 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 con- tract. 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. of the California Labor Code for all apprenticeable occupations. /5LI - A AMERON, INC., PIPE LINING DIVISIOM Contr's Lic. No. & Classification Bidder ��L1/OVEm ,66-2 /Q / % �� ��(] Date Authorized Signature /Title R. L EMERSON, DMSION VICE PRESIDENT 0 • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1. NON1E 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. AMERON, INC., PIPE LINING DIVISION Bidder Aut orized Signature /Title IL L EMERSON, DIVISION VICE PRESIDENT • 11 ' :1Mig KNOW ALL MEN BY THESE PRESENTS, • Page 4 Bond No. 80780231 -H That we, AMERON PIPE LINING DIVISION , as bidder, and FEDERAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of ent of the Amount Bid Dollars ($10% Bid 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 bidder for the construction of 1982 -83 WATER MAIN RELINING PROGRAM 2353 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) day< (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this loth day of November , 19 8Z (Attach acknowledgement of Attorney -in -Fact) Notary P blic Commission expires J3�j iv AMERON PIPE LINING DIVISION Authori zed Signature /Ti tl ft. L EMERSON, DIVISION VICE PRESIDENT FEDERAL INSURANCE COMPANY Surety o By L.J� ---- PAUL WICKERSHAM ATTORNEY -IN -FACT Title .,•,,� _,, '�. �. i - ,,. n __ ' = r. i �'^ _.- . -'v ACKNOWLEDGMENT OF ANNEXED INSTRUMENT STATE OF CALIFORNIA ss.: COUNTY OF LOS ANGELES On this LDth day of November in the year one thousand nine hundred and P3 nh ty-two before me, Helen T. Kuni take , a Notary Public and for the County of Los Angeles residing therein, duly commissioned and sworn, personally appeared Paul Wickersham known to me to be the Attorney-in-Fact of FEDERAL INSURANCE COMPANY, the Corporation that executed the within instrument, and also known to me to be the person who executed the within instrument on behalf of the Corpora- tion therein named and acknowledged to me that such Corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand affixed my official seal in the County of toe ng lP�_ A _ the day and year in this certificate first above written. O E OFFICIAL SAL Helen T. Kunitake I Notary Public in and for the County of F NIP My Commission m NOTARY PUOLIC —CA R LI O PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires June 3, 1983 Los AngelesState of California Fam 21.16165 (Pe . 562) CAL ... • Certified Copy of POWER OF ATTORNEY Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 51 John F. Kennedy Parkway, Short Hills, New Jersey, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint William F. Nelson, E. J. Nielsen, Michael D. Stong, Richard J. Nichols, Helen T. Kunitake, Paul Wickersham and Peggy Jordan 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 19th day of January 19 82 FEDERAL INSURANCE COMPANY By ZL George McClellan Assistant Vice- President Richard D. O'Connor STATE OF NEW JERSEY Assistant Secretary ss: County of Essex On this 1 day of T 19 p�� before me personally came Richard D. O'Connor to me known and by mg kt Awn to be AssiSfFggetary of the FECIERAL 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 theseal 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. NOTARY Puslic % 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 83 Form 21 -104t W 44?t lg�1. 9 9 CITY OF SHORT HILLS as. 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 10th day of November 19 82 Assistant Sect'efary 9 0 NON- COLLUSION AFFIDAVIT Page 5 The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 JO-rH day of NovcmrlE2, 198a . My commission expires: u: OFFICIAL SEAL MARY H FISTANICH o NOTARY PUBLIC - CALIFORNIA LOS ANGELES COUNTY My comm. expires MAY 7, 1985 AMERON, INC., PIPE LINING DIVISION ZZ Authorized Signature /Title R. L EMERSON, DIVISION VICE PRESIDENT _l Notary Public 0 • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. 19 ?I ANNVAL' Epoe—i A-- r7ACH6o AMERON, INC., PIPE LINING DNISION Bidder Authorized Signature /Title R L EMERSON, DIVISION VICE PRESENT 0 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year leted For Whom Performed (Detail) Person to Contact Telephone No. 19P (,/Yi/ of -8ue&2 AJK C,4 �J&J(AM J. 064BE2 X1.7 ,P,P4 -9GoG PUBL /C �J62kt 1)E ,e7• GEAIE L'AL fU A7 E2 SU7• t�ua/.vGEe l9r?l CIT� OFL04TE,e6yU C7' I.t/14-L /AM .SRALIn.vE Gl7�7Sz�-S�S/ C 1 r X LNG /.