HomeMy WebLinkAboutC-3271 - Sewer & Storm Drain Lining ProjectApril 25, 2001
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 6443005
Mr. Richard Julio
Insituform Technologies, Inc.
9445 Ann Street
Santa Fe Springs, CA 90670
Subject: Sewer and Storm Drain Lining Project (C -3271)
Dear Mr. Julio:
On April 25, 2000, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Labor & Materials Bond was released on June 1, 2000. The Surety for the
contract is National Fire Insurance Company of Hartford, and the bond number
is 929125581. Enclosed is the Faithful Performance Bond.
Sincerely,
4kv;, '� �V
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:lib
cc: Public Works Department
enclosure
33M Newport Boulevard, Newport Beach
0 0
PAGE 16
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SEWER AND STORM DRAIN LINING PROJECT
CONTRACT NO. 3271
13OND NO. 929125581
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 459.00 ,
being at the rate of $ 2.70 for first $500,000 thousand of the Contract price.
WHFREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to Insituform Technologies, Inc., hereinafter designated as the "Principal ", a
contract for construction of SEWER AND STORM DRAIN LINING PROJECT, Contract No.
3271 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications,
and other Contract Documents maintained in the Public W orks Department of the City of Newport
Beach, all of which are incorporated herein by this reference.
WHEREAS. Principal has executed or is about to execute Contract No. 3271 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW. THEREFORE, we, the Principal, and National Fire Insurance Company of Hartford
_, duly authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surety'). are held and firmly bound unto the City of Newport
Beach. in the sum of One hundred seventy thousand and one and 641100 Doitars
($170,001.64), lawful money of the United States of America, said sum being equal to 100% of
the estimated amount of the Contract, to be paid to the City of Newport Beach, 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 present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's
heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep
and perform any or all the work, covenants. conditions, and agreements in the Contract
Documents and any alteration thereof made as therein provided on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to Its true
intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach,
its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
PAGE 17
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City is required to
bring an action in taw or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, 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 way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for six (6) months following the date of formal acceptance of the Project by the
City.
In the event that the Principal 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 PrirlGipal and
Surety above named, on the 15 day of November , 1999
Insituform Technologies, Inc. V M I JVW V "V'
Name of Contractor (Principal) Auth lzed Signature/Title
National Fire Insurance Company of Hartford •Y ka
Name of Surety Auth razed Agent Signature
P.O. Box 25943. Overland Park, KS Kathleen A. Pe
Address of Surety Print Name and
1- 800 -888 -3269 ext. 47753
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
Wnis Tbysluse�slpbwl5harndknnlydrpVy 93DMmisc sewer & slorfm drm!n finlnp'.3271V�naacLOw:
r9s
June 1, 2000
•
11
CITY OF NEWPORT BEACH
P.O. BOX 1768, NEWPORT BEACH, CA 92658.8915
Mr. Richard Julio
Insituform Technologies, Inc.
9445 Ann Street
Santa Fe Springs, CA 90670
Subject: Sewer and Storm Drain Lining Project (C -3271)
To Whom It May Concern:
On April 25, 2000, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
April 27, 2000, Reference No. 20000217984. The Surety for the contract is
National Fire Insurance Company of Hartford, and the bond number is
929125581. Enclosed are the Bidders Bond and the Labor & Materials Payment
Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LMH:Iib
cc: Public Works Department
Michael Sinacori, Project Manager
encls.
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SEWER AND STORM DRAIN LINING PROJECT
CONTRACT NO. 3271
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of men pgrcent of the amount of the bid
Dollars (S 10% of bid ). to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of
SEWER AND STORM DRAIN LINING PROJECT, Contract No. 3271 in the City of Newport
Beach. is accepted by the City Council of the City of Newport Beach and the proposed contract
is awarded to the Principal, and the Principal fails to duty enter into and execute the Contract
Documents for the construction of the project in the form required within ten days (10) (not
including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of
Award; otherwise this obligation sliall become null and void.
If the undersigned Principal executing this Bond is executing Ihis Bond as an individuel,
it is agreed dial the death of any such Principal shall not exonerate the Surety from its
obligations under this Bond.
Witness our hands this 12 day of October , 1999
Insituform Technologies. Inc.
Name of Contractor (Principal) Authorized Si turn tle
Richajd J,uliACon cling & Attesting Officer
Narional Fire Insurance Company of Hartford
Name of Surety
P.O. Box 25943,Overiand Park, KS
Address of Surety
1-800- 888 -3269 w.#7753
Telephone
Apent
Charles E. LaRoseAttorney- in -&ct
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
CALIFORNIA ALL -PURPM ACKNOWLEDGMENT •1
State of California
County of Orange
On October- 12, 1999 before me, K. Mendoza
Date Name and TNe of Officer (e.g., 'Jane Doe, Notary Public')
Charles E. LaRose
personally appeared
Name(e) of Signer(s)
®personally known to me
❑ proved to me on the basis of satisfactory evidence
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
(� INDIVIDUAL
(� CORPORATE OFFICER
TITLE(S)
(� PARTNER(S) (__) LIMITED
(� U GENERAL
U
U
U
U
ATTORNEY -IN -FACT
TRUSTEE(S)
GUARDIAN /CONSERVATOR
OTHER
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
to be the person whose name is subscribed to the within
instrument and acknowledged to me that she executed the
same in his authorized capacities and that by her signature
on the instrument the person, or the entity upon behalf of
'- COMA 81228874
which the person acted, executed the said instrument.
W NOTARY PUBLIC • CALIFORNIA p
Q ORANGE COUNTY
Ab Ommkobn BON Aug, 19,!M
WITNESS my hand and official seal.
Sign (I of Notary Public
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
(� INDIVIDUAL
(� CORPORATE OFFICER
TITLE(S)
(� PARTNER(S) (__) LIMITED
(� U GENERAL
U
U
U
U
ATTORNEY -IN -FACT
TRUSTEE(S)
GUARDIAN /CONSERVATOR
OTHER
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
POWER OF ATTOWY APPOINTING INDIVIDUAL AIRJRNEY -IN -FACT
Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE
INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING,
PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CCC Surety Companies "), are duly organized and existing
corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals
herein affixed hereby make, constitute and appoint
Grace P. Casis, John C. MaGee III Kathy M. Mendoza, Janice M. Hannah Charles E. LaRosa, Jason T. Lally Individually
of Brea, California
their true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations
and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse
hereof, duly adopted, as indicated, by the Boards of Directors of the corporations.
In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their
corporate seals to be hereto affixed on this 20th day of August 1 1999
CONTINENTAL CASUALTY COMPANY
GASOq�rl 1NSURq,�F `- ,t➢Alb oe,e„ NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
(1 ^ AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
Z �onPUaATE 11.x+ $ JUL / / / /`�� �' �' \ V l /i��iy /_
!)� SEAL '? t .3 /i ///
f e97 NAatt •
Marvin J. Cashion Group Vice President
State of Illinois, County of Cook, ss:
On this 20th day of August 1999 , before me personally came
Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois;
that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,
and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he
knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed
pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority,
and acknowledges same to be the act and deed of said corporations,
2.•••••••••••••••••••••••••.
"OFFICIAL SEAL'
DIANE FAULiWER
• f �_ E
Notary t•1lelle, Bata of Illinois
N)tt ConwN111alon balm 8/17/01 �
My Commission Expires September 17, 2001 Diane Faulkner Notary Public
CERTIFICATE
I, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF
HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein
above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the
reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the
said corporations this 12th day of October 1 1999 .
24f GASU,t(r` *sIlgq - ,rppMr pew
�Pp P W
F to +
urvi
SFJ1L zi 1
1ei7 9r nA1r1F • �yP
(Rev.1 0/1/97)
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
Mary A. Ribikawskis Assistant Secretary
CALIFORNIA AL URPOSE ACKNOWLEDGMEN�
State of California
} SS.
