Loading...
HomeMy WebLinkAboutC-2546 - Storm Drain Improvement Program 1985-86a 0 CITY OF NEWPORT BEACH December 9, 1986 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Spiniello Construction Co. 2910 East 55th Way Long Beach, CA 90805 (714) 644 -3005 Subject: Surety: St. Paul Fire and Marine Insurance Co. Bonds No.: 400 HH 4283 Contract No.: C -2546 Project: Storm Drain Improvement Program The City Council on November 10, 1986 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 in accordance with applicable sections of the Civil Code. The Notice was recorded by the Orange County Recorder on November 19, 1986, Reference No. 86- 568917. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach PLEASE RETU N TO: 86:56891 T. City Clerk ERUPT EXEMPT RECORDING REQUEST PEI* City of Ne t Bach GOVERNMENT CODE 6103 3300 Newport Blvd. Newport Beach, CA 92663 -3884 NOTICF. OF COMPLETION RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -2 3o PM NOV 19'86 COUNTY PUBLIC WORKS Ext1YM179 NO CONSIDERATION c�4 '1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 10, 1986 _ the Public Works project consisting of Storm Drain Improvement Program (C -2546) on which Spiniello Construction Co. 2910 East 55th Way, Long Beach, CA 90805 was the contractor, and St. Paul Fire and Marine Insurance Co.. 500 S. Kraemer Blvd._ was thpl . was completed. Brea, CA 92621 ��NEWPO.ReT BEACN, 9 t- o>:c a�9as- IV RECEIVED CITY PI F,RK 11 VERIFICATION r I; it _ reigned, say: CITY OF NEWPORT BEACH 2�r � ublic 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 November 14, 1986 at Newport Beach, California. J� za 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 November 10, 1986 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 November 14, 1986 at Newport Beach, California. City Clerk �9 T231`t'`;? ^; "tl+li4�3�t T9�V13X3 Ulu' 300, 114MRIVU CIT)JF NEWPORT AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 November 14, 1986 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 644 -3005 Enclosed is the following docuTeit for recordation and return to the above -named office: Storm Drain Improvement Program (C- 2546). Sincerely, C� Wanda E. Raggio City Clerk 3300 Newport Boulevard, Newport Beach 0 r1 LJ BY THE CITY COUNCIL CITY OF NEWPORT REACii NOV 10 1986 T0: CITY COUNCIL APPROVED FROM: Public Works Department SUBJECT: ACCEPTANCE OF STORM DRAIN IMPROVEMENTS (C -2546) RECOMMENDATIONS: November 10, 1986 CITY COUNCIL AGENDA ITEM NO. F -14 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 recorded in accordance with applicable sections of the Civil Code. DISCUSSION: The contract for the lining of the corrugated metal pipe storm drains has been completed to the satisfaction of the Public Works Department. The bid price was $ 139,505.00 Amount of unit price items constructed 146,650.00 Amount of change orders none Total contract cost $ 146,650.00 Funds were budgeted in the General Fund, Account No. 02- 5585 -102. An error in the estimated quantities and somewhat more slope reconstruction below Cameo Shores resulted in the increase in the amount of unit price items constructed. The contractor is Spiniello Construction of Long Beach, California. The contract date of completion was September 20, 1986. The work was c mp'eted by Sala ptember 16, 1986. el` Benjamin B. Nolan Public Works Director • LD:bjm 0S) V CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK )714) 640 -2251 TO: FINANCE DIRECTOR Public Works Department 7 17 /Y,/ FROM: CITY CLERK (� DATE:, July 7, 1986 SUBJECT: Contract No. C -2546 Description of Contract Storm Drain Improvement Program Effective date of Contract Authorized by Minute Action, approved on June 23, 1986 Contract with Soiniello Construction Co. Address 2910 East 55th Way Long Beach, CA 90805 Amount of Contract RM Wanda E. Andersen City Clerk WEA:Ir attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 i TO: CITY CLERK FROM: Public Works Department SUBJECT: STORM DRAIN IMPROVEMENT July 3, 1986 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this department. Steve Luy Project Engineer SL:em Att: 0 0 CITY CLERK 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 June , 1986, at which t— i�me such bids shafT be opene�lc and read for STORM DRAIN IMPROVEMENT PROGRAM Title of Project F' 3 2546 Contract No. $135,000 Engineers Estimate AN Approved by the City Council this 27th day of May , 1986. Wanda E. Raggio 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 J. Luy at 644 -3311. Project Manager To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL STORM DRAIN IMPROVEMENT PROGRAM CONTRACT NO. 2546 PR 1.1 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 No. 2546 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. Lump Sum Mobilization @ Five Thousand Dollars and No Cents $ 5.000.00 $ 5 000.00 Per Lump Sum 2. 