HomeMy WebLinkAboutC-2450 - Storm Drain Improvement ProgramCITY OF NEWPORT BEACH
June 21, 1985
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Ameron, Inc.
Pipe Lining Division
P.O. Box 22613
Long Beach, CA 90801 -5613
(714) 644 -3005
Subject: Surety: Federal Insurance Company
Bonds No.: 81- 00 -29 -87
Contract No.: C -2450
Project: Storm Drain Improvement Program
The City Council on May 13, 1985 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 by the Orange County Recorder on May 23, 1985,
Reference No. 85- 188355. Please notify your surety company that the
bonds may be released 35 days after this date.
Since ely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works
3300 Newport Boulevard, Newport Beach
i
RECORDS +•^
PLEASE RETURN TO: REOs *eo 13
C?ty Cilerk -�6� 7U0
City of New/p t Bea
3300 Newport Blvd.
Newport Beach, CA 92663 -3884
Exanq ee d" Muw M
0"""M CGEE 6107
EXEMPT
C15
NOTICE OF COMPLETION
NO 0,011MERATION PUBLIC WORKS
188355
OF ORANGE COUNTY CALIFORNIA
-1 n PM MAY 23'85
c4e a y, /� _ _ _ / COUNTY
�/�"� v""^w•� RECORDER
I o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on
the Public Works project consisting of Storm Drain
13, 1985
on which Ameron, Inc., Pipe Lining Division, P.O. Box 22613, Long Beach, CA 90801 -5613
was the contractor, and Federal Insurance Company, 1200 Wilshire Boulevard Los AngP,les
was the surety, was completed. CA 90010
CITY OF NEWPORT
- r
VERIFICATION ti VIA
1� X9$5•
AE�ti1Vd
I, the undersigned, say: \/ �
I am the Public Works Director of the City of Newport Beach;
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on May 17, 1985
at Newport Beach. California.
Public Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on May 13 1985 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 May 17, 1985 at Newport Beach, California.
City Clerk
Pv
May 13, 1985
BY THE CITY COUNCIL CITY COUNCIL AGENDA
• CITY OF NEWPORT BEACH ITEM NO. F -20
MAY 13 1985
TO: CITY COUNCIL
FROM: Public Works Department
APPiW i EQ
SUBJECT: ACCEPTANCE OF STORM DRAIN IMPROVEMENT PROGRAM (C -2450)
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 lining of deteriorated corrugated steel storm
drains has been completed to the satisfaction of the Public Works Department.
• The bid price was $83,494.90
Amount of unit price items constructed 76,465.45
Amount of change orders 8,970.00
Total Contract Cost $85,435.45
Funds were budgeted in the General Fund Account No. 02- 3482 -053.
Two change orders were issued. The first, in the amount of $4,125,
provided for replacement of a portion of a drain in Dolphin Terrace that was
found to be crushed. The second, in the amount of $4,845, provided for replace-
ment of a completely deteriorated section of 36 -inch drain below Cameo Shores.
The contractor is Ameron of Wilmington, California.
The contract date of completion was March 15, 1985. The work was
completed by February 28, 1985.
• Benjamin B. Nolan
Public Works Director
GPD:jd
! !
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 6443005
May 20, 1985
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
Dear Mr. Branch:
Attached for recordation is Notice of Completion of Public Works
project consisting of Storm Drain Improvement Program, Contract
No. 2450 on which Ameron, Inc. was the Contractor and Federal
Insurance Company was the Surety.
Please record and return to us.
Sincerely,
.1
� 1
Wanda E. Raggio (/
City Clerk
WER:pm
Attachment
cc: Public Works
3300 Newport Boulevard, Newport Beach
N
TEASE RETURN TO:
City Clerk -''ffo,.c
City of Newppoet Bea
3300 Newport Blvd.
Newport Beach, CA 92663 -3884
NO'rICF. OF COMPLETION
PUBLIC WORKS
1 o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on
the Public Works project consisting of Storm Drain
13, 1985
on which Ameron, Inc., Pipe Lining Division, P.O. Box 22613, Long Beach, CA 90801 -5613
was the contractor, and Federal_ insurance Company- 3200 Wilshire Boulevard- 10c n el.e.
was the surety, was completed. CA 90010
VERIFICATION
I, the undersigned, say:
CITY 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 May 17, 1985 at Newport Beach. California.
Public Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on _KU 13 1985 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 May 17, 1985 at Newport Beach, California.
City Clerk
0 0
TO: FINANCE DIRECTOR
Public Works
FROM: CITY CLERK
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(7141640-2251
Z/// / .P.-
DATE: February 11, 1985
SUBJECT: Contract No. C -2450
Description of Contract Storm Drain Improvement Program
Effective date of Contract December 19, 1984
Authorized by Minute Action, approved on November 26. 1984
Contract with Ameron, Inc., Pipe Lining Division
Address P.O. Box 22613
CA 90801 -5613
Amount of Contract
&,:a& e
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
Stephen J. Luy V,5�7
Project Engineer
SJL:em
Att:
�.
�.
:.
��
r.
1.
Nw':.,
��
t
'
_..�.
tx
-�
f,:
L} s �
�
_
�.
fir -
r t -
�
�: ',R,c!-
. +4�
ar_
���
,,.f ..
t..
.
�� .:
¢¢W{
i S
.rr
t
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 13th day of November , 1984,
at which time such bids sha1T be opened and read for
e
2450
Contract No.
$85,000
Engineer's Estimate
OL4-1 FORl'/
Approved by the City Council
this 22nd day of October , 1984.