County of Los Angeles
On 10/12/99, Before me, Margarita Molina, Notary Public,
personally appeared Richard Julio,
® Personally known tome
❑ Proved to me on the basis of satisfactory
evidence
to be the person whose name is
subscribed to the within instrument and
acknowledged to me the his authorized
capacity, and that by his signature
on the instrument the person, or the entity
Ht�G�Rtura OttNA upon behalf which the person acted,
Commission a 1216829
Notary Public California £ executed the instrument.
%MYComm.E0resA,pr23.2M3
-
Los An es County
WITNESS m hand and official seal.
Y
1 Y,
Place notary seal above S' ature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent removal and reattachment of his form to another document.
Description of Attached Document
Title or type of Document
Document Date: Number of Pages: -----
Signer(S) other Than Named Above: - - - --
Capacity(ies) Claimed by Signer
Signer's Name: .....
❑ Individual
❑ Corporate Officer— title(S): Vice President
❑ Partner --- ❑ Limited ❑ General RIGHT THUMBPRINT
❑ Attorney in Fact OF SIGNER
❑ Trustee
❑ Guardian or Conservator
❑ Other: _
Signer is Representing: Insituform Technologies
PAGE 14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SEWER AND STORM DRAIN LINING PROJECT
CONTRACT NO. 3271
BOND NO. 929125581
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, Stale of California, by motion,
adopted, has awarded to Insituform Technologies, Inc., hereinafter designated as the
"Principal," a contract for construction of SEWER AND STORM DRAIN LINING PROJECT,
Contract No. 3271 in the City of Newport Beach, in strict conformity with the plans, drawings,
specifications and other Contract Documents in the office of the Public Works Department of the
City of Newport Beach, all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3271 and the
terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's
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, TI iEREFORE, We the undersigned Principal, and,National Fire insurance Company of Hanford
duly authorized to transact business under the laws Of the State of California, as Surety, (referred
to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of One
hundred seventy thousand and one and 641100'D011ars ($170,001,64), lawful money of the
United States of America, 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 present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery 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 10 such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond. and also, in case suit is brought to enforce
the obligations of this 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.
0 0)
PAGE 15
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 this Bond, as required by and in accordance with
the provisions of Sections 3247 el. seq. of the Civil Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change, extension of
lime, alterations or additions to the terms of the Cori tract 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 above named
Principal and Surety, on the 15 day of November 7-.19,29,
Iasitufonn Technologies, Inc. ,
Name of Contractor (Principal) 4Autnoriz Signature/Title
National Fire Insurance Company of Hartford y
Name of Surety Agent Sign ature
P.O. Box 25943, Overland Park, KS
Address of Surety
1- 800 - 888 -3269 ext. #7753
Telephone
Kathleen A. Petchulat, Attorney-in-fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
0)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of Missouri
County of St. Louis
On November 15. 1999 before me, Deborah M. Jennings, Notary Public
Dr.TE -a.E. TOLE P 0-11-ER E 6 V -NE DOE, NOUPV PuBUC
No SW
personally appeared Kathleen A. Petchulat, Attorney -in -fact of National Fire Insurance Company of
N�MUSA O- S GNE a(61 11artford
13 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and ac-
knowledged to me that he!she /they executed
the same in histher /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted. executed the instrument.
DEBORAH M. JENNINGS milt and otti ial seal.
Notary Public - Notary seal
State of Missouri
City of St. Louis
My Commission Exp. 07/131200' 0: Not.P.
ZA
OPTIONAL
Thouoh. the data below: Is not required br law. r may prove valuable to persons relying ors the document and could prevent
fraudulent reatlachmenl o' this form.
CAPACITY CLAIMED BY SIGNER
INDIVIDUAL
CORPORATE OFFICER
Tr1EE(S)
G PARTNER(S) ❑ LIMITED
GENERAL
L�
ATTORNEY-IN-FACT
TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
C OTHER:
SIGNER IS REPRESENTING:
NAME OF PEASON(S) OR ENr1TYUESi
National Fire Insurance Company of Hartford
DESCRIPTION OF ATTACHED DOCUMENT
Faithful Performance & Labor /Materials Bond
TITLE OR TYPE OF DOCUMENT
4 page bond
NUMBER OF PAGES
November 15 . 1999
DATE OF DOCUMENT
SIGNERS) OTHER THAN NAMED ABOVE
C4993 NATIONAL NOTARY ASSOCIATION - 6236 Rommel Ave.. P.O. Bm 7184 - Canop Van.. CA 91309.7r9a
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE
INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING,
PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CCC Surety Companies "), are duly organized and existing
corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals
herein affixed hereby make, constitute and appoint
Stephen E. Ricci, Thomas C. Ricci, Jr., Kathleen A. Petchulat, Kathleen M. Hoffard, Individually
of St. Louis, Missouri
their true and lawful Attorney(s)-in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations
and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse
hereof, duly adopted, as indicated, by the Boards of Directors of the corporations.
In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their
corporate seals to be hereto affixed on this 7th day of October 1 1999
C,AS W
2A� 4Ti
�Y ca"o"µrt yy
Z • 2
ou SEAL f
1891
0=';'6N CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY CCOMPANY OF READING, PENNSYLVANIA
Marvin J. Cashion Group Vice President
State of Illinois, County of Cook, ss:
On this 7th day of October 1999 , before me personally came
Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois;
that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,
and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he
knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed
pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority,
and acknowledges same to be the act and deed of said corporations.
•.•..••••..•IALS •••••••••� c7"-
� "OFFiC1AL SEAL"
DIANE FAULKNER (�
j
No" Pu01b. Ste• of INnd• : � VC.�,X
MY Cal is Expires 11r17/01 ;
My Commission Expires September 17, 2001 Diane Faulkner Notary Public
CERTIFICATE
I, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF
HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein
above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the
reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the
said corporations this _day of /U dv- e/— _JL-,y 1g49 .
CONTINENTAL CASUALTY COMPANY
0;w"� Wo`NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
&+`rttliro98 >r AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
coop J SEAL • L„�
Mary A Ribikawskis Assistant Secretary
(Rev.10 /1/97)
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Recorded in Official Records, Ccunty of Orange
Gary Granville Clerk Recorder
!11 ?li,l! lP ll'' IITII!!I °ri. L ila' �,I; L`5
„s , 2 r„ 2000 0217 984 69 49p 0�4 RIOPft
o.00 o.00 0,00 0.001,..6 .66 ti:otlPO tld g �7yCH
"Exempt rom recording fees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and Insituform Technologies, Inc. of Santa
Fe Springs, California, as Contractor, entered into a Contract on November 9, 9999. Said
Contract set forth certain improvements, as follows:
Sewer and Storm Drain Lining Project,
C -3271
Work on said Contract was completed on February 11, 2000, and was found to be
acceptable on April 25, 2000, by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is National Fire Insurance Company of Hartford.
BY (0 0--&
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on c; at Newport Beach, California.
BY , fir/( " -����� ���MzCi -�� NEw
City Clerk ko_
1�
,P
rJ �
,cF
0
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
31,100 Newport Boulevard
Newport Beach, CA 92663
E
Recorded in Official Record_, E= ou:ity or Orange
Gary Granville, Clerk- Recorder
I C I !' ! ?!n (n� r[[
i? illi�Ii if ?ii ll!i ?�l:!i l�rlillli iill?il�l�lll�itl'ii NO FCL
200002179E4 00:49 r 0412760
115 12 N12 1
0.00 000 o.00 o.00 0,00 o.00 u.00 o.00
-Exempt from reco in ees
pursuant to Government Code Section 6103" -
NOTICE OF COMPLETION
C
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and Insituform Technologies, Inc. of Santa
Fe Springs, California, as Contractor, entered into a Contract on November 9, 1999. Said
Contract set forth certain improvements, as follows:
Sewer and Storm Drain Lining Project,
il
C -3271
Work on said Contract was completed on February 11, 2000, and was found to be
acceptable on April 25, 2000, by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is National Fire Insurance Company of Hartford.