366 Line existing 12 -inch CSP storm drain Lineal Feet @ Forty -five Dollars and No Cents $ 45.00 $ 16.470.00 Per Lineal Foot 3. 330 Line existing 15 -inch CSP storm drain Lineal Feet @ Forty -five Dollars and No Cents $ 45.00 $ 14,850.00 Per Lineal Foot 4. 594 Line existing 18 -inch CSP storm drain Lineal Feet @ Forty -five Dollars and No Cents $ 45.00 $ 26,730.00 Per Linea Foot C) N cn a rn N 3 ( 0 0 O 3 N e+ T c n c+ O 3 C) O r nv 0- -%:E = O T d O :r 7 O 3 Z J• �.m F Se d N O J. XE + O J•ie'N F • 3 e+m� d Q - (D m m O omnm - e s O m T m n < 3 c p N d m T a o 370 -'J• J. 3 O O fD O tG 1 T T N S S 0 0 0 m d eh C C V 3 m Vf m n a m T O m -•n O (aD 0 IV d C O F ddmr� 7 3 a W n aN V m., -too C 7 N SAN eh t+ CD C t C) -S m J. 0 3 d r T'dnad �G O p J. r+ S q£ 7 t< C) J. t+ r+ d O 7 7 n a n m N N O n � . • Pk 1.2 ITEM ,QUANTITY ITEM DESCRIPTION UNIT TOTAL N0. 'AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 95 Line existing 21 -inch CSP storm drain Lineal Feet @ Seventy Dollars and No Cents $ 70.00 $ 6,650.00 Per Lineal Foot 6. 498 Line existing 24 -inch CSP storm drain Lineal Feet @ Seventy -five Dollars and No Cents $ 75.00 $_37 350.00 Per Lineal Foot 7. 280 Line existing 30 -inch CSP storm drain Lineal Feet Eighty Dollars and No Cents $ 80.00 $ 22,400.00 Per Lineal Foot 8. 48 Line existing 42 -inch CSP storm drain Lineal Feet Ninety Dollars and No Cents $ 90.00 $ 4,320.00 Per Lineal Foot 9. 31 Concrete slope restoration Cubic Yards One Hundred Eighty -five Dollars and No Cents $ 185.00 $ 5,735.00 Per Cubic Yard TOTAL PRICE.WRITTEN IN WORDS: One Hundred Thirty -nine Thousand Five Hundred Five Dollars and No Cents $ 139,505.00 301579 -A Contractor's Lic. No. & asst ication (213) 531 -9792 Bidder`s Telephone Number une 113. 1986 Date Spiniello Construction Co. Bidder S /M. Wayne Cardwell, Western Regional Manager Authorized Signature Tit e 2910 East 55th Way, Long Beach, CA 90805 Bidder's Address 0 9 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. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less that 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. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of 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. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Page 2 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 and omissionsin 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. 301579 -A Spiniello Construction Co. Contr's Lic. No. & Classification Bidder June 13, 1986 S /M. Wayne Cardwell, Western Regional Date Authorized Signature /Title Manager Ll DESIGNATION OF SUBCONTRACTOR(S • Page 3 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. Subcontract Work Subcontractor Address 12306 Van Nuys Blvd. 1. Slope protection Superior Gunite Lakeview Terrace, CA 91342 2. 3. 4. 5. 6. 7. 8. 9. 10. 12. Spiniello Construction Co. Bidder S /M. Wayne Cardwell, Western Regional Authorized Signature /Title Manager FdWRIGINAL SEE CITY CLERK'S FILE OY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, SPINIELLO CONSTRUCTION COMPANY Page 4 as bidder, and ST. PAUL FIRE AND MARINE INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of Ten Percent of Bid Amount------------------------ - - - - -- -Dollars ($10% of 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 STORM DRAIN IMPROVEMENT PROGRAM 2546 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 6th day of ,tune , 1986 . Soiniello Construction Company (Attach acknowledgement of Bidder Attorney -in -Fact) S /Cheryl Boles S /M. Wayne Cardwell, Western Regional Notary Public Authorized Signature /Title Manager Commission Expires: January 27, 1989 St. Paul Fire and Marine Insurance _Company Surety S/ By Pearl Tang Title Attorney -in -Fact . . Page 5 NON- COLLUSION AFFIDAVIT 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 13 day of June , 19 86. My commission expires: November 20, 1987 S /M. Wayne Cardwell, Western Regional Manager Authorized Signature /Title S /Wayman