Alor Janda E. Ragg
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,
P. 0. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Stephen Luy at 644 -3311.
Project Manager
CITY CLERK
9 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1984 -85
CONTRACT NO. 2450
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663 -3884
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has
read the Instructions to Bidders, has examined the site, and Plans and Special
Provisions, and hereby proposes to furnish all materials and do all the work required
to complete Contract No. 2450 in accordance with the Plans and Special Provisions, and
will take in full payment therefor the following unit prices for the work, complete in
place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Mobilization
PR 1.1
@ Ten Thousand Dollars
and
No Cents $ 10,000.00
Per Lump Sum
205 Line existing 18 -inch CSP storm
Lineal Feet drain
@ Fifty -seven Dollars
and
Fifteen Cents $ 57.15 $ 11,715.75
Per L-i—ne—al Foot
469 Line existing 24 -inch CSP storm
Lineal Feet drain
@ Fifty -seven Dollars
and
PAU Cents $ 57.15 $ 26 0,8 3.35
Per Linea Foot
0
C -2450
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4 161 Line existing 30 -inch CSP storm
Lineal Feet drain
PR 1.2
@ Fifty -seven Dollars
and
Fifteen Cents $ 57.15 $ 9,201.15
Per Lineal Foot
5 52 Line existing 33 -inch CSP storm
Lineal Feet drain
@ Fifty -seven Dollars
and
Fifteen Cents $ 57.15 $ 2,971.80
Per Lineal Foot
6 399 Line existing 42 -inch CSP storm
Lineal Feet drain
@ Fifty -seven Dollars
and
Fifteen Cents $ 57.15 $ 221803185
Per Lineal Foot
TOTAL PRICE WRITTEN IN WORDS
Eighty -three Thousand Four Hundred Ni
Ni
November 13, 1984
Date
154 -A
Contractor's Lic. No. & Classification
213/835 -8201
Bidder's Telephone No.
-four
Dollars
and
.Cents $ 83,494.90
AMERON, INC., Pipe Lining Division _
Bidder
S /R. L. Emerson Division Vice President
Authorized Signature /Tit e
P.O. Box 22613, Long Beach, CA 90801 -5613
Bidder's Address
• • 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 °1 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., Pipe Lining Division
Contr's Lic. No. & Classification Bidder
November 13, 1984 - S/R. L. Emerson. Division Vice President
Date Authorized Signature /Title
L • 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. T.V. Inspection Empire Pipe Cleaning 10282 "A" Trask Ave.
& Equipment, Inc. Garden Grove, CA 92643
2. 714/639 -8352
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
AMERON, INC., PIPE LINING DIVISION
Bidder
S /R. L. Emerson, Division Vice President
Authorized Signature /Title
FOR ORAL SEE CITY CLERK'S FILE COPY • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, AMERON, INC., Pipe Lining Division , as bidder,
and FEDERAL INSURANCE COMPANY
and firmly bound unto the City of Newport
Ten Percent of the Amount Bid
lawful money of the United States for the
to be made, we bind ourselves, jointly an
THE CONDITION OF THE FOREGOING OBLIGATION
as Surety, are held
Beach, California, in the sum of
Dollars ($ 10% ),
payment of which sum well and truly
i severally, firmly by these presents.
IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Storm Drain Improvement Program 2450
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 30th day
Of October , 1984•
(Attach acknowledgement of
Attorney -in -Fact)
Anna L. Ochoa
Notary Public
Commission expires July 1, 1988.
AMERON, INC., Pipe Lining Division
Bidder
S /R. L. Emerson, Division Vice President
Authorized Signature /Title
FEDERAL INSURANCE COMPANY
Surety
By S /Patrick F. Evans
Title Attorney -in -Fact
• •
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 13th day of November
1984 .
My commission expires:
AMERON, INC., Pipe Lining Division
Bidder
S /F. L. Emerson, Division Vice President
Authorized Signature /Title
S /Mary H. Fistanick
Notary Public
FOR ORIGIAL SEE CITY CLERK'S FILE 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.
1983 Annual Report attached.
AMERON, INC., Pipe Lining Division
Bidder
S /R. L. Emerson, Division Vice President
Authorized Signature /Title
• • 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
For Whom Performed (Detail) Person to Contact Telephone No.
1984 Dept. of Transportation, CA John Maxwell 707/895 -2053
1984 La Canada Flintridge CA Dugan Andrus 213/798 -1178
1984 Deschutes Valley Water Vince Rybel 503/752 -4271
District OR (Opal Springs Proj.)
1983 County of Los Angeles G. Madarase 2131226 -8111
Road Dept_ (Westward Reach Rd_)
1983 County of Inc; Angeles G. MaschmPyer 2131226 -8111
Road Dept_ (Centinela Ave.)
1983 City of Rnlling Hills H_ R_ Peacock 213/377 -1577
Fstates (Palos Verdes Dr_)
AMERON, INC., Pipe Lining Division
Bidder
S /F. L. Emerson, Division Vice President
uthorized Signature /Title
F
0 •
N O T I C E
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:
Property - Casualty. Coverages shall be provided for a YPES 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 Specifications 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.
Executed in Triplicate • Bond No. 829 -87 Page 9
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted November 26, 1984,
has awarded to AMERON. INC.. Pipe Lining Division,
hereinafter designated as the "Principal ", a contract for
STORM DRAIN IMPROVEMENT PROGRAM (C -2450)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We AMERON, INC., Pipe Lining Division
as Principal, and Federal Insurance Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Eighty -Three Thousand Four Hundred Ninety -Four and No /100 Dollars ($ 63,494.00
said sum being equal to 100% of the estimated amount payable by the City of Newport Beach
under the terms of the contract; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the provisions of Section 3250 of the
Civil Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
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 agre@s 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 , l9__&11_•
. � III • •
AMERON, INC., Five Lining Division
Name of Contractor (Principal)
AR. 4 EMERSON, DIVI�IOj YIGPRESIDEIVi tl e
Authorized Signature and Title
1. S. LUSTER, ASS'T. SECRETARY
Federal Vu �'Coimnpany
(Seal)
E . Nielsen, Attorney -In -Fact
3200 Wilshire Boulevard, Los AnReles,_CA .90010
Address of Surety
(�� q-- �yJi�d �•.:l,,ai, el,.):l 17Ab.0 P,
.• • A M., •-
,� _ %'
��
• r � N
,1 � n
✓y
\.�,'�
A&OWLEDGMENT OF ANNEXED INSTRWNT
STATE OF CALIFORNIA l
COUNTY OF Los Angeles
On this 30th day of
November
in the year
Nineteen Hundred Eighty Four
before me,
Anna L.
Ochoa
, a Notary Public, State
of California, duly commisioned and sworn, personally appeared E. J. Nielsen
personally known to me (or proved to me on the basis of satisfactory evidence) to be the
Attorney -In -Fact of 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 corporation therein named, and acknowledged
to me that such corporation executed the same. Federal Insurance Company
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal in the
State of California County of Los Angeles
certificate.