BY (0 /W
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on (� GC c at Newport Beach, California.
BY�� >7Vn� ✓Q
City Clerk ��
TO: Mayor and Members of the City Council
FROM: Public Works Department
C - 3a9
April 25, 2000
CITY COUNCIL AGENDA
ITEM NO. .::6 `:y
APR 2 5
k I
SUBJECT: SEWER AND STORM DRAIN LINING PROJECT, CONTRACT �NO. 3271
- COMPLETION AND ACCEPTANCE
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
DISCUSSION:
On November 9, 1999, the City Council authorized the award of Sewer and Storm Drain
Lining contract to Insituform Technologies, Inc., of Santa Fe Springs, California. The
contract provided for the lining of approximately 1,200 linear feet of 8 -inch sewer at
various locations. In addition, the project included lining storm drains in areas where
pipe replacement by open excavation was not feasible. The contract has now been
completed to the satisfaction of the Public Works Department. A summary of the
contract cost is as follows:
Original bid amount: $170,001.64
Actual amount of bid items constructed: 170,001.64
Total amount of change orders: 41,762.14
Final contract cost: $211,763.78
A total of 3 change orders were issued to complete the project. They were as follows:
1. The City Manager approved a change order in the amount of $38,996.00 for
rehabilitating a corroded 165 -foot long 18 -inch CMP storm drain by lining the
storm drain in a slope easement between two houses at 601 Rockford Road in
the Cameo area and 300 feet of sewer lining on Avocado Avenue.
SUBJECT: Sewer and Storm Draping Project, Contract No. 3271 - Completion And A&tance
April 25, 2000
Page 2
2. A change order in the amount of $6,013.66 provided for extra work on eleven
sewer lateral tie -ins on Coast Highway between Seaward Road and Morning
Canyon Road.
3. A deductive change order in the amount of ($3,247.52) provided the reduction
of bid item quantities not constructed.
The addition of the contract change orders resulted in a final overall construction cost
increase of 24.6% over the original bid amount.
Funds for the project were budgeted in the following accounts:
Description
Account No.
Amount
Sewer Main Master Plan Improvements
7531- C5600292
$149,683.28
Storm Drain Improvement Program
7012- C5100008
$ 62,080.50
All work was completed on February 11, 2000, the scheduled completion date.
Respectfully su submitted,
QWV-- PU
WORKS DEPARTMENT
Don Webb, Director
By: !� Gw
Horst Hlawaty, P.E.
Construction Engineer
Attachment: Location Map
F: \Users \PBW\Shared \COUNCIL \Fy99- 00\Apol -25 \Sewer & Storm Drain Lining C- 3271.doc
In
4
Mxf.N
S1.
<
�
¢
y�4
um�e s
Q
0
ouQ1 T
��O
L
COSTOAF
uo°
�✓
CITY
.8
MESA
�sq °
o��y Po X510(
OF
IRVINE
a°
P Af
8
hCiORU
Si. 2
Jam.
OJECT L CATION
°
P UPPER amc" r
NEW PDR� -'
a1
ITY a
U.C.I.
sT
Dj N av
a
'Tye
NEW
d BEAC
P
J5
ate°
Ty ST;.>
♦ F
p
SAN R0.
\k
ST
9
SGIT
YARD
RESER.
MY
PEa
PAC/F
/C
OC,�N
VICINITY MAP
NOT TO SCALE
PROJECT LOCATIONS
In
caEa
t
a g8 4
b� m
SEWER AND STORM DRAIN LINING PROJECT
C -3271
4
M
�
brmr�
um�e s
caEa
t
a g8 4
b� m
SEWER AND STORM DRAIN LINING PROJECT
C -3271
CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915
until 2:00 P.M. on the 12th day of OCTOBER. 1999
at which time such bids shall be opened and read for
SEWER AND STORM DRAIN LINING PROJECT
Title of Project
Contract No. 3271
$193.028.00
Engineer's Estimate
czz-1c-
r ved b
I /V
Don Webb
Public Works Director
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport
Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Michael J. Sinacori, Project Manager at (949) 644 -3311.
PAGE 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SEWER AND STORM DRAIN LINING PROJECT
CONTRACT NO. 3271
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
2. Cash, certified check or cashiers check (sum not less than 10% of the total bid price) may be
received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents.
3. 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.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. 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 discrepancy 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 omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract.
0 0
PAGE 2
The securities shall be deposited in a state or federal chartered bank in California, as the
escrow agent.
8. 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 contract. A copy of said determination is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the California
Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive).
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act ".
10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual
authorized by the corporation. For partnerships, the signatures shall be of a general partner.
For sole ownership, the signature shall be of the owner.'
The signature below represents that the above has been reviewed.
Contractors License No. & Classification
—=,,! 6,�✓ ;rn,
Bidder
ornized Sign urre itle//�
'a-t -ct U/ ) L0i77r CA
V-
Date
0 0
PAGE 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SEWER AND STORM DRAIN LINING PROJECT
CONTRACT NO. 3271
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor represents that he /she is fully qualified to and will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accordance with State
law and /or the Standard Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these subcontractors
will be used subject to the approval of the Engineer and in accordance with State law. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach.
2.
3.
4.
5.
6.
7.
8.
9.
Subcontract Work Subcontractor Address
lg13 p A�u 54.
till lu YJQenc,- I
I V r_0 q Z t
10.
Bidder �-
let
.' &,lea
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SEWER AND STORM DRAIN LINING PROJECT
CONTRACT NO. 3271
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to that
proposed herein which he /she has performed and successfully completed. SEE PART 5 OF THE
SPECIAL PROVISIONS, SECTION 500 - 1.1.2, SUBMITTALS, FOR OTHER BID
REQUIREMENTS.
Year Project
Completed Name /Aoencv
Person Telephone
To Contact Number
Bidder
hN f `%
c
[ J
8 �
C
O a
U
9 T 9 T �opapmm
x-575- �QQOOg>Orngrn�o> )o> �tCCQ
caa)Z � c
533 a ZQm ZZ W»itco gvS o dW o C@7Ca
��.- �Mnpor((ppmmmmm.- MMQOrMrpp �oN�n mm
r )OO�Op �Op O)M MMMMQ1rrO) 10' -ODD mM �0 0 U) Lo tO )O W)u)M
QQQQ• u�c�c�cPQQ `$gy(�"n)o0om��`°99 . . . ND C9CVC .Q� °Q°I'T
m0000 V rrO W rrrrr NMCD NQ I�mr V V V 00r �mODODOD pp ODrr
0) W OO)M (O m mrOrr rr r r O)O M Nm 90 rr V m)O QN 0)0)00001 W rr
W (Q (4 fQ �O �O t0 �O 'O � N N N N (V t? N N � Oj r v (Q �O �O 't1 t� N M r N � v Y � 1 Y Y CV N
O O O Cj ) 6 0) W O m� w w w m� O O O b d a �O O t0 CO GD O N N O CD UO
V)60)0)0 O 1 O O O O O 0, 1 � . te e W 0 p N O O O O O O O O O 0
M M M M (D
�w+33c
LL- - -- -c m� 0 0W ajo0
N W> ) 1 W
c E c a m C ` > >> >> J
p U JJ W W C C C UU 0)u)u)Y C W O 0Q C UU c Uc ) Uvc Uvc N o Uac uvc
O
O C C T W T: x C C W Y m W w c�
m W c c c c c L O o c m> I cu c m W W W m .- 'rm o O LL U U U U F Q O N 0 W w Ir c�
ONM QVp 800800NMm )0In00to00mM(D)00000ONOm00OOOr�
O mCOO O 0 0 Lo CO CO U) N OHO r r(4, N N N V 0 W 00)0 r NM m V 8 M
r 0, N CO n CO N m N V N N CO r . . . CO V N N 0 in CO V m 0 0 CO CO )O M l0 m
rn17o) 0M V NCB --f 1 W Ld Lo 117 1 (V
N
[) CV
OD M(O (Z7 io iV OcV co V CO M a V �('�IT m M V)(7 Cl)R(O') V V (`')NNMM io V V V OD M V
r hh� M (l\p M V Cl) r M
l� Cl) Oj M
m
C C T m
0 m W o 0 T U
..U0. o. .rd_. S o o W Wy W
0 0 W V) (�% C a "C U W _ W E 'o )/) 0 N W W W W
,JZ o W W o W a -- `� W i� -6 iE -LL
W C C N a C m 0 C S H L W 0. W W W W W LL LL
�cg000�Q�oo roxQW _ccvLiW L'LL a — c
�' t �� E Wu) mm'> W W E m as m w W C.2 2 0
.W. 0 2 W c W U m W c C o �. CM ~W C C LL LL m m m
C C C C O U O) U O W W W O yW W W (n W '� C C p W L L L t L
W W W Co C_ C W E ppT N �""' W
U) co V1 u) T.) TJ O m t W W W W pp W C W L� L C W a 3 O O ' .% - o o
W WW W W YQ Q= E E O y C U,r Ol O)9) 4) N W~ Y Y :C LL LL
c c c c d W — Q? U U W c W c 6 =_ a 2 H (u m W 2 2 2 2 2
0 0 0 0 C O p) O' N N N fW/1 N N E W W Y e.. m. 0 >> W 0 U O LL LL LL LL LL N N
U U U U W U U C O O O O O O W W W U d C o O lU W W- in 3 C o o o o o o o 0 0
N fn N D YO V .O Q C '7 '") ' C LL O O W U o 3 N .T. (Ji N fA fCq N N '..)