Carol Bearden Notary Public 0 . Page 6 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 1986 Los Angeles Dept. of R. S. Bryant 213 - 481 -6208 Water & Power 1985 City & County of Denver J. H. Bambei 303 - 628 -6000 1984 City of Pueblo Terry Book 303- 584 -3600 1983 City of Long Beach Dan Davis 213- 426 -5951 Cal i 1982 City of Glendale L. Zamboni 818 - 956 -2062 ifornia of Burbank D. Kile 818- 847 -9606 California 1980 Los Angeles Dept. R. S. Bryant 213 - 481 -6208 of Water & Power Spiniello Construction Co. Bidder Authorized Signature /Title S /M. Wayne Cardwell Western Regional Manaaer LJ NOTICE 0 Page 7 The following are contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) 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 submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Ratin Guide: Property-Casualty. Coverages shall be provided for al T 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 Standa ecifications for Public Works Construction (latest edition adopted rd o5 r use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. Executed. in Four Count arts Bond # 400 HR 4263 Premium included in Performance Bond. 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 June 23, 1986 has awarded to Spiniello Construction Company hereinafter designated as the "Principal ", a contract for Storm Drain Improvement Program (C -2546) ..- 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, or other supplies used in, upon, for, or about the performance 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 Spiniello Construction Company as Principal, and St. Paul Fire and Marine Insurance as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Thousand One Hundred Thirty Nine /Five Hundred Five and No /100 - - -- Dollars ($ 139.505.00 - - - -�, 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, or other supplies, 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 Unemploy- ment 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. The 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 A 1 i` i i • Payment Bond (Continued) 0 Page 9 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 25th day of J„ne , 19 86 . S iniello Construction Com (Seal) Name of Contractor Principal - Authorize ignature and Title IN. WNME CARDWELL Authorized Signature and Title St. Paul Fire & Marine Insurance Co. (Seal) Name of Surety 500 S. Kraemer Blvd. Brea, CA 92621 Address of Surety ignature and Title of ut orized Agent Pearl Tang, Attorne in -Fact Address of gent Telephone No. of Agent 11050mul ST. PAUL FIRE AND MARINE INSURANCE CO NY CERTIFICATE OF a 30asbington Street, St. Paul, Minnesota 55 AUTHORITY NO. For verification of the authenticity of this Power of Attorney, you may telephone toll free 800.328 -2189 and ask for 0(,- (a r7 p the Power of Attorney' Clerk. Please refer to the Certificate of Authority No. and the named individual(s). `Y J ! O GENERAL POWER OF ATTORNEY- CERTIFIED COPY (Original on File at Home Office of Company. See Certification.) KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing under the laws of the State of Minnesota, having its principal office in the City of SL Paul, Minnesota, does hereby constitute and appoint: William R. Torgerson, R. A. Coon, Pearl Tang, Glenn G. Parker, Charles L. Hezmalhalch, individually, Brea, California; Carol Reeve, Daniel P. Aguilar, Barbara Furgatch, Frank A. Perry, individually, Woodland Hills, California its true and lawful attorney(s) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizanees, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, UNLIMITED AS TO CHARACTER AND AMOUNT and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance Company, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V,- Section 6(C), of the By -Laws adopted by the Board of Directors of ST. PAUL FIRE AND MARINE INSURANCE. COMPANY at a meeting called and held on the 23rd day of January, 1970, of which the following is a true transcript of said Section 6(C): "The President or any Vice President, Assistant Vice President, Secretary or Resident Secretary shall have power and authority (I) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) To appoint special Attorneys -in -fact, who are hereby authorized to certify to copies of any power -of- attorney issued in pursuance of this section and /or any of the By -Laws of the Company, and (3) To remove, at any time, any such Attorney -in -fact or Special Attorney -in -fact and revoke the authority given him." Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 6th day of May, 1959, of which the following is a true excerpt: "Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." Fx" Fs� E"6tbp,N IN TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and its dj' corporate seal to be affixed by its authorized officer, this tat day of March, A.D. 1984. ST. PAUL FIRE AND MARINE INSURANCE COMPANY r 9ms STATE OF MINNESOTA) county Ramsey / G�0 ice President On this 21st day of January , 19 $6 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he /she is the therein described and authorized officer of St. Paul Fire and Marine Insurance Company; that the seal affixed to said instrument is the Corporate Seal of Said Company; that the said Corporate Seal and his /her signature were duly affixed by order of the Board of Directors of said Company. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the city of St. Paul, Minnesota, the day and year first above written. MARY C. CLANCY, Notary Public, Ramsey County, MN My Commission Expires November 1, 1990 CERTIFICATION I, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGNALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. 0..b 1 +� '+ IN TESTIMONY WHEREOF, I have hereunto se[ my hand this r7 25th day of June ,19.6. Secretary Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Photocopies, carbon copies or other reproductions of this document are invalid and not binding upon the Company. ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY. 29550 Rev. 3 -84 Printed in U.S.A T Executed in Fouwunterparts Bond IS00 HH 4283 Page 10 Premium $ 1,046.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 23- 19A6 has awarded to cPiniallo Construction Comps" hereinafter designated as the "Principal ", a contract for Storm Drain jmprpypmant Program (C- 2546) 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, Spiniello Construction Company as Principal, and St. Paul Fire and Marine Insurance as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Thousand One Hundred Thirty Nine /Five Hundred Five and No/100 - - - -- -Dollars ($ 139,505.00- - - - -), 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 0 Faithful Performance Bond (Continued) • Page 11 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 25th day of June , 19 86 S inielle Construction Company (Seal) Name of Contractor Principal) Hutnorizea lgnature ana iitie AtVAMCAP&AM MAN AM Authorized Signature and Title St. Paul Fire and Marine Insurance Co. (Seal) Name of Surety f 500 S. Kraemer Blvd. Brea. CA 2621 dress of Surety BY: P v Signature and Title of futhorized Agent Pearl Tang, Attorney —i —Fact Address of Agent Telephone No. of Agent 0 I � S I W ;N m � m e N O w � w � a ^ 0 0 a a O ry n sw w ^. m °s f n � 3 2 CJ 2 <RI� n • ' D }• N O m r cn 1 ♦} v 1 � Ira H m ro �-j yj v N 0 0 O w 0 z C, o w — a O I- 0 o. 0 s ^F ,s a m O CD m co w �OD Q O rn -�i O a m o a C � m � O D p z u N n 7 Ca r 7 � C 7J K The a P z C 1 y CERTIFICATE OF INSURANCE • Page 12 .. _ CERTIFICATE HOLDER City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED )iniello Construction 25 Airport Road J Company iiational Union Fire Ins Co of Pitts, PA B C D E This is to certify that policies of insurance listed below have been issued to the insured named above did 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. CKNCELLATION: 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 �., /- r"tered mail, attention: Public Works Department. By: �,;'U1 Autho ,zed] L 1 Agency: EMAR LTD., INC. Authorized Representativ Eisenhower Parkway Date: 5/25/86 Telephone: Livingston, New Jersey (201)994 -3131 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: Storm Drain and Im rovment P Project Title and Contract Number 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. 