Farm 21- 100330 (Rev. 12.02) CAL. (Corpmatm)
on the date set forth above in this
Notary Public, State of California
My commission expire:
July 1, 1988
._.�..................... ..
ANNA L. OCHOA
NOTARY FUBLiC
{ at STATE OF CALIFORNIA
{f ORINCIPAL OFFICE IM
LOS ANGELES COUNTY
- My Cemeission Exp Ire a July 1, 1888
PWWE0
U.S.&
POWER OF ATTORNEY
• Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, 15 Mounfain levy Road. Warren, New Jersey, a Now Jersey Corpora-
tion, has constituted and appointed, and does hereby constitute and appoint
Frank E. Robertson, E. J. Nielsen, Paul Wickersham, William F. Mitchell, Patrick
F. Evans and Anna Ochoa 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 business, and any instruments amending or altering the same, and con-
sents to the modification or alteration of any instruments referred to in said bonds or obligations.
In Witness whereat. the said FEDERAL INSURANCE COMPANY has. pu axrxt b We Sy -lame, Mated them Present, to W agMd by its Assonant VlcsPreafdwd end Au Want Secretary and rte
owporata a" to be Mneto affixed this 26th dayof March IgR4
Opporwe °--'
STATE OF NEW JERSEY 1 88.
County of Somerset I
FEDERAL I( COMPANY
By Q ca
�
George MaGFeen
Aaastsd Vivo*,"ldetlt
On this 26th day of March 1984 , hefore me personally cams Rlohard D. O'Connor b me known and by me km0m, to ba Assistant Sanatory a the FEDERAL"
SURANCE COMPANY, the corporation described in and which executed IM foregoing Power of Alienist. and the Reid It"" D. O'Connor being by me OWY swum, did dePSee tad MY that M is Assistant Secraary
of the FEDERAL INSURANCE COMPANY and known the caps.• aeai thmeol: that the seat affixed to the haapoing Power of Aromey to own contends Reel end wo treated affixed by autlgrM of the Sv Laws
of said Company. and that he signed said Powerof Attorney a Assistant Secretary of said company WWI, authority, and that he Is acgwinted with Georg, McClelan and knows Kim to be the Assistant Vics-Presakenn
of said Company, and that the signature of said George McClellan subscribed to said Power of Abomey b in the gawlro handwriting of mid George McCW n And was thereat subscibed by FAWN a saw
Sy -Laws and in deponent's presence.
NaN41 Seat
v` y Acknowledged and Swan fo beta@ m@
hgTARY 9 on the dab above widen.
• e � /LK.0 ��L�
PUBLIC • /��
Z '1` Notary Prualo
Rea JEPb'� cERrlwcAnoN i*' ALICE LEONARD
STATE OF NEW JERSEY as i ',VOTARY PUBLIC Of NEW JERSEY
County of Somerset } MY Commission Expires lucre 28, 1988
1, the undersigned. Assistant Secretary d IKe FEDERAL INSURANCE COMPANY, do hweoy cent that the tdbwing is a taw mmegA hem the BY•Lews of dta mid Comp" as adopted by He Board of Otractors
On fA Ch 11, 1853 and moat tacti amended Much tl, tae3 and than this BY I -ate Is at due force end atlas.
"ARTICLE %VIII.
Section 2. M bonds, undertakings, contracts and other imaburenb other than as above for and om b" of the Company which r is authorised by law a is Charter to exeeus, may
and shall be executed in the name and on behalf of the Company aKhw by the Chairman or the VlosChabman a the President or a VktrPresidant piMly with the Secretary of an Ambled
Secretary, under their rmpective designations, except that any one or more offices or annrmys- infacl designated in any resolution of ate eoard of Coaches or the Executive Committed.
or In any power of attorney executed a provided for in Section 3 below. may execute any such bond. undertaking a other obligator ere provided in such resolution or power at attorney
Section 3. AN powers of wlenwy fix met on behalf ofdoCarpwymay and SW be executed at the manta and onti atldl OWrputy . setter W the Chairman a the VIoFChekmmaVale PreeiMnl
or a vext-Prestdam or an Assistant Vbd- PaeiMM, pimly with tM Sacret&y or an Assistant Secretary, ads Info mapaclrve Malpaftlm. The slpWUn Of such odkan may MMtpaved, prMdd
a lithographed...
1 further carih that mid FEDERAL INSURANCE COMPANY Is duly scanded btnnsxY deslay And Nday dlNrama mesh of the States of the United States Of Amadm, WMrM aCaumbM. PuMO Rico, wo exh a!M
Province, of Canada with the arosptlon of Prince Edward wand; and is alsoduly licensed to became Sol@ suretyon bonds. undertakings, etc.. permitted or requited try law.
I. get undersigned Aseistand Secretary, of FEDERAL INSURANCE COMPANY. do hereby candy Nat der foregoing Power of Attorney Is M hill force and Fred.
Given under my hod arch the seal of mid Company at Warren. N.J., mid 30th days November 19 84
Ccrporstassal
Fa ,21- 10 -03@0(511.744CONUW
Executed in Triplicate*
Bond No. 60 -29 -87
FAPTHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 11
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted NoveWw 26, 1.84
has awarded to AHM INC., Pine Linins Division
hereinafter designated as the "Principal ", a contract for
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, AKRON, 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
Eighrp -Thrae Thousand, Four Hundred Ninety -Four and No /100 Dollars ($ 83,494.00 ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
• Page 12
Faithful P&formance Bond (Continued)
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 , 1984
A„ to _.
AMERON, INC., Pipe Lining Division (Seal)
Name of Contractor Principal)
e
!thorized Signature and 11tle
L S.LEISTER,ASST.SECRETARY
Federal Insuran :mpany
(Seal)
=9=ME E.'/. Nielsen, Attorney -in -Fact
3200 Wilshire Boulevard, Los Angeles, CA- 9DO10 '
Address of Surety
Signature and Title of Authorized Agent
., . .-
4 M R
Telephone No. of Agent
• • • l
A*OWLEDGMENT OF ANNEXED INSTRIONT
STATE OF CALIFORNIA l
)}
COUNTY OF Los Angeles ss.:
On this 30th day of November in the year Nineteen Hundred Eighty Four
before me, Anna L. Ochoa , a Notary Public, State
of California, duly commisioned and sworn, personally appeared E. J. Nielsen
personally known to me (or proved to me on the basis of satisfactory evidence) to be the
of 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 corporation therein named, and acknowledged
to me that such corporation executed the same. Federal Insurance Company
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal in the
State of California County of Los Angeles
on the date set forth above in this
certificate.