N m W C W W W O W W W W W W W c E ? >. N L d 7 m m 0 d N N N
O) 9 O) Ol (D (n � J LL (/J (A w (O (A 2 S 2 V) W 0. m W€ Q Q O d O O LL LL LL lL LL IL iL Vi U)
C C c C .,-. r- �r r- w.. w- r- E r- C a.- r- ' �r N —0-6 w- e-
Q¢¢ to =_`0006'So`oo'o00Eo8(�¢oomoo.W co`0t'sObo
d E 0 0 0 0 �41W i
.J J J J U U w w U « U U U U U U U U U U U U U;:j o �
U U> U F- 0. U U U U U U U U U U
ST f
c xY
m C J
� B C
O as
U
rn¢Zm rnrnnarn�rnm
D' rn Ornmmf�r� rn DIT �pp i W
ua pW p
Wmrn WLL Z Z 0 2LL Q OOp rn
cD
� v�ON�S^NSpM OpD�r V O
v
toC*,4 f cols V O ON COM��10•�aQlOC�
C?O)df (q f7( f 0� mNl� Smt7 l9 Nto O4 f�C)O (.(pp- O
0 9g W V V V �O m00) W PrM Mn NN W
N � X 00 x-000 008000"0 N d N
VO W O N{O mmf� h l- m m m mfg O) Sm� S "S�O
a0 pp N c ` f0
a { 7 Y U� l0= l0 �'OO N O " m'O- '
0.9 m 0 0 c Y E s E v o U rn m a a
g =zYN c O Ww ID wALL q c mC7 WE D o
'� > � � > �ro �E m E � � c.. W 0U)
=�gY -�YOT
O m o 1-i � m �c o o
Li- �mMOm s
o
ppS pp808001000840 p0O O co S S
N c7 C7 � O V L 0 Oi
Cl) I m
W
s c
NN _ N 0C4 O'er O
r
(V OD b IQ O C4 O O aD (V Q t`D ' - V fD W _ O CD
V V l9 fO0) - c- c CV N bD N fD c CD
m (D m m 00 D m CD &D
c c
O
O p
O S C W
N 7 Y W N l0 C m a O
W m N_ m O Q m m d O � m �.
3 nt W
O
so r5 mom° 3m 3 3 mmm �°
cm� �cr5 can mm U) ��O
z ME<E), ��- ��� �� H E0m W
•T• c O 7 Qr� W N C m N W j Y m w 4 7 a J
QW aF •ymm m CO Om (9 m� �Hm ro
p mX 30 W
ID
W D.O_T rd C C C Ng C E E O T O E D NS C�
CL U)F-0U W fD U)(D UCJ�U JDJ W UQ' =:9 (n US a`a 3i0
0 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SEWER AND STORM DRAIN LINING PROJECT
CONTRACT NO. 3271
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of "S Ar+ )
PAGE 6
zcKGrcf cJ'lio being first duly swom, deposes and says that he OF Sh is
Gn lzreh,.c r��.� ORtico. of S^/ fv.49 �ci�,P�e /as.we the party making the
foregoing ld; that the 1d ire in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of,
or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or
indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham
bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of
the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of
that of any other bidder, or to secure any advantage against the public body awarding the contract
of anyone interested in the proposed contract; that all statements contained in the bid are true;
and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, company association, organization,
bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true
and correct.
Bidder Aut.}orized Sigp tur /Title Q
�f!+ q_jU /i a
Subscribed and swom to before me this L day of
nvUiG,V2iU MOUNA
WW = # 1216829 S - Collfornio Y
lat AWgeles Counter
MyCorrM5p 3Aw23.2006
Notary P lic
My .Commission Expires: a3 j 070 03
PAGE 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SEWER AND STORM DRAIN LINING PROJECT
CONTRACT NO. 3271
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt
Notice of Award to the successful bidder:
• CONTRACT
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
• CERTIFICATE(S) OF INSURANCE
• GENERAL LIABILITY INSURANCE ENDORSEMENT
• AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
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.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works Construction, except as
modified by the Special Provisions. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
0
0
PAGE B
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SEWER AND STORM DRAIN LINING PROJECT
CONTRACT NO. 3271
CONTRACT
THIS AGREEMENT, entered into this 8th day of November, 1999, by and between the CITY
OF NEWPORT BEACH, hereinafter "City," and Insituform Technologies, Inc., hereinafter
"Contractor," is made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
SEWER AND STORM DRAIN LINING PROJECT
Project Description
3271
Contract No.
WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's
careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's
Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings,
Plans and Special Provisions for Contract No. 3271, Standard Specifications for Public
Works Construction (current adopted edition and all supplements) and this Agreement,
and all modifications and amendments thereto (collectively the "Contract Documents ").
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project:
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City which are reasonably inferable from the Contract
Documents as being necessary to produce the intended results.
0 0
PAGE
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of One hundred seventy thousand and one
dollar and 64/100 Dollars ($170,001.64).
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 obstructions 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.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractors acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach Insituform Technologies, Inc.
Public Works Department 9445 Ann Street
3300 Newport Boulevard Santa Fe Springs, CA 90670
Newport Beach, CA 92663 Attention: Richard Julio
Attention: Michael J. Sinacori (562) 946 -0046
(949) 644 -3342
F. LABOR CODE 3700 LIABILITY INSURANCE
Contractor, by executing this Contract, hereby certifies:
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
0
PAGE 10
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0001 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
• a
PAGE 11
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, officials, employees and volunteers are to be covered as
additional insureds as respects: liability arising out of activities performed by
or on behalf of Contractor, including the insured's general supervision of
Contractor; products and completed operations of Contractor; premises
owned, occupied or used by Contractor; or automobiles owned, leased, hired
or borrowed by Contractor. The coverage shall contain no special limitations
on the scope of protection afforded to City, its officers, officials, employees or
volunteers.
Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either
party, reduced in coverage or in limits except after thirty (30) days' prior
written notice by certified mail, return receipt requested, has been given to
City.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
PAGE 12
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and /or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole or active negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
I. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
• 0
Page 13
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
ATTEST:
C} I fY CLERK
r• -
f�1 f� . FORM:
12
CITY OF NEWPORT BEACH
A Municipal 96rporation
By:
INSiTUFORM
22
and Title
f1userslpbwXsharedloontracts1fy 99- 001sewer & storm drain lining o-32711oontract.doc
10/27/99
ACORD CERTIFICA QF LIABILITY
..;: ;, - , , , ; ,
I -m 0g , C�PID.MH. onie(mMmom
:. - - INSS002 11/23/99
_. _ _ _ _
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Lockton Companies /St. Louis
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1 Cityplace Drive, Suite 160
+H&COVERAGE. AFFORDED BY THE POLICIES BELOW.