81 Policy LIMITS F LIABILITY IN THOUS NDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro ucts LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Bodily Injury $ $ x Comprehensive Form x Premises - operations Property Damage $ $ x Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury A Hazard x Contractual Insurance LA /1/87 and Property Damage Combined $ 1 000 . $ 1 000 x Broad Form Property Damage 708091 x Independent Contractors x Personal Injury Marine Personal Injury $ 1,000, Aviation AUTOMOTIVE LIABILITY Comprehensive Form Bodily Injury $ (Each Person A Owned A823 5/1/8 $ �� y naury Each Occurrence �x Hired 027 Pro ert Damage Bodily njury and O Non -owned Property Damage Combined 1,000, $ EXCESS LIABILITY (] Umbrella Form Bodily Injury Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statuto 77 A and EMPLOYER'S LIABILITY C307 468 5/1/8 $1,000, ac Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CKNCELLATION: 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 �., /- r"tered mail, attention: Public Works Department. By: �,;'U1 Autho ,zed] L 1 Agency: EMAR LTD., INC. Authorized Representativ Eisenhower Parkway Date: 5/25/86 Telephone: Livingston, New Jersey (201)994 -3131 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: Storm Drain and Im rovment P Project Title and Contract Number 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. 81 • Page 13 ' l CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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 8 1,000,000. each occurrence 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 and Im rovment Program — Contract 112546 Project Title and Contract No.). This endorsement is effective 6/27/86 at 12:01 A.M. and forms a part of Policy No. BA8230027 . Named Insured Spiniello Construction Company -- Endors eft No. 7 c C )n Fire Ins. Co. of Pitts, e Company — Page 14 r CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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 nold 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 Property Damage Liability ()Q Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence occurrence $ 1, 000, 000. each occurrence 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 and Improvment Pro ram — Contract #2546 (Project Title and Contract No. This endors��npenni iS 2,ff ctive 6/27/86 at 12:01 A.M. and forms a part of Policy No. IjLA /OiS0y1 Named Insured Spiniello Construction Company Endyrs_ment No. National Union Fire Ins. Co, of Pitts, A \ ` Name of Insurance Company 0 Page 15 CONTRACT 7/ THIS AGREEMENT, entered into this /L day of 19 , by and between the CITY OF NEWPORT BEACH, hereinafter "Ci ," a Spiniello Construction Co. hereinafter "Co actor is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Storm Drain Improvement Pro 2546 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 2546 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 Thousand Thirty Nine Five Hundred Five & No /100 ($139.505.00 )• 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) • • Page 16 (f) Plans and Special Provisions for Storm Drain Improvement Program 2546 Title of Proiect Contract No. (g) This Contract. 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. ATTEST: APPROVED AS TO FORM: City Attorney niell Name of Contractor (Principa thoriz I.of Signature and Title / M. W4Y14E CARDWELL STERN REGIONAL MANAGER Authorized Signature and Title CITY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STORM DRAIN IMPROVEMENT PROGRAM 1985 -86 CONTRACT NO. 2546 INDEX TO SPECIAL PROVISIONS SECTION PAGE SP I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . 1 IV. WATER . . . . . . . . . . . . . . . . . . . . . . . 1 V. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . 2 VI. SHOP DRAWINGS . . . . . . . . . . . . . . . . . . . . 2 VII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . 2 A. Repair or Replacement of Existing Storm Drain Pipe . . . . . . . . . . . . . . . . . . . . 2 B. Cleaning of Existing Storm Drain Pipe . . . . . . 2 C. Lining of Existing Storm Drain Pipe in Place ......................2 1. Cement Mortar Lining . . . . . . . . . . . . . 2 2. Polyester Resin Lining. . . . . . . . . . . . 4 3. Polyethylene Pipe Liner . . . . . . . . . . . 7 D. Concrete Slope Restoration. . . . . . . . . . . . 9 1, Gunite. . . . . . . . . . . . . . . . . . . 9 2. Shotcrete . . . . . . . . . . . . . . . . . . 9 3. Cement Mortar . . . . . . . . . . . . . . . . 9 E. Application of Air - Placed Concrete. . . . . . . . 9 F. Welded Wire Fabric Reinforcement. . . . . . . . . 9 • . SP 1 of 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STORM DRAIN IMPROVEMENT PROGRAM CONTRACT NO. 2546 I. SCOPE OF WORK The work to be done under this contract consists of lining approximately 2,200 lineal feet of corrugated steel storm drain pipe and applying concrete for slope restoration. The Contractor will be given the option of lining existing pipe with either a polyester resin, polyethylene or Portland cement mortar. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. D- 5173 -S and D- 5174 -L), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction 985 Edition), and (4) the Standard Specifications for Public Works Construction (1985 Edition). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. A copy of the Standard Special Provisions and Standard Drawings may be purchased at the Engineer's office for $5. II. TIME OF COMPLETION The Contractor shall complete all field work on this contract within sixty (60) consecutive calendar days, but no later than August 30, 1986. 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. Partial payments for mobilization costs shall be made in accordance with Section 10264 of the California Public Contract Code. IV. WATER If the Contractor desires to use City water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to City, the deposit will be returned to the Contractor, less a quantity charge for water usage. • . SP2of9 V. SURFACE AND GROUNDWATER CONTROL Groundwater may be encountered at various times and locations during the work herein contemplated. The contractor, by submitting a bid, acknowledges 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 accumula- tion of water that interferes with construction. VI. 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 sec- tions 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. VII. 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. Cleaninq of Existinq Storm Drain Pi 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. C. 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. 1. Cement Mortar Lining 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. • SP 3 of 9 The dry components of the cement mortar shall consist of the following proportions by weight: Sand, 50 percent and portland 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 1/2 -inch nominal thickness over the top of the corrugations. Application operations shall be performed in an unin- terrupted, continuous manner, for the given pipe, using a centrifu- gal machine capable of projecting the mortar against the wall of the pipe without rebound - -but with sufficient velocity to cause the mor- tar to be densely packed in place. Sand pockets or observed lack of homogenity will not be acceptable. Compressed air shall not be used in the application. Travel of the mortar projecting machine, and the rate of discharge of the mortar, shall be entirely mechanically controlled in such manner as to pro- duce a uniform thickness of lining without segregation around the perimeter and along the length of the pipe. 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 a 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. The mechanical trowels • • SP4of9 shall smooth the surface of the lining with a minimum distur- bance 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. Untroweled lining is acceptable in the lining of pipe that is (1) excessively out of round, (2) 20 inches in diameter and under, and (3) when lining pipeline segments which contain cocked joints, sharp bends, and angle points. The finished untroweled surface shall be smooth and regular. Ridges or une- ven build -up caused by irregularity in the travel rate of the machine shall not be allowed. 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 intro- duced into the closed section in order to create a moist atmosphere and keep the lining damp. The contract price paid per lineal foot of pipe lined shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in cleaning existing pipe preparatory to lining, providing access ports to the existing pipe, lining the existing pipe, and curing the liner in place. 