✓EF.Q 19q00 0 /7v 61e ^g,e7' /IJO.v4 71jf1z1-f(D- .,)aP1 �%UBL1r GyOe6eS fZEeT • �,fOUrCT EIy4xr Aex AMERON, INC.. PIPE UNtNG DAnsia4 Bidder Authorized Signature /Title R. L EMERSON, DIVISION VICE PRESIDENT r%U6QC �OA'lks DEOT e,aO tECr t�ua/.vGEe 1971 C(rV Of 64E.y04[£ CA GU ly AS 13 /9S - o7 /O] 6e. &44e 1ffANA6E.e �U�3LI C C[JO,QkS ��PT + C'1J/EF Fn/Gi.�EEC '9 7,P C /r.X of U6kgae-r FEAe N, C°.4 AL 3E1N4ESS A," 7 /YI4SIO-.�.,7 P/ �%UBL1r GyOe6eS fZEeT • �,fOUrCT EIy4xr Aex AMERON, INC.. PIPE UNtNG DAnsia4 Bidder Authorized Signature /Title R. L EMERSON, DIVISION VICE PRESIDENT TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 1982 -83 WATER MAIN RELIT RECOMMENDATION: Award Contract No. 2353 authorize the Mayor and DISCUSSION: C -(a353 November 22, 1982 30 CITY COUNCIL —� A ra, ) ITEM N0. VING PROGRAM, C -2353 NOV 22 1982 BY Hn CITY COUNCIL MY OF Nfi~ uACN to Ameron Inc. for $149,726.20, and the City Clerk to execute the contract. Two bids were received and opened in the office of the City Clerk at 11:00 A.M. on November 10, 1982: Bidder Amount 1. Ameron Inc., Pipe Lining Division $149,726.20 Wilmington, California 2. Spiniello Construction Company $195,866.50 Morristown, New Jersey The low bid is 24% below the revised Engineer's estimate of $198,000. Sufficient funds are available in the current budget, Account No: 50- 9282 -120 for the project. This project provides for the cleaning and cement- mortar lining of approximately 13,000 linear feet of existing cast iron water mains on Balboa Peninsula, Marguerite Avenue, and Bay Shores (see attached exhibit). Over the years the interior of the mains has become extremely rough due to corrosion, resulting in reduced hydraulic capacity. The proposed work will restore the hydraulic capacity of the pipe, resulting in improved fire flow and reduced pressure drop during periods of peak demand. There should also be a reduction in the number of "red water" complaints resulting from water transmission through rusty, unlined water pipes. 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 January 1, 1983, and complete the work in 90 calendar days, or by June 1, 1 whichever oc first�� Benjamin 8. Nolan Public Works Director eGW :jd Rl A \ C0 IOA w \ AN \1 ` \ t A Y 4 C f --4 Af VICINITY MAP 1/4 0 1/4 112 3/4 1 oe PACT D A„ LOCATION MAPS Ewji /NG fYAZZA MAIN TO BE RELINED ---- r .� DES COAST Ht✓' EQ"I rj CtJ Jp Lj v ?L�k A L 1. Zif CSC CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /982-83 WATER MA IN TEL /N/NG PROGRAM C-2353 \ C 0 �p DRAWN G -r✓- DATE APPROVED PUBLIC WORKS DRAWING NO. EXHIBIT n n 0 �i m z m A m�k g cl c: z S J 0� RI �III�� SIR ban �IIIIINI m z m A m�k g cl c: z S J TO: CITY COUNCIL >1C dO. . OCT 25 1982 QifY COUNCIL CITY OF NFWPW IIiAC 0 October 25, 1982 CITY COUNCIL AGENDA ITEM NO. /E 1 - FROM: Public Works Department SUBJECT: '1482 -$3 WICK' IL. VAIN. R£LIN NG',PRO" C4353 % RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on November 10, 1982. DISCUSSION: This project provides for the cleaning and cement - mortar lining of approximately 13,000 linear feet of existing cast iron water mains on Balboa Peninsula, Marguerite Avenue, and Bayshores (see attached exhibit). Over the years the interior of the mains has become extremely rough due to corrosion, resulting in reduced hydraulic capacity. The proposed work will restore the hydraulic capacity of the pipe, resulting in improved fire flow and reduced pressure drop during periods of peak demand. There should also be a reduction in the number of "red water" complaints resulting from water transmission through rusty, unlined water pipes. Support work required for the cleaning and lining operation will be provided by City forces. This work includes installing water system bypasses, providing service lateral replacements as needed, and controlling water shut- downs during construction phase. The estimated cost of contract construction is $180,000. Funds in the amount of $180,000 have been provided for this project in the current budget, Account No. 50- 9282 -120. The specifications require the Contractor to start after January 1, 1983, and complete the work in 90 calendar days, or by June 1, 1983, whichever occurs first. Plans and specifications were prepared by the JBenj in B. Nolan Public Works Director GW: jd Att. Public Works Department. bit C` \ �~�� hl� �r ti• C -AN- C 1 VICINITY MAP 114 0 1/4 1h 314 1 ( p y / sACI D N( LOCATION MAPS: EX/SMVS WArffR MAIN TO BE REL/NEO = ---- Y o C � _ C Err ��� E � � � Q ��I C �C `�V1 r r~� =A J . C �NAN'vEL p 74N Aft CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1.9482-83 WATER MAIN RE1/NIA0 PfIOGRAM C -2353 VIA Sin DRAWN aG -1i✓ DATE APPROVED PUBLIC WORKS DRAWING NO. T