_
w.�_° i `' CQMPANIES AFFORDING COVERAGE
St. Louis MO 63141 r
1
COMPANY
Phone NO. 314- 432 -0500 Fax NO.
Liberty Mutual Fire Insurance
INSURED
TMA& 1999
B Liberty Insurance Corp.
NF1
INSITUFORM TECHNOLOGIES, INC.
� �CiC aAN. HV
`
9445 ANN STREET
SANTA FE SPRINGS CA 90670
COMPANY
D 09
. >.� .. _:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE(MMIDDY)
POLICY EXPIRATION
DATE(MMODNY)
L)MR$
GENERAL
LIABILITY
GENERAL AGGREGATE
s2,000,000
•
X
COMMERCIAL GENERAL UABILTIY
RG2- 641 - 004218 -039
07/01/99
07/01/00
PRODUCTS- COMPTOP AGG
52,000,000
CLAIMS MADE ❑X OCCUR
Blkt Additional Imuced
PERSONAL 8 ADV INJURY
$ 1,000,000
EACH OCCURRENCE
51,000,000
OWNER'S B CONTRACTOR'S PROT
BLKT WAIVER OF SUBRO
X
AGG PER PROJECT
BROAD PORN PD /CONTRACTOAL
FIRE DAMAGE (Any one fife)
$ 100,000
X
XCU
MED EXP(Any one person)
S 10,000
nDEPENDENT CONTRACTOR
•
AUTOMOBILE
LIABILITY
ANY AUTO
AS2- 641 - 004218 -029
07/01/99
07/01/00
COMBINED SINGLE LIMIT
$ 1,000,000
X
BODILY INJURY
(Per person)
5
ALL OWNED AUTOS
SCHEDULED AUTOS
BLKT ADDITIONAL INSURED
BLKT WAIVER OF SUBRO.
X
BODILY INJURY
(Per accident)
5
HIRED AUTOS
NON -OWNED AUTOS
��
X
�; ♦'��
PROPERTY DAMAGE
$
GARAGE LIABILITY
p �i "4 S
'
AUTO ONLY. EA ACCIDENT
S
OTHER THAN AUTO ONLY.
ANY AUTO
hF�
�]
�j +�3 �1 �`')
G l
EACH ACCIDENT
$
fV y
AGGREGATE
$
EXCESS LIABILITY
s'
EACH OCCURRENCE
$
AGGREGATE
$
UMBRELLA FORM
SCJS
$
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
X WC STATU. OTH
I_J TORY LU.11TS I ER
"
EL EACH ACCIDENT
$ 1,000,000
EL DISEASEPOLICY LIMIT
51,000,000
B
THE PROPRIETOR/ ]{ INCL
PARTNERSIEXECUDVE
OFFICERS ARE: EXCL
WC7- 641- 004218 -019
BLKT WAIVER OF SUBRO
07/01/99
07/01/00
EL DISEASEEA EMPLOYEE
51 000,000
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONSIVEHICLEVSPECIAL ITEMS
RE: SEWER 6 STORM DRAIN LINING PROJECT; CONTRACT NO. 3271 X
SEPARATION OF INSURED APPLIES UNDER GL. * *SEE ATTACHMENTS **
CERTIFICATE HOLDER... ::
.. .. .... ..:: ..::. .. ....
CANCELLATION::
.: .. ... ... ....:... ..
9NEWPOI
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL
CITY OF NEWPORT BEACH
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
ATTN: MICHAEL J. SINACORI
3300 NEWPORT BLVD.
NEWPORT BEACH CA 92658
Slyi( XXX
y'�.yyyT�y�yyyy yyy�yyy
OFX 1� 0X Vjyyr�- p�p�r�Jyny0p3CN lT**XjX*X*7ty*ES.
AGORD 25•S (1/95)
IN °U$ED: INSITUFORM TECHNOJ&GIES, INC.
CARRTER: LIBERTY MUTUAL F1W INS. CO.
POLICY NUMBER: RG2- 641- 004218 -039 COACIAL GENERAL LIABILITY
POLICY TERM. 711199 - 7/1/00
• THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CARS:ULLY.
ADDITIONAL INSURED - DESIGNATED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
THE CITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS,
EMPLOYEES AND VOLUNTEERS
(if no entry appears above, information required to complete this endorsement will be shown in
Me Declarations as applicable to this endorsement)
WHO IS AN INSURED (Section Iq is amended to include as an insured the person or organization
shown in the Schedule as an insured but only with respect to liability arising out of your operations
or premises owned by or rented to you
CO 20 26 11 85 Copyright, Insurance Services Office, Inc., 1984 0
:.1 a : f • II • : I♦ Y 111 :a ;k P; t.la 017�I
It is agreed that the following paragraph is added to Amendment L - Blanket Additional Ias red of the
General Amendatory Endorsement
This Insurance is primary with respect to the Additional Insured. Any other insurance available to that
person or organization is excess and noncontributing.
This endorsement is executed by the company below designated by an entry in the box opposite its name
LIDERNMUTUALASURANtECOMPANY
Premium X LMEM MUTUAL ME INSURANCE COMPANY
LIBERTY MURANCE CORMRA77ON
Effective Date 7/l/99 Expiration Date 7/l/00 LM INSURANCE CORPORAMON
THEFA57' LlRFR7Y INSURANCE CORPORATION
For attachment toPoHryor Bond No. RG2- 641 - 004218 -039
%rN
Audit Basis
Issuedto Insituform Technologies, Inc. S
[oe 6 Cwntazpod by.___.
102
Issued Sales Office and No.
DB 8/24/98
Audvnrad Rcpt utiwe
End. Serial No. 2
• ADDITIONAL INSURED •
It is agreed that such insurance as is afforded by the policy for Bodily Injury Liability and for Property
DWnage Liability also applies to the person ororganization named below, as an insured, with respectto
the use of the automobile by the named insured or with his permission, but such inclusion of an addi-
tional insured shall not operate to increase the limits of the company's liability.
Additional Insured Address
Any person or organization for whom
you are required by written contract
to provide insurance.
Premium S
Effective 0ate 7/1/99 Expiration Date 7/1/00
For attacnmentto Policy No. AS2- 641-004218- 029
This endorsement is executed by the company designated below.
LIBERTY MUTUAL FIRE INSURANCE COMPANY
Audtt Basis
Issued To INSITUF_ORM TECHNOLOGIES. INC_ .
Countersigned try .y. ..t.......':.`....... 1...•'S.._.._
Form NoJRACF I.D. Issued
1st Year
96
844A
0 ADDITIONAL INSURED •
It is agreed that such insurance as is afforded by the polity for Bodily Injury Liability and for Property
Damage Liability also applies to the person or organization named below, as an insured, with respectto
the use of the automobile by the named insured or with his permission, but such inclusion of an addi-
tional insured shall not operate to increase the limits of the company's liability.
Additional Insured Address
Any person or organization for whom
you are required by written contract
to provide insurance.
THE CITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS,
EMPLOYEES AND VOLUNTEERS
This endorsement is executed by the company designated below
Premium$ LIBERTY MUTUAL FIRE INSURANCE COMPANY
Effective Date 7/1/99 Expiration Date 7/1/00
For attachmentto Policy No. AS2- 641-004218- 029
Audit Basis
Issued To INSITUFORM TECHNOLOGIES. INC.
Countersigned by . ` .......
.��. `S..
Form NoIRACF t.0. Issued
E37 LOC -6
Sales orrice I Code I Sales Representative I Cade I N/R tstyear End Sena(NO.