2. Polyester Resin Linin 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, inser- tion 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 percent by volume greater than the volume of felt in the liner bag. • • SP of 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 physical 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) 4,000 Tensile Modulus (psi x 106 0.4 Barcol 38 Neat 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. Polester 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 ero- sion 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- nat— e� impregnated 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 inside the pipeline. . SP6of9 Transport ion tore Site - The liner bag shall be impregnated with resin ta 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. Lining 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 deter- mine 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 hour 190° F hours 180° F hours 170° F hours 150° F Independent Tests General - Should the Engineer desire to make independent tests, the Contractor shall, at the request of the Engineer, furnish test pieces or raw material samples. Such tests will be performed at Engineer's expense. The above tests shall be made on specimens of resin, catalyst and felt as. supplied or pieces of cured liner cut from waste areas • . SP 7 of 9 when possible. Otherwise, the specimens shall be cut from pieces of cured liner representative of the material inserted and pre- pared and cured in a similar technique to the process employed. Delivery and Transportation - Delivery shall be made to the site as shown on the p a6 S. The contractor will deliver and insert the liner on a specified date at a given time. Delivery Documentaton - 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 for a period not to exceed 48 hours at or below 39.2° F. Insertion and Curing - The insertion and curing of the liner will be came oud ttC5 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 be in 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 tem- perature 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 liner is 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 Engineer. Polyethylene liner shall be the largest production size possible for each storm drain to be lined. 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. • SP8of9 Sections of the polyethylene pipe shall be joined into con- tinuous lengths by the butt fusion method and shall be performed in strict conformance with the pipe manufacturer's recommen- dations using approved equipment. A minimum 15 -inch -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 existing 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 access 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 scoring 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 equilibrium 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. L , D. Slope Restoration 1. Materials 0 SP9of9 Slope restoration shall be accomplished with reinforced gunite, shotcrete or cement mortar materials as follows: a. Gunite shall consist of one part portland cement to 31 parts fine aggregate, measured by either volume or weight. The fine aggregate shall be thoroughly dried and kept continually dry until mixing. b. Shotcrete shall be Class 600 -E -3250. c. Cement mortar shall be per Section VII -C.1. d. Welded wire fabric shall be galvanized, lapped at least 6 inches and throughly tied with galvanized wire not less than No. 18 gauge. Fabric shall extend over the entire finished surface of the restored slope, and shall be covered with approximately 6 inches of gunite, shotcrete, or cement mortar. 2. Application All surfaces of the slope to be in contact with gunite, shotcrete or mortar, including the bottom of slope, shall be cleaned and cleared to underlying rock of all vegetation, loose dirt, debris, rubble, and foreign material prior to application. In applying gunite, shotcrete, or cement mortar to vertical or inclined surfaces, the operator shall stand sufficiently close to the work so that the mixture under properly regulated air pressure shall strike with sufficient force to become thoroughly compacted. His position, however, shall not be such that the force of the impact will cause an undue amount of aggregate to rebound or to blow or move away mixture that has just been deposited. The operator shall, however, regulate the rate and mixture at which the mortar is built up by working over an area of considerable extent, as deter- mined by trial, so that the weight of succeeding applications of mortar will not cause the preceding ones to flow, sag or pull away. During application of the mixture, the Contractor shall take extra precaution to protect existing storm drain pipes. The Contractor may incorporate existing broken P.C.C. and rock rubble into his gunite, shotcrete, or mortar fill with the prior approval of the Engineer. The rubble shall be clean of all foreign material prior to application. Payment for slope