Notary Public, State of California
My commission expires July 1. 1988
...NN.. Y.N.NN.MtlNNN.MNYYN..N.. M..N.Ny .
]; ANNA L. OCHOA
NOTARY POELIC
STATE OF CALIFORNIA
,f PRINCIPAL OFFICE IN
LOS ANCELO COUNTY
My COIO miasma Expiry j* 7, 1984
.xY.m.tl••�,rruYw ---- -- .wn w.... ....
�
PII
F" 21 -IOMM Off'. 1260 CAL (CVpmn m) U.PA
a POWER OF ATTORNEY
�^ Know NI Men by thew Presents, Tha FEDERAL INSURANCE COMPANY, 15 Mountain Road, Warren, New Jersey, a New Jersey Corpora-
tion, has constituted and appointed, and does hereby constitute and appoint
Frahk E. Robertson, E. J. Nielsen, Paul Wickersham, William F. Mitchell, Patrick
F. Evans and Anna Ochoa of Los Angeles, California ---------------------------------
each Its true and lawful ANorney -in -Fad to execute under such designation in its name and to affix its corporate seal to and deliver for and D# its behalf as
surety thereon or otherwise, bonds or obligations given or executed in the course of its business, and any instruments amending or altering the dame, and eon -
Santa to the modification or alteration of any instruments referred to in said bonds or obligations.
M Witham WMr•ol. the sela FEDERAL INSURANCE COMPANY has. Pursuant to its By -taws, Caused tNae premntt N be agree by qe AN W" VbPtwNaN ant Assistant secretary •no ere
corporate sear to W hereto aM.ee this 26th dotter March t9R 4
Corpora,
STATE OF NEW JERSEY 1 SS.
County of Somerset I
FEDERAL I COMPANY
By �(a
Uebres McCINan
AgWre Vkm*raeldwM
On this 26th day of March 1984 , belm me P a"y came Rkhere D. O- Connor W me known and by me kit W ba ANts I Secretary ot ON FEDERAL 114
SURANCE COMPANY, the corporation described in and which executed the foregoing Power of Atoruy, and the sled Richard D. O'Connor being by me duly swum, del dapom and fay that he is Assistant Secretar,
of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seat awixed to the foregoing Power of Attorney w such corporrde mat and was thereto afexed by Whom, all the SV Lam
of said Company, and that he sigrad mid Power of Attorney m Antietam Secretary of said Company by like autherey; and that he N acquainted with George McClellan and krNwe him to be the Assistant ViC►Prmodml
of said Company, and that the signature of said George McClellan subscribed to mid Power of Attorney ts in the gamma hendwdtkg of said George McClellan and was thereto subscribed by authors, of tax:
By -Laws and in depose n's presence.
Notarial Seal
y Acknowledged and Swan N before me
NOTARY 9 on the data ab" wrklen.
t O /AiLL£1ri �iL!
• PUBLIC
Z 's' "my Pub
lic Pw JEPS� CERTIFICATION �'` ALICE LEONARD
STATE OF NEW JERSEY , PIDTARY PUBLIC Of NEW JERSEY
County of Somerset
SS. MY Commission Expires June 28, 1988
I. the undersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby cmify that the following IS a true excerpt from the By -Laws of the read Company a adopted by its Bred of Directors
on March 11. 11153 and most reowlly amended March 11, 1983 and that Inch B,,Law is in full force and effect.
"ARTICLE XVIII.
section 2. All bonds, undertakings. contracts and other mummers, other than a allow, for Ana on behalf of the Company which e Is Authorized by law or ill charter W eaeuta, may
ant shell W executed in she name and on behalf of the Company either by the Chairmen or she VW Chairmen or Ire Presklmt or a Vie Pretidml. IoidVy with the Secretary or an Amistant
Secretary, under their respective dalgnatione, except that any one or more officers or altorneys4nfdct designated M any solution of the Board or Direoa• or the Exectal" Cermnatm.
or in any power of attorney executed a provided M M Section 3 below, may execute my such bond, undertaking or other obligation a provided M such resolution or pore or Many
Section 3. All poweaaf morneyfor and onbetWf othee Conpsrry mayandshabe executed In themnandon behMotthe Company, esherby der Chekmanorthe YxNChememorthe Praid$m
or a Vice-PresidemorMAssisans VimPasidem, jandywiththe Secraseryorm Assistant Secretary, under their raPeotive Wagudon. Thesgratureoleuotn oMcere maybs ernpavm, printed
or lithographed."
I further certify that said FEDERAL MBURANCECOMPANY N duly licenead Milanect tdeliryaMmNty buMaa in each of the attempt the United Stge$d Anon, Dhtrictof Columbia. Puerto Rioo. And each of Mw
PrevincssotCanedawkhthemceplionof Pnnw Edwardlatent;and Nalmduty Iiceued Wb t aolee u" Wbond$, undetekkW .etc.,ParmittedorreQUkWtlylaw.
I, the undersigned AsNatant Socretwyof FEDERAL INSURANCE COMPANY, do herebyanty that the forpdrg Powerof Attamey ism hid form ant Me G.
Given under my hand and the seal of saidcompam at Warren, NJ.. this 30th dayaf No /yeembbe�ry/yt 19/84
Corporate seal
uMy,JVc
AOWAL MUeraw
Farm at- I"W(Ed. 744 CONSENT
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
AMERON, INC.
1 4700 Ramona Boulevard
Monterey Park, CA 91754
• CERTIFICATE OF'INSURANCE . Page 13
COMPANIES AFFORDING COVER
Company A TWIN CITY FIRE INSURANCE COMPANY
ny B
r_
ny C
r_
ny D
r_
ny E
INC.