ST LOUIS 442 HOEFERT M 8723 2 96 0003
844A
WORKERS COMPENSATION AND EMPLOYERS UABILI Y RcY
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enlbrce our right against the person or organization named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule.
This endorsement has not been approved and does not apply in the state of Pennsylvania.
Schedule
ANY PERSON OR ORGANIZATION WHERE REQUIRED BY THE
CONTRACT
THE CITY OF NEWPORT BEACH, ITS OFFICERS,
OFFICIALS, EMPLOYEES AND VOLUNTEERS
This endorsement is executed by me LIBERTY INSURANCE CORPORATION
Premium S
Effective sate 7/1/99 Expiration Date 7/1/00
For anacnment to Policy No. WC7- 641 - 004218 -019
Audit Basis
Issued To INS ITUFORM TECHNOLOGIES, INC., ETAL ZQNrI�t� 7
6 Countersigned by.,....... L.......!�+.+...
Issued Sales Cmce and No. End. Serial No. 88
WC 00 03 13
(Ed. 4-84)
Copyngnt 1983 National Council on Compensation Insurance.
0 0
PR1of5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
SEWER AND STORM DRAIN LINING PROJECT
CONTRACT NO. 3271
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform all
work required to complete Contract No. 3271 in accord with the Plans and Special Provisions,
and will take in full payment therefore the following unit prices for the work, complete in place,
to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
SEWER LINING
Lump Sum Mobilization, Demobilization,
and Cleanup
@ Alle AP&5go Dollars
and
Cents $ 5,000
Lump Sum
2. Lump Sum Traffic Control
@ears
and
A9 Cents $�
Lump Sum
0
PR2of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
K,
12
Lump Sum Cleaning and Preliminary
Inspection of Existing 8 -Inch VCP
Sewer Main Including
CCTV Inspectio��nj// ` /yy,
@r c1�IIollars
and
yp Cents
Lump Sum
1,228 L.F. Install CIPP Lining within Existing
8 -Inch VCP Sewer Main Including
Post - Installation CCTV
Inspection
@ -N tle_ Dollars
and
yy f� Cents
Per Lineal Foot
14 EA. Re- establish Sewer Lateral
Service Connections by
Remote Cutting Device
i
-'d
@"WokuAW :�1'=7 Dollars
and
INO Cents $
Per Each
11 EA. Remove Existing Sewer Lateral
and Construct New PVC Sewer
Lateral and Cleanout Including
Trench Resurfacing
@Lib Dollars
and
Cents $ _
Per E ch
Aii i
0
P
PR3of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
II
0
1 EA. Install 8 -Inch PVC SDR -35
Terminal Cleanout Including
Bedding, Backfill, and Trench .
Resurfacing i
@D ,q�ci �X Dollars
and
/ti ul' iG✓ Cents
Per Each
2 EA. Install 8 -Inch PVC SDR -35
Sewer Pipe "Point Repairs" as.
directed by the City, Including
Bedding, Backfill and Trench
Resurfacing �
pid8 `i1/441ei
@*0 Aoto4d Dollars
and
i,_Cents
Per Each
SEWER LINING
TOTAL PRICE IN WRITTEN WORDS ITEMS 1-8
i
' and r
X>W Cents $j J� .
Price tems 1 -8 (Figures)
PR4of5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
STORM DRAIN LINING
9. Lump Sum Mobilization, Demobilization
and Cleanup
@I)je ApmSa ✓j Dollars
and
Cents $ 5,000
Lump Sum
10. Lump Sum Traffic Control
@ ,l to CJ Dollars
and
jU O Cents $ 5,50
Lump Sum
11. Lump Sum Cleaning and Preliminary
Inspection of Existing 21 -Inch
RCP Storm Drain Including
CCTV Inspection
@ Ag Dollars
and _4520, �JO Cents $ j�q
Lump Sum
12. 135 L.F. Install CIPP Lining within Existing
21 -Inch RCP Storm Drain
Including Post - Installation
CCTV Inspection
r—
@2g /{uwa�� Dollars
and
NO Cents $ 2 `_ , `O
Per Lineal Foot
13. 2 EA. Install 21 -Inch RCP Storm Drain
"Point Repairs" as directed by the
City, Including Bedding, Backfill
and Trench Resurfacing
@TD AWOJr Dollars
and
(1%(� Cents $ $ �
Per Each
• • PR5of5
STORM DRAIN LINING
TOTAL PRICE IN WRITTEN WORDS ITEMS 9 -13
i and
Cents
SEWER AND STORM DRAIN LINING PROJECT
TOTAL PRICE IN WRITTEN WORDS
A) Z-
Date
(�Lt,2) 97'-fo -00"
i der Telephone Number
:M4 // Z±
Bidders License No(s)"
and Classification(s)
and
Cents
1"f:JJ
$ A OD
Pric Items 9 -13 (Figures)
Total rice Items 1 -13 (Figures)
Bidder's Adihodied S onature and itle 6 4r
Bidders Address
-souri7- j^e ��� j .s/ r
A
0
Insituform® Technologies, Inc.
OWNERSHIP INFORMATION
Insituform Technologies, Inc. is a publicly owned company incorporated in the state of Delaware
Officers of Insituform Technologies Inc
Name Position
Anthony Hooper Chairman, President & CEO
William A. Martin Sr. Vice President & CFO
Robert L Kelley V. P., General Counsel & Assistant Secretary
Carroll W. Slusher Divisional Vice President
Lynn Osborn Divisional Vice President
Alfonso Lopez Regional Vice President
James A. Walters Regional Vice President
John Heisler Contracting & Attesting Officer
Richard Julio Contracting & Attesting Officer
and Responsible Managing
Employee (RME)
Tony Henrich Contracting & Attesting Officer
Jennifer Allen Contracting & Attesting Officer
Jay Boatwright Contracting & Attesting Officer
MAY. -10' 99(MON) 11:17 1NSITUFORM SW TEL:962 944 4906 FA U2
RECEIVED MAY 1 71999
0
RECElym MAR p 919
INSITUFORM TECIINOLOGIFS, INC.
ASSISTANT SECRETARY'S CERTIFICATE
I HEREBY CERTIFY that I am the duly elected and qualified Assistant Secretary of
Insitufarm Technologies, Inc., a Delaware corporation (the Corporation) qualified as a foreign
corporation to do business, among others, in the States of California, Arizona, and Nevada, and
and I am the keeper of the records of the Corporation.
I FURTHER CERTIFY that the following is a true and correct excerpt from the by -laws
of the Corporation adopted by the Board of Directors of the corporaion at a meeting duly called
and held and at which a quorum was present:
The officers of the corporation sball be a chain= of the board, a vice
chairman of the board, a president, one or more senior vice presidents,
one or more vice presidents, a secretary and a treasurer, each of whom
sball bii elected by the directors. Such other officers and assistant
officess-E may be dcemed necessary may be elected by err appointed by
the directors. In addition, the president may from time to time appoint
such officers of operating divisions, and such contracting and arresting
officers, of the corporation as he may deem proper, who shall have such
authority, subject to the control of the directors, as the president may
from time to time prescribe.
I FURTHER CERTIFY that the President of the Corporation baa, pursuant to the above
authority, appointed (i) Alfonso Lopez and James A. Walters as Regional Vice Presidents of the
Corporation, (ii) Carson W. SIusher as Vice President . North&metiea and Lynn Osborn as
Divisional Vice President of the Corporation and (iii) John Heisler, Tony Henrich, Rich Julio,
Jennifer Allen and Jay Boatwright have each been duly appointed by the President of the
Corporation as a Contracting and Attesting Office of the Cotpoiation, and each of the foregoing
have been fully authorized by the President of the Corporation "to certify and attest the signature
of any Officer of the Corporation and empowered to enter into and bind the Corporation to
perform pipeline rehabilitation activities of the corporation and all matters related thereto,
including the maintenance of one or more offices and facilities of the Corporation" and further
each have been granted by the president of the Corporation "fall authority to execute and deliver
documents on behalf of the Corporation and to take such other action as is or may be necFssary
and appropriate to carry out the projects, activities and work of the Corparadon."
r� IN WITNESS WHEREOF, I have hereunto affixed my name as Assistant Secretary, this
_`tut day of A4ral 1999
JANET D. FRITZSCHE
Notary Public - Notary Seal
STATE OF MISSOURI
St Louis County
My Couunission Ex&es: Aug. 6, 2002
Insitufarm Technologies, Inc.