restoration shall be per cubic yard of cement, fine aggregate and /or sand measured at the mixer. _, a W � t V h\ I O � W C , I ti C 5.77 I✓ .h iI I� 0 R X00 Q h � Q N 6131 QIO oe Oy V w a 0 k► 0 z W i MI W 3 N LJ O om � a U z 0 a to rc > U W N O � m W 0 k W 3 o o W 0 k ac p p 3 Y LAJ Z 3 h h � O m h � _ = a 'OS� 10 LLi _ , O O 0 d3i� o a m F N W p a s U j LLI T o IW W •� a W I\\ O lk QQ s J d V m f1 g 0 n m I -.I I O W h V �3 e �3 Z N v h N b s. F h � o W W � V 0 OA 0 A h� VZ S_ _1 0 � � 0 w o W * Q Qr �LU h � � Sk W¢ h K Z3 LL V p OJ >F- E. w a 0 z a 0 z 0 r a v W D Im W� ao o� y. j- - 'J W� 2 Ob'Oa' n Ef96 r L� o� 3 4W F � � d C h� o 3 X v 3 h. 0 I I I II II� I� III it Ii II II II I� �I I I �II I� i1 I� I� I vm h W� c n 1 y i U Z -,0 VIP,* W 3 K 3 W � I N Q 4A c Q J W Q 2 vIN Q o r R O N W O W N h = hi NO s �0 s wo h j lL V h 0m IL V U Q� h VI r h\ W I I 1 tX h�\Na Tn i� ��'•'\ Sao � \ � I Z 0 a rc U W D } m W 0 ND l �I ~ s c IQ z� yZ �a O O �• O i W ( \�`V d \V m F y W a �S a Qo �' c=� Q� h VI r h\ W I I 1 tX h�\Na Tn i� ��'•'\ Sao � \ � I Z 0 a rc U W D } m W 0 ND l �I . il kA I W� 1 L, \ I� IL i I I i II s I W I I N i LN V t 4 �� 00 N m W 0 •7 0 h O I I\ � 0 Z O J h Q h V V N Ir J m a h LL H r z W i a w WY Z; U- 0 z ca r a H U 3 _V) CL to s � V W w � 0 m w a 0 L, L \ � I V kA I W� 1 L, \ I� IL i I I i II s I W I I N i LN V t 4 �� 00 N m W 0 •7 0 h O I I\ � 0 Z O J h Q h V V N Ir J m a h LL H r z W i a w WY Z; U- 0 z ca r a H U 3 _V) CL to s � V W w � 0 m w a 0 1 • I • TO: CITY COUNCIL FROM: Public Works Department • June 23, 1986 CITY COUNCIL AGENDA ITEM NO. F -3(b) SUBJECT: STORM DRAIN IMPROVEMENT PROGRAM 1985 -86 (C -2546) RECOMMENDATION: DISCUSSION: By THE CiTy COUNCIL CITY Of NEWPORT BEACH JUN 23 1966 Award Contract No. 2546 to Spiniello Construction Co. for the total price bid of $139,505, and authorize the Mayor and the City Clerk to execute the contract. At 11:00 A.M. on June 13, 1986, the City Clerk opened and read the sole bid received for the subject project. The bid of $139,505 from Spiniello Construction Co. is 3% above the engineer's estimate of $135,000. The small number of bidders is attributed to the limited number of contractors who perform such work. Adequate funds are available in Account No. 02- 5585 -102, Storm Drain Improvement Program, to award this amount. This project provides for installing polyester resin, polyethylene or cement mortar liners within deteriorated corrugated steel storm drain pipe in approximately 19 locations throughout the City. The work is needed to seal per- forated storm drain pipe to prevent saturation and undermining of hillside prop- erty. In addition, the project will include slope restoration adjacent to those storm drain outlets near the beaches in Cameo Shores. The restoration will pro- vide a cover for existing exposed storm drains and eliminate further erosion to slopes adjacent to the drains. The plans and specifications were prepared by the Public Works Department. The contract requires completion of all field work within a 60- consecuti a -day period, but no later than August 30, 1986. Benjamin B. Nolan Public Works Director SL:jd • TO: CITY COUNCIL FROM: Public Works Department SUBJECT: STORM DRAIN IMPROVEMENT PROGRAM (C -2546) RECOMMENDATIONS: May 27, 1986 CITY COUNCIL AGENDA ITEM NO. F -13 B7 THE MY COUNCIL CITY OF NEWPORT BEACH MAY 2 7 1985 APPROVED 1. Approve the plans and specifications. 2. Authorize the City Clerk fo advertise• for : bids to be opened at 11:00 .a:.m..: on ,.lune;_-13, 1"6. DISCUSSION: This project provides for installing polyester resin, polyethylene or cement mortar liners within deteriorated corrugated steel storm drain pipe. • in approximately 19 locations throughout the City. The work is needed to seal perforated storm drain pipe to prevent saturation and undermining of hillside property. In addition, the project will include slope restoration adjacent to those storm drain outlets near the beaches in Cameo Shores. The restoration will provide a cover for existing exposed storm drains and eliminate further erosion to slopes adjacent to the drains. The estimated cost of the work is $135,000. Adequate funds are available in the Storm Drain Improvement Program account 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 60- consecutive -day period, but no later than August 30, 1986. Benjamin B. Nolan Public Works Director SJL:jd