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 V l,-attention: Public Works Department.
A Frank B. Hall & Co. of California/
By: Agency: Baccala & Shoop Insurance Services
Authorized Representative 2_3_g
Date Issue
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:
i STORM DRAIN IMPROVEMENT PROGRAM - Contract No. 2450
Project Title and Contract Number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
1 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
pertaWf the insurance afforded by the policies described herein is subject to all
the s, expto¢ ions and conditions of such policies, including attached endorsements.
_¢o� ✓ Acpncy: Truck Insurance Exchange
lve /p2 -in 'E'
Date Issued ' 81
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
GENERAL LIABILITY
Bodily Injury
$
$
Comprehensive Form
0003413
7/1/85
Premises - Operations
Property Damage
$
$
Explosion & Collapse Hazard
Ix
x Underground Hazard
B
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
$ included
Aviation
AUTOMOTIVE LIABILITY
B
❑x Comprehensive Form
Bodily Injury
$
(Each Person
❑Owned
$
Bodily Injury
(Each Occurrence
Hired
Proeerty Damage
Bodily Injury and
Non -owned
Property Damage
Combined
$500
EXCESS LIABILITY
A
® Umbrella Form
xU11184)
Eff.
Bodily Injury
❑ Other than Umbrella Form
7/1/84 lo
7/1/85
and Property
Damage Combined
$2,500,
$2,500,
WORKERS' COMPENSATION
Permiss
ly
Statutor
dC
Accident)
C
and
EMPLOYER'S LIABILITY
self -i
ured
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 V l,-attention: Public Works Department.
A Frank B. Hall & Co. of California/
By: Agency: Baccala & Shoop Insurance Services
Authorized Representative 2_3_g
Date Issue
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:
i STORM DRAIN IMPROVEMENT PROGRAM - Contract No. 2450
Project Title and Contract Number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
1 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
pertaWf the insurance afforded by the policies described herein is subject to all
the s, expto¢ ions and conditions of such policies, including attached endorsements.
_¢o� ✓ Acpncy: Truck Insurance Exchange
lve /p2 -in 'E'
Date Issued ' 81
• • 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 $ each occurrence
Property Damage Liability $ each occurrence
(XX) Single Limit
Co.
Bodily Injury Liability `B $ 500.000 each occurrence
and
Property Damage Liability
Combined
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: Storm Drain Imorovenpn r
Project Title and Contract No.
This endorsement is effective 12-6 -84
Policy No. N00034136
Named Insured
t 12:01 A.M. and forms a part of
Co. B
Name of Insurance Company Truck Insurance Exchange By
ndorsement No._
ve
\J
CITY OF NEWPORT BEACH
• 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 of 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 $ each occurrence
Property Damage Liability $ each occurrence
(x) Single Limit
Co.
Bodily Injury Liability B $ 500.000 each occurrence
and
Property Damage Liability
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: Storm Drain prprovEment Contract #2450
Project Title and Contract No.
This endorsement is effective 12 -6 -84 at 12:01 A.M. and forms a part of
Policy No. N00034136
Named Insured PNWN, INC. PIPE LINING DIVISION i Endorsement No.
Co.
B Name of Insurance Company Truck Insurance E�cchanae By�/2n'L{ l c -,t a_e, - -�
Authorized Representative
• . Page 16
CONTRACT
THIS AGREEMENT, entered into this A6ay of X26cl, 19 ,
by and between the CITY OF NEWPORT BEACH, hereinafter "City," and
, hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
STORM DRAIN
e
PROGRAM
2460
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:
STORM DRAIN IMPROVEMENT PROGRAM 2460
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 Eighty -three
Thousand Four Hundred Ninety -four Dollars and Ninety Cents
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)
0
(f) Plans and Special Provisions for
e
(g) This Contract.
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 parties hereto have caused this contract to
be executed the day and year first above written.
CITY OF NEWPORT BEACH
B
f
Ma r
ATTEST:
APPROVED AS TO FORM:
� AMERDN. INC., Pipe Lining Division .
i y Attorn Co tyraa for
By I
Its k. L EMERSON. DIVISION VICE PRESIDENT'
By
ts L. AEISTEk, ASST SECRET
CITY
CONTRACTOR
I. SCOPE OF WORK
• SP 1 of 8
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
STORM DRAIN IMPROVEMENT PROGRAM
1984 -85
CONTRACT NO. 2450
The work to be done under this contract consists of lining approximately
1300 lineal feet of corrugated steel storm drain pipe.
The Contractor will be given the option of lining existing pipe with
either a polyester resin, polyethylene or cement lining process.
The contract requires completion of all work in accordance with these
Special Provisions, the Plans (Drawing No. D- 5161 -S), the City's
Standard S ecial 198 Provisions and Standard Drawings for Public Works
Constructon
i, 2 Edition, and the Standard Specifications Standard
Specifications for Public Works Construction, 1982 Edition). Copies of
the StanVi Specifications are available at Building News, Inc., 3055
Overland Avenue, Los Angeles, California 90034. Telephone: (213) 870-
9871. Copies of the City's Standard Special Provisions and Drawings may
by purchased at the Public Works Department.
II. TIME OF COMPLETION
The Contractor shall complete all field work on this contract within
forty -five (45) consecutive calendar days, but no later then March 15,
1985. No work shall begin until a schedule of work has been approved
by the Engineer.
III. PAYMENT
The unit or lump sum price of each item of work shown on the proposal
shall be considered as full compensation for all labor, equipment,
materials, and all other things necessary to complete the work in place,
and no additional allowance will be made therefor.
Payment for incidental items of work, not separately provided for in the
proposal, shall be included in the price bid for related items of work.
IV
VI
• • SP2of8
WATER
The Contractor shall make his own provisions for obtaining and applying
water necessary to perform his work. If the Contractor desires to use
available City water, it shall be his responsibility to make arrangements
for delivery by contacting Mr. Gil Gomez at (714) 644 -3011. Water for
such use is provided by the City free of charge.
SURFACE AND GROUNDWATER CONTROL
Groundwater may be encountered at various times and locations during the
work herein contemplated. The Contractor, by submitting a bid, acknowl-
edges that he has investigated the risks arising from groundwater and
has prepared his bid accordingly.