By:
Robert L. Iley
Vice President, l Counsel
& Assistant Secretary
Cctnfficetssw3299 trio t a r y
Fgmi GSA /57'13 910 (7-00(
• •
Crlr OF LOS ANGELES
,.
A No.
98 -514 -2
_....�....
DEPARTMENT OF GENERAL SERVICES
_27- 97...._..__._.._
srANDnitDs
Barn -- __.._1
8 -22 -97
2319 DOBRIS PLACE
BLPTD . ..._..-
..____.___..___.._......
LOS ANGELES. CA 90011
Mr
Robert Ho-ii
423-23'
TO. _ _--
City Engineer RECEIVED
cc: Mr. Clark W. Robins
Mr. Hugh Lee AUG 2 71997
Mr. Walter Shioj i STRUUCTURALL & G OTECORCAL
At the request of the Bureau of Engineering, Structural Division
and Collection Systems Engineering Division, chemical resistance
and physical properties tests were conducted on a set of
" Insituform" Pipe Lining System samples. The test specimens were
prepared by Insituform Technologies Inc., 1705 Cherokee Blvd.,
Memphis, TN 38111 and were submitted by Mr. Richard Anthony of
Insituform Southwest, 9445 Ann Street, Santa Fe Spring, CA 90670.
Project Title : " Insituform" Pipe Lining System
Project No. : BDO01341
Source : Insituform Technologies, Inc.
Engineers : Hugh Lee / Walter Shioji
Material ID : VES319 vinyl ester resin
The samples were tested for weight change and physical properties
before and after exposure to chemical solutions in accordance with
the Standard Specifications for Public Works Construction 1594
Edition, section 210 - 2.3.3.
Test results sheets are attached.
oQRoFes%
y 4 9-o P
PAP KIN K SAPIAN, Dir t`O z 1 No.24775 = m
General Services /Standard 1 P. 12.31 -97
% qr C! V 1
PKH: KSN: MKL F of CAL%FO/
Lab No.: 98 -514 -2
Page 2
0
0
Chemical Resistance Test of
"Insituform: Interplastic VE8319 vinyl ester resin"
Pipp Lining System
Project Tide: 'Insituform' Lining Material
Project No: BD001341
Engineer. Hugh Lee / Walter Shioii
Source: Insitufrom Southwest Inc.
Date Received: 1 -27 -97
Specification: SSPWC Section 210-2.3.3,1994
Descripdon: Insituform composite weight change coupons (3'x 1'x 6mm) utilizing
Interplastic VE8319 vinyl ester resin which incorporates a lamina of
polyethylene (0.024') on the flat surfaces and two edges protected by
a layer (118' nominal) of epoxy resin (Shell. Epon 9 21 519 2 6 9)
SOLUTfO1J
' AESUL/yT�3G.
?' :
REQEITf?EbtE{tiflS`, a':
�4�
.
iNE1GHFCFfA...
WElF3HTCHANGE� >.
tlfrm8xa»um
� •
'
Days lmmersiore
�s
M r� `, .
r
�.
z
� _
a
�.:�
�' 712
i,s
�r,
�� ....".
„Jr„(•Y,l.,�,
,:r,>,.� ..
Sulfuric Acid, 20%
0.1454
0.1861
0.1757
0.2427
All Solutions
and Periods :.
fT.S % max
Sodium Hydroxide, 5%
0.0594
- 0.0435
- 0.5151
- 0,7293
Ammonium Hydroxide, 5%
0.1916
0.2648
0.2702
0.3989
Nitric Acid, 1%
0.1784
0.2484
0.2522
0.3568
Ferric Chloride, 1916
0.1633
I 0.2382
0.2286
0.3494
Soap, 0.1 %
0.1875
0.2581
0.2482
0.3662
Detergent, 0.1 %
0.1797
0.2456
' 0.2489
0.3493
BOO, a700ppm
0.1763
0.2302
0.2303
0.3438
Bleach, 1 %
0.1674
0.1607
0.0755
0.1107
Lab No.: 98 -514 -2
Page 3
Chemical Resistance Test Of
"Insitufarm: Interplastic VE8319 vinyl ester resin"
Mpg Lining %stem
Project Tide:
' Insitufoom' Lining Material
Project No:
BDO01341
Eng6wer.
Hugh Lee I Walter Shioji
Source:
Insitufrom Southwest Inc.
Date Received.
1 -27 -97
Specification:
SSPWC Section 210- 2.3.3, 1994
Description:
Insituform composite coupons (3'x 1'x 6mm) utilizing Interplastic VE8319 vinyl
N wY(inc3 f^sa3.�,- Q .fi yk.
°
ester resin which incorporates a lamina of polyethylene (0.0241) on the flat
surfaces and two edges protected by a layer (1/8' nominal) of epoxy resin
(Shell, Epon 9 21 519 2 6 9)
SC3Lt1FtDA1 7
HESUL��
=L�Et2l1fA6tlEhtFS Wm
x r a ,�
t
-0
s > =S ✓
.t", t L�'a,e�y
.5. ?.n..
d'y
°Yd § .Y'y i \
1 L
N wY(inc3 f^sa3.�,- Q .fi yk.
°
rash _
Sulfuric Acid, 20%
+2
For
Information ..:.,
' 'Only "
,
Sodium Hydroxide, 596
+1
Ammonium Hydroxide, 5%
+1
Nitric Acid 196
-2
Ferric Chloride, 1 %
-1
Soap, 0.1%
+1
Detergent, 0.1 %
+1
BOO, z 700ppm
+2
i
Bleach, 1 %
+2
Hardness, Share 'D' ASTM D2240
68
Lab No.: 98 -514 -2
Page 4
0 !
Chemical Resistance Test Of
"Insituform: Interplastic VE8319 vinyl ester resin"
Pipe Uninq-.SMem
Project Tide:
'Insituforrn' Lining Material .
Project No:
80001341
Fagineer.
Hugh Lee I Walter Shioii
Source:
Insituform Southwest Inc.
Date Received-
1 -27 -97
specification:
SSPWC Section 210-2.3.3,1994, ASTM D638
Description:
Insituform Interplastic VE8319 vinyl ester resin composite dog -bone coupons.
�,? r a� ;�, �� ?
fi, fS'ttttl£tlUii>" �•. v �Mts�eEaum
�-�' .
g c t�rY -�xz
��� y � �,�? ,�i
�. v r'� 3 is � 1 x ?ii. .i
,,, .0 �gyA�riY�r�Y n".� a♦.,•�. �.
�,����r .
se .� ' c� "'''x^e��yfi
..
.J�i%Et�70N
�/�< `.p ;k..y.
k14/Qtf'S'5��'.[.vv!!^
3 L %y F � cr. �f3LY.+. Y
L F k°�4 .off
!^N �QN�.I•
$'i2•
-' x.
.,; x ...,.: ,,.. -..;r. _...,.:.: V< ...
_i.'�2:: ,", ,.,.;;
< <��'s�.�Fi.az
Sulfuric Acid, 20%
6569
2.6
For Information
s.
Sodium Hydroxide, 5%
I 6219
I 2.1
Ammonium Hydroxide, 5%
6465
2.1
Nitric A id, 1 %
6276
2.2
Ferric Chloride, 1 %
I 6384
2.0
Soap, 0.1 %
6197
2.2
Detergent, a 1%
6602
1.9
BOD, z700ppm
6212
2.0
Bleach, 1%
6479
1.8
FHl'S1GA1 PHQPEEdTIES
i...... L AESf{4TS
"..
