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