The Contractor shall provide for the control and disposal of any accumu-
lation of water that interferes with construction.
SHOP DRAWINGS
The Contractor shall furnish to the Engineer shop drawings, data or
materials, and equipment and samples as are required for the proper
control of the work, including, but not limited to the following: pipe
repair sections and fabricated pipe lining material. All shop drawings,
data and samples shall be subject to review by the Engineer for conformity
with the drawings and specifications.
II. CONSTRUCTION DETAILS
A. Repair or Replacement of Existing Storm Drain Pipe
The Contractor is responsible for ascertaining the condition of the
existing C.S.P. storm drain prior to installation of the liner.
When, in the opinion of the Engineer, it is necessary to repair or
remove and replace a section of pipe, all such work performed by the
contractor will be paid for as "extra work" in accordance with Section
3 -3 of the Standard Specifications.
B. Cleaning of Existing Storm Drain Pipe
The Contractor shall remove all silt, sand, debris, detritus, or
other sedimentation or foreign material from within pipe to be
lined and from inlet and outlet areas within the right -of -way.
After cleaning, the interior of the pipe shall present a surface
free of all foreign matter except non - deteriorated original coating,
and shall be free of accumulated water.
Lining of Existing Storm Drain Pipe in Place
Lining of existing pipe shall be accomplished using cement mortar
lining, polyester resin lining, or polyethylene slip lining. The
Contractor shall provide a video tape to the Engineer of each
section of lined pipe, using the VHS format.
1. Cement Mortar Lining
• SP3of8
Lining pipe shall involve applying a cement mortar lining to
existing corrugated steel pipe, at the locations shown on the
plans and in accordance with these Special Provisions.
The dry components of the cement mortar shall consist of the
following proportions by weight: Sand, 50 percent and Port-
land cement, 50 percent.
Sand shall conform to the provisions of Section 200 -1.5 "Sand"
of the Standard Specifications and to the following grading.
Sieve Sizes Percentage Passing
No.
16
100
No.
30
85
- 100
No.
50
10
- 35
No.
100
0
- 5
No.
200
0
- 5
Should sample runs demonstrate that alteration of the grading
requirements yields a better pipe lining, the above grading
may be modified upon written approval of the Engineer.
After addition of the water, the mortar shall be well mixed and
of proper consistency to provide a dense, homogenous lining
that will hold firmly against the pipe surface. The water - cement
ratio shall be carefully controlled and shall be kept to a
minimum as ordered by the Engineer. Due allowance shall be made
for any existing moisture on the walls of the pipe. The
mortar shall be premixed by machine for a sufficient length of
time to obtain maximum plasticity, or approximately 3 minutes
minimum.
The cement mortar lining shall be applied in such a manner as
to obtain a minimum 112 inch nominal thickness over the top of
the corrugations. Application operations shall be performed in
an uninterrupted, continuous manner, for the given pipe, using
a centrifugal machine capable of projecting the mortar against
the wall of the pipe without rebound - -but with sufficient
velocity to cause the mortar to be densely packed in place.
Sand pockets or observed lack of homogenity will not be accep-
table. Compressed air shall not be used in the application .
Travel of the mortar projecting machine, and the rate of dis-
charge of the mortar, shall be entirely mechanically controlled
in such manner as to produce a uniform thickness of lining
without segregation around the perimeter and along the length
of the pipe.
The contract price paid per lineal foot of pipe lined shall include
full compensation for furnishing all labor, materials, tools, equip-
ment and incidentals, and for doing all the work involved in clean-
ing existing pipe preparatory to lining, patching the existing pipe,
replacing where required sections of the existing pipe, providing
access ports to the existing pipe, lining the existing pipe, curing
the liner in place, and providing video tape to the City.
• • SP 4 of 8
The machine shall be provided with an attachment for mechani-
cally troweling the mortar to produce a smooth, dense surface
finish. The machine placing the lining shall travel ahead of
the point of application in such manner that freshly placed and
troweled mortar will not be disturbed until it has set. The
finished surface of the lining shall be dense and smooth in
appearance.
The trowel attachment shall be capable of operation in pipes
which are found to be out of round, but should conditions be
encountered which, in the opinion of the Engineer, would make
troweling impracticable, the cement mortar lining may be trow-
eled by hand. The mechanical trowels shall smooth the surface
of the lining with a minimum disturbance to the lining. Excess
materials, spatter, and any other undesirable substances,
accumulating along the invert of the pipe, shall be removed ahead
of the trowels.
Hand placing of lining will not be permitted, except at sharp
bends and special locations where machine placing, in the opin-
ion of the Engineer, is impracticable.
Immediately upon the completion of a day's run of the machine, or
at any other appropriate interval within the working day, the
pipe shall be closed at both ends to prevent the circulation of
air. As soon as practicable after the final pass with the machine
and as approved by the Engineer, water shall be introduced into
the closed section in order to create a moist atmosphere and
keep the lining damp.
Z. Polyester Resin Lining
Lining pipe shall involve inserting into the existing pipe an
acceptable liner bag impregnated with a suitable polyester resin
generally conforming to the system known as the "Insituform"
process or an approved equal process. The preparation, insertion
and curing of the liner is to be carried out by the Contractor.
The reinforcing material of the liner bag shall be of a needle
interlocked felt or other material approved by the Engineer
formed into sheets of required thickness. Liner bags may be
made of single or multiple layer construction, but any layer
must not be less than 3 mm thick.
The liner felt content shall be sufficient to ensure a cured
thickness of liner as determined by the Contractor and approved
by the Engineer. Thickness of the cured liner shall meet the
Process manufacturer's specifications.
The resin content of the liner shall be 10 - 15% by volume
greater than the volume of felt in the liner bag.
0 0
SP 5 of 8
Allowance for longitudinal and circumferential stretching of
the liner during insertion shall be made by the Contractor.
The length of the liner shall be that deemed necessary by the
Contractor to effectively carry out the insertion and seal the
liner at the inlet and outlet of the manhole as shown on the
plans.
The actual strength and characteristics of the materials vary
with the type of resin used, the type of felt used, and the
degree of cure. The following table gives the range of phys-
ical properties based on a 3 mm liner:
Typical Properties of Polyester Resin 1/8" Casting Properties
Flexural
Strength
(psi)
8,000
Flexural
Modulus
(psi x 106)
0.38
Tensile
Strength
(psi) 6
4,000
Tensile
Modulus
(psi x 10 )
0.4
Barcol
38.
Heat Distortion
Temp.
( °C) at 264 load psi
71
Charpy Impact
1.5
Tensile
Elongation
( %)
1.7
The physical properties for the liner shall not be less than
those shown in the above table. The Contractor shall submit
to the Engineer certified test results of the above properties
for the liner used for the subject project.
Polyester resin liners shall be considered to fit closely to the
inner surface of the existing conduit and mechanically bonded to
it by excess resin such that the existing conduit is restored to
a structural condition that can continue to carry existing normal
earth and live loads. In the event of earth or live loads being
applied to the liner directly as in the case of severe damage to
the existing conduit resulting in missing sections, or bedding
erosion allowing potential major longitudinal pipe deflection
exceeding 5 %, or shallow lines subject to severe surface loadings
or potential soil shifting, then liner thickness shall be calcu-
lated to suit these conditions.
Installation
General - The Contractor shall deliver the uncured resin impreg-
nated liner bag to the site, or impregnate the liner bag with
resin at the site, provide all equipment required to place and
invert the liner into the conduit and cure it once in place in-
side the pipeline.
• • SP 4 of 8
Transportation to the Site - The liner bag shall be impregnated
with resin not more than 24 hours before the proposed time of
installation and stored out of direct sunlight at a temperature
of less than 39.2° F.
Liner Inversion - The liner shall be inverted into the pipeline
from a--suitable platform located above the manhole or any other
point of inversion. The free open end of the liner bag shall
be firmly secured to the inversion platform and the folded
liner passed down a suitably reinforced column to a chute or
bend leading to the opening of the pipe to be lined. Clean
water at ambient temperature shall be applied to the inversion
platform at a rate sufficient to cause controlled inversion of
the liner into the pipeline.
Liner inversion rate shall not exceed 10 meters per minute and
the tail of the liner or the tail tag rope will be suitably
restrained to prevent liner run away.
Liner Curing - The Contractor shall supply a suitable heat source
and water recirculation equipment capable of delivering hot water
to the far end of the liner to quickly and uniformly raise the
water temperature above the temperature required to commence the
exothermic reaction of the resin as determined by the catalyst
system employed.
The heat source shall be fitted with suitable monitors to gauge
the temperature of the incoming and outgoing water supply to de-
termine when uniform temperature is achieved throughout the length
of the liner. Water temperature in the lining during the cure
period shall not be less than any one of the temperatures and
times from the following chart:
MINIMUM SCHEDULE
Time Temperature
1 hour
190°
F
2 hours
180°
F
3 hours
170°
F
4 hours
150°
F
Independent Tests
General - Should the Engineer desire to make independent tests,
the Contractor shall, at the request of the Engineer, furnish
tests pieces or raw material samples. Such tests will be
performed at Engineer's expense.
1 0 0 SP /OT6
The above tests shall be made on specimens of resin, catalyst
and felt as supplied or pieces of cured liner cut from waste
areas when possible. Otherwise; the specimens shall be cut
from pieces of cured liner representative of the material
inserted and prepared and cured in a similar technique to the
process employed.
Delivery and Transportation - Delivery shall be made to the site
as shown on the plans. The Contractor will deliver and insert
the liner on a specified date at a given time.
Delivery Documentation - Each liner will be accompanied by
suitable documentation indicating time and date of manufacture,
felt thickness, number of layers, length of liner, resin type.
Manufacture - Each liner may be manufactured at any time but shall
Fe impregnated with resin not more than 24 hours prior to the
intended installation time. If insertion of the resin - impregnated
liner is delayed, the Contractor may store, at his own cost, the
liner fora period not to exceed 48 hours at or below 39.2° F.
Insertion and Curing - The insertion and curing of the liner will
be carried out by the Contractor, who shall provide sufficient
labor to operate the special equipment required to insert the
liner into the pipeline and cure it in place once installation
is complete.
3. Polyethylene Pipe Liner
Handling
Pipe shall be stored on clean level ground to prevent undue
scratching or gouging. Sections of pipe with deep cuts or
gouges shall be removed and the ends of the pipe joined.
Handling of the joined pipe shall bein such a manner that the
pipe is not damaged by dragging over sharp or cutting objects.
Joining
Polyethylene pipe shall not be joined to existing pipe or
adjacent segments until a minimum of 12 hours has elapsed to
allow for temperature equalization and stress relief. Liner
stretched beyond its elastic limit or damaged in any way shall
be rejected.
Polyethylene Pipe Liner Installation
After the polyethylene lineris inserted and is in place, the
annular space between the liner and the existing C.S.P. shall
be filled with Class 100 -E -100 slurry or suitable grout mix
approved by the Engineer.
Independent Tests
Engineer may request certified lab data to verify the physical
properties of pipe or may take random samples for testing by an
independent testing laboratory. Such tests will be performed
at Engineer's expense.
• SP8of8
Sections of the polyethylene pipe shall be joined into continuous
lengths by the butt fusion method and shall be performed in strict
conformance with the pipe manufacturer's recommendations using
approved equipment. A minimum 15" -long, full stainless steel circle
clamp shall be used to connect two lengths of polyethylene pipe
where butt fusion is not feasible as determined by the Engineer.
Insertion Shaft and Excavations
Entry slope of at least 3:1 shall be used for safe bending radius.
The bottom of the entry pit should provide a straight section for
ease of entry by the liner into the existing pipe. The straight
run length is calculated by converting the ID (inches) of the ex-
isting line to feet and adding three. Therefore, if the ID of an
existing line is 20 inches, the straight area would be 20 feet
plus 3, or 23 feet at the bottom of the entry pit. The width of
the shaft should be as narrow as possible and it will depend on the
location, type of soil, depth of the existing storm drain and the
water table.
Insertion of Liner
After completing the access shaft excavation, the existing pipe
shall be broken or cut and removed for the full length of the ac-
cess shaft.
A fabricated pulling head shall be connected to the leading end of
the pipe. A power winch cable shall be connected to the pulling
head so the liner can be pulled into the existing pipe.
Power winches for pulling in long lengths of polyethylene pipe shall
be rated equal to the project requirements.
Precautions shall be exercised including the use of a cushion and /or
guide to prevent the ragged edges of the broken out pipe from scor-
ing the outside of the liner as it is pulled into the pipe.
Caution must be taken not to stretch the polyethylene pipe beyond
its elastic limit in the event of a hang -up. Once started, the
pulling operation should continue to completion. Pulling speeds
shall approximate 50 feet per minute.
After insertion, a minimum of 12 hours shall be allowed for the
liner pipe to reach equalibrium with the pipe temperature and to
allow the pipe to stress relieve itself.
The polyethylene liner pipe should protrude at least 3 inches into
the terminal manhole or inlet.
0
0
I V
o 7
O N N
N U •r
O U==
O (d 4-3 i
,
i � 3 0
O r >1
10• r
10.0 10.0 U r Y
U E 0
J ro = E O
r
d r i U
4J+1 N,=
N Cr }l
4- C •r •r
O•r 3. "0
ro 4 1
O Mr H
C) ro 0 a u
C'1 C C C
to co
o m
r N+1 (V 0
+ C
S--04- •r N O i
N V U 41
!n
4 ro d
O O O L L
i-i J-1
N
L S- 0
o 0
O > O O
N C N u
•r r O C C
> O.•r O y
O E 41•r E
S. 4) ro N
O_ N •r O
> c > u
6! S- y O
+L•1 > E a i
4- O U CU 4--
O SO L N
i- +1a
Q)•r N
i O f..
O L N =
ro a1 1 C
3 QJ . •r O U
ro i o 3: •r U
O N ro
EL 3 •r S-
u
ro V >
r i C O c C
+L Oro L O
;4-v au
I
0
N
.Y.
C
J
N
a
a
U
C
H
_
O
i
E
O
a-
N
U
Ak
.1 Ilepon
Pipe Lining
Division
LIST OF CONTRACTORS
Empire Pipe Cleaning and
Equipment, Inc.
10282 "A" Trask Avenue
Garden Grove, CA 92643
Telephone: 714/639 -8352
T. V. Inspection Work
City of Newport Beach Project
Contract No. 2450
•
•
•
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: STORM DRAIN IMPROVEMENT PROGRAM (C -2450)
RECOMMENDATIONS:
•
November 26, 1984
CITY COUNCIL AG%A
ITEM NO. F-3 b)
1. Award Contract No. 2450 to Ameron Inc. for the total price bid
of $83,494.90, and authorize the Mayor and the City Clerk to
execute the contract.
2. Reject the bid received from Vicco Construction for the project.
DISCUSSION:
At 11:00 a.m. on November 13, 1984, the City Clerk opened and read
the following bids for this project:
Bidder Total Price Bid
Low Ameron Inc. $ 83,494.90
2 Thibodo Construction Co., Inc. $211,952.00
3. Vicco Construction $230,852.00
The low bid is 1.8% below the engineer's estimate of $85,000. Ade-
quate funds are available in Account No. 02- 3484 -053, Storm Drain Improvement
Program, to award this amount.
(3g)
This project provides for the lining of deteriorated corrugated steel
storm drain pipe. The work is needed to seal perforated storm drain pipe to
prevent the undermining of hillside property. (See attached sketch.)
The plans and specifications were prepared by the Public Works
Department. The contract requires completion of all field work within a 45-
consecutive- calendar -day period, but no later than March 15, 1985.
Benjamin B. Nolan
Public Works Director
SL:jd
Att.
Xo
r
1
�v �sr^tt� f /,, Ili\ �// i �', a -6•'• 1�
i" �a � h y s °� °" ; \�\' �^�,'et \� \� •��� v. �� �'E7 � C C.�C3C3 rs
err ' ' e { �u 'Sn, j'I ��� nk py+i'. may..`• �7u �a3e`��( fI' C�[�-
L ,^prl,� �_- j�'�t�e�� �F \1' �.��t i1.i � �rv�V/�7f��J('/��,��y�•�y� �.•,_
l :I M : r...nsnO �. r4'i
t �`I' I�J�I� n` a� ��.jd.� �! `' ��� : "�? t ; 2 �i3 `: �� / Sc' �L.; 1e'�t%yv f•I � %�y N'�S i � ,: -_�,. 1
r•�1 1
PROJECT LOCATIONS
C -24SO
CITY OF NEWPORT BEACH DRAWN Z.7/ DATE
PUBLIC WORKS DEPARTMENT APPROVED
STORM DRA IN /MPRO VEMENT
PROGRAM DRAWING NO. E.YH /B/ T 4
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA, s
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid, I am over the age of eighteen years,
and not a party to or interested in the above- entitled
matter. 1 am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, State of California, under the date of May 14,
1951, CASE NUMBER A 20178 that the notice, of
which the annexed is a printed copy (set in type not
smaller than nonpareil) has been published in each
regular and entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit:
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
Reach, California, this ytiay of /— 1, gy
�Signature
THE NEWPORT ENSIGN
This space is for the County Clerk's Filing Stamp
Proof of Publication of
A
Pasta Clipping of
Notice
SECURELY
In This Space
PROOF OF PUBLICATION
•
9
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
OCT 2 21984
-WWI,�;t
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: iPi Flt01t1#1E[Kt. t'ROtiRAE (-45U
RECOMMENDATIONS:
1. Approve the plans and specifications.
0 (-�S)
October 22, 1984
CITY COUNCIL AGENDA
ITEM NO. f i
2. Authorize the City Clerk to advertise for bids to be opened at
11:00 a.m. on November 13, 1984.
DISCUSSION:
This project provides for the lining of deteriorated corrugated
• steel storm drain pipe. The work is needed to seal perforated storm drain
pipe to prevent the undermining of hillside property.
The estimated cost of the work is $85,000. Adequate funds are
available in Account No. 02- 3484 -053, Storm Drain Improvement Program, to
award this amount.
The plans and specifications were prepared by the Public Works
Department. The contract requires completion of all field work within a
45- consecutive - calendar -day period, but no later than March 15, 1985.
i
Benjamin B. Nolan
Public Works Director
SJL:jw
•