Initial Tensile Strength, psi
6455
For7nfarmatfon
only .
Initial Elongation, %
2.3
v Insituform
Technologies; Inc
March 12, 1999
Worldwide Pipeline
Rehabilitation
0
702 Spirit 40 Park Drive Tel: (314) 530.8000
Chesterfield, MO 63005 Fax: (314) 519.8010
www.insituform.com
Installer Certification
Insituform Technologies, Inc.
9445 Ann St.
Santa Fe Springs, CA 90670
To Whom It May Concern:
Please be advised that Insituform Technologies ®, Inc., the contracting entity, is also
the owner of the Insituform® product and process and therefore does not require any
outside party to approve the use of the product or process.
If you have any questions, please feel free to contact us directly.
Sincerely,
INSITUFORM TECHNOLOGIES, INC. STATE OF MISSOURI
COUNTY OF ST. LOUIS
Robert Kelley
Vice President & Ge al Counsel
Subscribed and sworn to before _
me on this 12th day of March, 1999
JANET D.FRITZSCHE
Notary Public — Notary Seal
STATE OF MISSOURI
St. Louis County
My Commission Expires: Au .g. 6, 2002
CITY OF Na '•
November 8,1999
� NOV -- s . '�
¢ CITY COUNCIL AGENDA
APPROVED E ITEM NO. 9
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: SEWER AND STORM DRAIN LINING PROJECT - AWARD OF
CONTRACT NO. 3271
RECOMMENDATIONS:
Approve the plans and specifications.
2. Reject the low bid of G. B. Cooke, Inc., as being non - responsive.
Award Contract No. 3271 to the second low bidder, Insituform Technologies, Inc.,
for the Total Bid Price of $170,001.64, and authorize the Mayor and the City
Clerk to execute the contract.
• 4. Establish an amount of $10,000.00 to cover the cost of unforeseen work.
DISCUSSION:
At 2:00 P.M. on Thursday, October 14, 1999, the City Clerk opened and read the
following bids for this project:
BIDDER TOTAL BID AMOUNT
Low G.B. Cooke, Inc. $152,500.00
2 Insituform Technologies $170,001.64 **
3 National Liner West $190,987.00
'Submitted a "Non- Responsive Bid" by proposing incorrect lining materials
"Corrected Bid Amount
The apparent low bidder, G. B. Cooke, Inc., prepared their bid assuming the use of a
polyester resin product for the Cured in Place Liner pipe. The polyester resin does not
meet the project specifications and will deteriorate over time. When they were informed
of this error, they requested that their bid be withdrawn because they would not be able
to complete the project with the specified resins.
The other two bidders did prepare their documents with the use of approved resin
products. The correctly submitted low bidder, Insituform Technologies, Inc., of Santa Fe
• Springs, is 12% below the Engineer's Estimate of $193,000.00.
Subject: Sewer and Storm Dining Project — Award of Contract No. 3271
November 8, 1999
Page: 2
Insituform Technologies, Inc. possesses a Limited Specialty Classification C -61
contractor's license as required by the project specifications. They have completed
numerous projects of this type for many public and private agencies and are considered
experts in the field of trenchless cured in -place pipeline systems.
The project provides for the insertion of 1200 feet of lining pipe in various 8 -inch sewers.
It also includes the replacement of 14 sewer laterals. A majority of the sewer pipe is on
Pacific Coast Highway in Corona del Mar between Seaward and Morning Canyon. The
sewer main is in the parkway between the sidewalk and the curb (see attached Location
Map Exhibit). In addition, there are 2 other sewer mains to be lined within easement
areas. One is off Hazel Drive and the other is off Lochmoor Lane in Big Canyon. The
project includes the insertion of 105 feet of pipe lining in a 21 -inch storm drain in a side
yard easement on Galaxy Drive that outlets to the Back Bay. Another 30 feet is being
lined in a catch basin lateral on Santiago Drive. The pipe liner approach to the
rehabilitation of pipelines avoids open excavation and trench work within the streets.
These particular sewers and storm drains are within easements and parkways where
private improvements make open cut construction impossible.
There are sufficient funds available in the following account for the work:
Account Description
Sewer Main Master Plan Improvements
Storm Drain Improvement Program
RPLIC ly su1
VW
P ORKS DEPARTMENT
Don Webb, Director
By:
MiQ6ael J. Sinacori, P.E.
Utilities Engineer
Attachment: Location Map
Bid Summary
Account Number Amount
7531- C5600292 $145,511.64
7012- C5100008 $ 34.490.00
Total: $180,001.64
f. UmrsVbvAshered lmuncKVy99.00lnovember48lsewer & storm drain o-3271Aoc
•
•
•
•
0
I-
Z Z
U W
of
ma
Op LU
3�
W W
Z
LL 3
J
U m
IL
jai
w
S
ley
V
y N W
O a
QQX� O
J N
O
m
m
6
Z
Z
s
III
h
OR
W F.
Z lL
CD ^O
r35 CaLl
a
a
N
N
M
V
O
888888888
588888
$
pp
O
o
s
S
.Nr
o
s
S
S
S
w
0O
8
S
p
?
n
S
n
n
3
0
GGGVI
N
N
m
�D
O�
N
�O
N
O�
Ilf
of
N
Ilf
�O
O
n
P
rl
O
p
0
p
0
p
0
p
0
p
0
p
0
p
0
p
0
sO
p
p
O
p
O
p
O
mti
�
p
888IO
8
8N
M7
8
0
Z
j
N
N
N8Yf
m
N
O
p
p
O
p
IC
pp
0
p
8
8
8 O
8
N
O
N
n
Vf
O
p
O
7
1
W
N
.�
N
N
N
N
Ill
M
O
Ill
�-I
Ilf
lV
P
rP,I
M
CD
O
O
�
O
€
8s888888appas
588888
8
7
Ill
9
O
O
Ill
N
N
N
N
N
IA
ti
N
Q
S88S8m888888888
O
9
8
O
IO
6
N
of
O
R
S$SS
O
Ifl
BSSSSs
O
n
O
N
8
Ip
O
Ifl
m
n
m
+ m
Nm
m
O N
s
n
f
N
W
�
88888
W
Z
p888888ll
O
y�j
O
8
fN�f
N
Y1
O
y�j
O
N
O
W
In
m
n
..
N
In
m
In
o
n
LL
J
Q
W
a
W
Q
W
Q
W
!3
J
W
m
m
m
N
ti
p
Z
'-c'
Z5
YLK
o
E��
oppe
E
C!
..NmP
-ri-Io
a°.I„^'d
a
N
N
M
V
O
ti
SEWER AND STORM DRAIN LINING PROJECT
C-3271
WLR
$L.
U
Q -
y
ffi
pr
AK.
ONxLE
��
Z
CITY OF
LWSf�
taut[ awxx a.
t)�
z
COSTA
CITY
MESA
F
q� p0�
OF
IRVINE
0�
,b
}
S7.
OJECT L CATIO qS
QS"
UvrER
NEWPORT
Y
ITY
s
r
NEW 0T N A
s
BEAC
F rS�
F
D
Jay
l
RD.
2
✓�
O
i
G
\
r
°
L
\:
Lw w
arc
<
\
O=>�
RDA y
�
sAr
�e
PACIFIC
OC��N �\
VICINITY MAP
NOT TO SCALE
PROJECT LOCATIONS
rr
ti
SEWER AND STORM DRAIN LINING PROJECT
C-3271
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
December 6, 1999
G.B. Cooke, Inc.
580 East Foothill Boulevard
Azusa, CA 91702
Gentlemen:
Thank you for your courtesy in submitting a bid for the Sewer and Storm Drain Lining
Project (Contract No. 3271) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 6443005
December 6, 1999
National Liner West
225 W. Third Street, Suite E
Long Beach, CA 90802
Gentlemen:
Thank you for your courtesy in submitting a bid for the Sewer and Storm Drain Lining
Project (Contract No. 3271) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach