Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C-7173-3 - Balboa Island Water Main Replacement Phase 3 & Shorecliff Community Water System Improvements
9/11/25, 11:33 AM Batch 19826160 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder III $�J II III III 11�1 �1 11��J ��111 III 1 N 0 F E E *$ R 0 0 1 5 7 9 0 2 3 5 $ * 2025000250696 11:21 am 09/11/25 486 NCOUNTY5 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and T.E. Roberts, Inc. of Irvine, California, as Contractor, entered into a Contract on 02/25/2025. Said Contract set forth certain improvements, as follows: Balboa Island Water Main Replacement — Phase 3 (Project No. 23W11) and Shorecliff Community Water System Improvements (Project No. 24W14) Contract No. 7173-3 Work on said Contract was completed, and was found to be acceptable on September 9, 2025, by the City Council. The title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company. _ BY Davia WeLbb, PublicWorks 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 M L Beach, California. https://gs.secure-erds.com/Batch/Confirmation/19826160 2/2 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and T.E. Roberts, Inc. of Irvine, California, as Contractor, entered into a Contract on 02/25/2025. Said Contract set forth certain improvements, as follows: Balboa Island Water Main Replacement — Phase 3 (Project No. 23W11) and Shorecliff Community Water System Improvements (Project No. 24W14) Contract No. 7173-3 Work on said Contract was completed, and was found to be acceptable on September 9, 2025, by the City Council. The title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company. DavicTWe`bb, 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 l4 l0 Z 1 ,_W LLewport Beach, California. BY A At�� P---\ Molly Perry, Int im City Jerk Zc, coa CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 26t" day of September, 2023, at which time such bids shall be opened and read for BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 4 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 $3,600,000 Engineer's Estimate O� SEW PART � n U Z a.c Approved by James M. Houlihan Deputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/12ortal.cfm?CompanvlD=22078 MANDATORY PRE -BID A mandatory pre -bid MEETING will be conducted for this project on SEPTEMBER 13, 2023 at 1:30 pm., at the Civic Center Community Room located at 100 Civic Center Drive, Newport Beach, CA. 92660. Bidders who do not participate may be considered non- responsive. Hard copy bid documents will be available September 6, 2023, from: Mouse Graphics, 659 W. 191h Street, Costa Mesa, CA 92627 Email INFO(a,SENDMOUSE.COM or call (949) 548-5571 for shipping information ALL GENERAL CONTRACTORS ARE REQUIRED TO ORDER ONE SET TO BID PROJECT Contractor License Classification(s) required for this project: "A" For further information, call Alfred Castanon, Project Manager at (949) 644-3314 City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 0 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES..........................................10 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIAL PROVISIONS............................................................................................ SP-1 2 City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 0 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent 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. Original copies must be submitted to the City Clerk's Office. 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. 3. 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. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) 3 The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. 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. 6. 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. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. 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 by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 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. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. 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. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work 4 City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 3 PROJECT NO. 23W11 4 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor 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. 7173-3 in accordance 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: Date Bidder's Telephone and Fax Numbers to 4�)bDlz A , C N Bidder's License No(s). and Classification(s) l000000 2-29—D DIR Registration Number U M-1 y-e s dol+ Bidder's Authorized Sign Lure and Title 11n11 M;tGhGU p4crtln TY-VW, C`A 117-U i Bidder's Address Bidder's email address: `�YDb�YfSC� i 2�0 �'� , am Page 1 of 2 CITY OF N EWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 3 AND SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS CONTRACT NO 7173-3 T DATE: September 20, 2023 BY:'�l'' {' City 'Engineer TO: ALL PLANHOLDERS ' The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. NOTICE INVITING BIDS Change bid opening to 9:30 AM on October 3, 2023 SPECIAL PROVISIONS Replace the first paragraph with the following: 6-1.1 Construction Schedule The anticipated Notice to Proceed for this contract will be December 4, 2023. No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. 9-3.1 General Add at the end of the first paragraph: The City will furnish water meter boxes and lids, meters, service saddles, corporation stops, and angle meter stops. Page 2 of 2 APPENDIX B — SHORECLIFF ROAD TEMPORARY WATER MAIN BYPASS Change construction note no. 2 to read: 2 — INSTALL 4" (HIGH PRESSURE) FLEXIBLE BLACK SYNTHETIC RUBBER HOSE QUALIFIED CONTRACTORS ALLOWED TO BID PROJECT The qualified list of contractors allowed to bid the project is attached based on review of contractor's experience and attendance at mandatory pre -bid meeting. SAMPLE CONTRACT • INSURANCE REQUIREMENTS Replace Exhibit C with the attachment. Please note the insurance requirements for this project, which are shown in black text. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Name (Please Print) q-2.�123 D, ii ` Authorized Signature & Title Attachments: 1. Qualified Bidders List 2. Mandatory Pre -Bid Meeting Presentation (pdf) 3. Updated Insurance Requirements done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. E. MANDATORY Pre -Bid Meeting attendance is required for this Project. The meeting will be conducted on SEPTEMBER 13, 2023 at 1:30 pm. Information regarding the mandatory Pre -Bid Meeting will be noticed to registered bidder. All contractors wishing to bid on this project shall be represented by its CEO/Owner who will be signing the contract documents, or Superintendent who will be managing the Project, at this mandatory meeting. Bidders who do not participate may be considered non -responsive. The signature below represents that the above ha a evil e U G 3�b� h , C cri Contractor's License No. & Classification Authorized Signature/Title 1 Gomcc)g,b oulg)�a4.5 DIR Registration Number & Expiration Date T. E , �G� , I tnc Bidder 9 q 2°I-2� Date City of Newport Beach Bond# 10-B Premium: Nil BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 Q SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 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 ten percent of amount bid Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of Balboa Island Water Main Replacement — Phase 3 & Shorecliff Community Water System Improvements, Contract No. 7173-3 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 execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing 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. Witness our hands this 7th T.E. Roberts Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety 21688 Gateway Center Dr. Diamond Bar, CA 91765 Address of Surety (909) 612-3675 Telephone day of September , 2023. e s�1 Authorized Signature/Title71muthy 9-a6eet� uthorized Agenf Signature Spencer Flake, Attorney -In -Fact Print Name and Title 1.9 �\-e (Notary acknowledgment of Principal & Surety must be attached) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who 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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Thumbprint of Signer ■ Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who 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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ? ss. On 20 before me, Notary Public, personally appeared who 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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 9 (seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 .Css'su.�-rc�,c:r.-�c:cr,�-r.�r�`s:r,�rrt-.rrr�:c�carrc^r,.c*rrr�.�-rr�rc�r�••�.rr�.��`y�'s;.^�..;s:rcrr�c,�cr.�cmrrrv�,�!`K,t';,�s A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califomia County of Orange On September 7, 2023 before me, Heather Willis, Notary Public Date Here Insert Name and Title of the Officer personally appeared Spencer Flake Name(s) of Signer(s) who 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 acknowledged to me that he/she/they executed the same in his/her/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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Q1WYCHEATHER ULUS WITNESS my hand and official seal. COMM. #2334057 140TARY PUBLIC - CALIFORKIA 0VM.EXPiRESWTFUA�-,d,2M ORANGE COUNTY Signature+ Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Document Date: Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s). ❑ Partner — O Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Spencer Flake of ANAHECalifornia acknowledge , their true and lawful Attomey(s)-in-Fact to sign, execute, seal and edd ge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seats to be hereto affixed, this 21st day of April, 2021. txn J State of Connecticut City of Hartford ss. By. — Robert L Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. ;++"`"O My Commission expires the 30th day of June, 2026 NOTARY ore •t PUBiI Anna P. Nowik, Notary -Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned. Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 7th day of September , 2023 W l • � Kevin E. Hughes, Assigtant Secretary To verify the authenticity of this Power of Attomey, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -fact and the details of the bond to which this PowerofAttorney is attached. CALIFORNIA CERTIFICATE OF ACKNOW1 Fnr;AnFnlT [�Anq tarypublic or other officer completing this certificate verifies only the identity of e indlv)dual who signed the document to which this certificate is attached, and not e truthfulness, accuracy, or validity of that document. State of California County of �r�., On R' ��� Z_� before me, KI m Ne'W f tt m otouc� t► 1 (here insert namle and title of the officer) personally appeared Tll'Ylr-my 9phej-J--s who 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 acknowledged to me that he/she/they executed the same in his/her/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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal. Signature � (tiC, 6 ""arl KIM E. NEW T COMM. #2390572 z c, Notary Public • California Z �� Orange County o Comm, Expires Feb. 7, 2026 (Seal) E [onalInformation Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) ❑ Guardian/Conservator ❑ Partner -Limited/General ❑ Trustee(s) ❑ Other: representing: ale(s) Name(s) of Person(s) or Entury(ies) Signer is Represent,ng Method of Signer Identification Proved to me on the basis of satisfactory evidence: G form(s) of identification CV) credible witness(es) Notarial event is detailed In notary journal on: Page tf Entry H Notary contact Other ❑ AdditionalSigner(s) ❑ Signer(s)Thumbprint(s) El 0 Copyright 2007.201 7 Notary Rotary, PO Box 41400, Des Moines. !A 5031 t -0507 All Rights Reserved. Item Number 101772 Please contact your Authorized Reseller to purchase copies of this form. City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 0 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT 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 Contractors 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 subcontractors as listed in the Bidder's electronic bid 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. Bidders must also include DIR registration numbers for each subcontractor. -� -T Val ,y S, I►'iC �1 t ? i ci.ee Bidder Authorized Signature/Title T;rotk1 VObcrkS E City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 0 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name `j . VLOLLYJ� > , I►AC. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $350,000, provide the following information. Please see Special Provisions SECTION 2-1 for detailed experience record/reference requirements. No. 1 Project Name/Number MOLA Y1011A AVIAu MAi,ranvt iLEpyl wHL RPU 21� Project Description 7- 100 ' 16 " VV C :pi oe.l �+'f 6.rAd / TTirY+-(,n ax1 (LS w �res-ktrwfi� Approximate Construction Dates: From --0U) To: X '�'D 2� Agency Name _f AJ p,1$f,ryl VYlun i rug{ aJt r- -1 c, - Contact Person �.e'c6 ' D �I'Gi X Telephone (151) 13-71 - -7 204 Original Contract Amount $4,41D,y22" Final Contract Amount $ -t aD If final amount is different from original, please explain (change orders, extra work, etc.) tlk Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. too. rJ u . 10c) No. 2 Project Name/Numbery ,b i 4WWi7W-S V. i DE l•{ — ( J, a7K" U Z( 2- Project Description CIL r1w0r,o W ✓L Lr afAd roxiivi� V)t"wn r Approximate Construction Dates: From To: `o, 2VGX to12(P 12-3 Agency Name LVA6LLAM I. W V+ 'Kt Contact Person M A'V1 (Am Telephone (qo9) _`ta3 — tte30 Original Contract Amount $ 411,iW—Final Contract Amount $ `iY}j0 If final amount is different from original, please explain (change orders, extra work, etc.) "J 11A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. �.1b. �3o. No. 3 Project Name/Number Jyy1 o•ty%1 LIA WOJ &J i a i ►V) OyiSV-Q.Vv1QX1 I lu lq H Project Description ` " i,%SD' ttc"i an��' tV" Pl✓I� c .%6U-e t�`nG1' 530' 1" pvc WXtti(tin( �AAeev k t*Axr) c.cs ,res-to ra+ior" Approximate Construction Dates: From 2�5 To: o tWr k . t� ► 7�3 Agency Name \4ygoi U►lnA(A Watw Contact Person -TtVAYvV k Telephone (11q) 'l 0 l — 3l Oq Original Contract Amount $7,Lloq,319• Final Contract Amount $ _C"15D If final amount is different from original, please explain (change orders, extra work, etc.) r"� 11 i, Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. (mot 0 . >A C) 11k No. 4 Project Name/Number Project Description ti.,45V W +W JQW. tu" avL &nd 2 � I(o" StW pi,e.c l ""- 0-'A aFPJA f C"'1 s W" V�Aor -ham . I Approximate Construction Dates: From Zy�To: Ll 231 Agency Name N)uyt-hyA �Uij (/yA+ -'ISIA -- Contact Person YMYV- Telephone (q,l9) L41,6- Original Contract Amount $ y so .Final Contract Amount $J-D If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No- t 3o- No. 5 � «� Project Name/Number Ty&inS tJ0.3 ari t4. N 1v1n� r wtZ�rS Project Description wc'_+ZZ - 4Y-1t h-tta+ eta � Uy__CLL ��' Approximate Construction Dates: From —P5 2 Z 23 To: r x- Agency Name ('inn ir1 D Yh�Sir1 1� e SU,I�� ►' fU-}� t'1 Contact Person Telephone (OM) Original Contract Amount U-il,-77,5--Final Contract Amount $ _VV21__) If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. tih• P�()- 12 of No. 6 Project Name/Number (AT-7 Project Description ?.,Hqs' -zko" cmL-IL WXttX- mtu- amd � JTti-, t-�bt6r�►Un Approximate Construction Dates: From _ t-i It l 23 To: n4vt K • 3I'ul li-i Agency Name SAVM C.Q& fi Contact Person YUWAW hV)7-4l +A- Telephone (ILO) L-J 141-5136 Original Contract Amount $ 3,�gy,is7. Final Contract Amount $ —V9--D If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. t�ut ]C)- Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder Authorized Signature itle v" 13 G_ City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 3 PROJECT NO. 23W11 0 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name -T- E . lo-b%'byl"S , I PIC- " FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $350,000, provide the following information. Please see Special Provisions SECTION 2-1 for detailed experience record/reference requirements. No. d_1 Project Name/Number _ 'Rry- �6 cFy` to 0-r-o ,L(,t'yl,L t qn7 e('+- Project Description oY-.t n j reDlatt, F; re: Lwd► rv+ ass-mbl�eS w+tvh Li vrc,t Inc( r Approximate Construction Dates: From S if q 123 To:�� ok l o l t 5 I ?��J Agency Name LA-6tin.rti 0,UVAA1V CdrxC Contact Person -T-)G,V i d Telephone (qq9) L13lo - 3� Original Contract Amount $ 3s qya Final Contract Amount $ -TF)D If final amount is different from original, please explain (change orders, extra work, etc.) t"�I I, Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 k-) NNoo..2 $ Prdect Name/Number Project Description t/atUf a pia.wYyyf rui` h Y'eftra-h'_ 6 Approximate Construction Dates: From 11, V2, To: '7 12 S 12� Agency Name aaf-fi �YGurl6 GTUY1iy� ttJOvk4.+' ->�1�`iY} Contact Person ym!4\ Telephone (JIq) S815J Original Contract Amount $ 82°I,-_i0Final Contract Amount $ 60. 3� If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. c'J n �'l No. —3- q Project Name/Number'Al'1 bctilbna I&Ia.nd water main wllr{ &14r Project Description ►►►UZI 1Z' PV(- am z,?cd io" tN� wat-t,r ryta.in arJ C%V-YV►9'tinwncls Lv:+M C1rt0rCvhvn Approximate Construction Dates: From _—I` . =7 To: 0,opyipY- • (J 1 L3 Agency Name oW i2QYk yLPL64 Contact Person FYZd ) Telephone Original Contract Amount Final Contract Amount $ I-W If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. IJ,n• No . 11b No. I IV Project Name/Number col (¢ 6 Project Description I , xA8' 1d'' VVL SY.yILYy; W11\6L a4,d apn,N�? r�Cw ct5 t rh dawaAtvt1� cy,,t 'Wtk1\ wv'nou,5e WCtl Doti+ otew it Vey - Approximate Construction Dates: From 0V� _To: - Agency Name C-1.A ko &Iyuy-e &XY111wW `DiStvt Gi" Contact Person L114.w 3 I n Telephone (T1�) -JHI — SO[7] Original Contract Amount $2,'M,4-i5Final Contract Amount $ TbD If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N o 5 11 Project Name/Number 4 W) Project Description -L>P., 7L4-, c'r'd C) -7 201 , V, p lP tuC�t�r tv\02%0 Circe G(?fui� Lts wii� i-zS Dra- -foeA .,— Approximate Construction Dates: From v- 3 D 12, 2 To: x• D 2 3 Agency Name C'i4v 0pV1G1��l ryi Contact Person s Y"Z'nAay-" 2 t ✓LA— Telephone (-1H) -1uS — r51S"7 Original Contract Amount $1,1j5,s73�Final Contract Amount $ -tbT—I> If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. r'A o NAB ) 12b No. 1 v Project Name/Number P-le-A U C" sl-ri lluln I la t Ll 5 Project Description q,s66fii aA--Cof w+ d f��StD i tWl Approximate Construction Dates: From _� 7�To:_ Z3 Agency Name JY-Vi(It gZAL(.1k W w1t.crt�G-i-- Contact Person Kw m Nt Telephone (qyj) LJ5;� - Original Contract Amount $Final Contract Amount $ ?�6 3, ICS� r If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims, t\.l t; - L\] o . Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder Authorized Signature/Title»o+n +e6'ts 13b City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 3 PROJECT NO. 23W11 U SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM Please print or type. Bidder's Name aebaY K, ( nC. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $350,000, provide the following information. Please see Special Provisions SECTION 2-1 for detailed experience record/reference requirements. No. i Project Name/Number �t-OVt� 5�Y�25S (ov�nol.ex F�� �r� enCtinc�S loCc���'�'► �� 0 1 Project Description CLAvAcY.C- ot'v-0 Y-y-Ocice wa" re5t6ya;h'U" Approximate Construction Dates: From t ZZ To: Z� 0 Z9) Agency Name �Y-y - ayuy`I kx wxtc r ipiSlYi L-� Contact Person TdYyl Y%JGY1 V-DW,su� Telephone (g+{q) c5lJRZ- Original Contract Amount $ 5s�,3u3. Final Contract Amount $ S g6j If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you If yes, briefly explain and indicate outcome of claims. 10 C, No. H Project Name/Number OV. W 29 Project Description CAV tS";qfym dMn avid (ATnvY e*16VIaa WEth res���t1�n Approximate Construction Dates: From 61 To: I �23�23 Agency Name b�ArLO�Gt- Contact Person Telephone (-I1q) glol ' 1110 Original Contract Amount $ ?,%, BKq. Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Cl)m�V,h'w o vvi n infix di i k a A FyUvvt ofo 4t ytGyl t� S Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. f\W • t� o No. 06 Project Name/Number Ll)G�f �Y �4o i C e S Ar1� Ua lv[�t�(�wi�{ ►t' t27 y-- Project Description JPULkU"A i+ oT uvt(,tf r StAvice-S o-�yq,tyt. w +'V, 1 Y��'o�a-h1rn Approximate Construction Dates: From r1 ,:;- 22 To: l�P. -1, Agency Name �`�j 0 j SIQYI&A 4i1 l Contact Person 1 QiSVS 'Wo(ayyk Telephone Original Contract Amount $ ql .'Final Contract Amount $ W � 5., b'Jb -S) If final amount is different from o�riginal, please exprain (change orders; extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. �Ao . No . 11 C No. 41G Project Name/Number �&nbfi 11Y,1 oyt W wtrr ►Actin l0t'4 IU.LGUYIEn+ oa 4C_ j Project Description 3-1 z' V 'P1P wk*ty vvnta;o "VIA w'�ih Approximate Construction Dates: From 51201 'LZ To:_ , L . lc 4A 12,3 Agency Name PA-yj Contact Person C A_br OW IAA)D Telephone (w-) 2.3'2 131� Original Contract Amount $ 2,1 ft'�uFinal Contract Amount $ —TbD If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Na• 1"to No. 6 )1 Project Name/Number I}W WYK tYp(;6Vf, Vggti pm,crtf anti Pfii Eva Qz tAu Project Description 1vi1-M rLi.) d Mkt+ n in,vxA ahol prpssvrc, r-ori. v � S'tkt *'Y - wv-t l (.��f�1Y}�VIUYI LGS Gn6i r' Approximate Construction Dates: From 512 I2Z To: 'S 1 ti w Agency Name l/Y O, UyY ID11W i W Sf,"1 C4S `M_vi Lf Contact Person ft�niS`'1 MU.J inWa.h Telephone (Rsi) Original Contract Amount $ �qQa, ;. Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. r'ln. too. 12C No. JM Project Name/Number P�VAAAVl l ((yt m vy la- lribilryK i P A'Yl+ 014 CA Project Description I�n�tulla.;tinvt Q-{ �Ii►�3PL�YKS r QvVVYx01Wat6K Approximate Construction Dates: From cil2- To: IT3 Agency Name ('iym SWifh cffast ry&I iJY5 Contact Person 1Acde, WmA Telephone (9,a) 7,6H Original Contract Amount $7 qu1l W Final Contract Amount $ If finpl amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. r�D. IJ6� Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the tractor's current financial conditions. T . F-. a&_& A5 Bidder Authorized Signature/Title Titwei" ovcm 13G City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT -- PHASE 3 PROJECT NO. 23W11 0 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM Please print or type. Bidder's Name `j. E.Y��y�S,�Y�C, FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $350,000, provide the following information. Please see Special Provisions SECTION 2-1 for detailed experience record/reference requirements. No. i M Project Name/Number ATM U?,� 'ill WWMA ke—in ta; i� n c_y% t �6tul+ Palls Project Description MAIYII&Wl1 axylw Yl Approximate Construction Dates: From 7-2 To: 3� l l�, 23 Agency Name &aun rffa,St W�iY Contact Person M4l hli'1 7Qf,(;1' Telephone fflj) Original Contract Amount $ MAUI. ,Final Contract Amount $ ��'�ate•' If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. t`At • tAb 10d No. iTO Project Name/Number�t,lic;olad, 1.tvvw„ aid Frftdowl Watcr mar, CL41CL«4f'.+ IoCo Project Description c..,.t o� u,5410' t2" 'Dip iyaiir rv1at'n &W-0 L/ itl N f-V-StvrutioYt Approximate Construction Dates: From 3 ► 2 To: (,4WX • d►►1?3 Agency Name Contact Person ( _a►,,t.W t) Telephone ((em) 299Z Original Contract Amount $ a.51 rinal Contract Amount $ `(&17 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against y,olIu/Contractor? If yes, briefly explain and indicate outcome of claims. �1- IVD• Project Name/Number . S- ry-\ "�a,in �►� 1pVl��wvCtl f3 le lD2 Project Description 1�{zisa�.t !1"-Ly PV( 'WYrv% dvyclYn ar'A a vyiwatm/-S Approximate Construction Dates: From 3 a ?To: Li1�j�2Z Agency Name YJkAA Contact Person Q YYXa'YI W 7-J-;t Telephone (9ql) yqq - g5?� Original Contract Amount $ 2 2-Final Contract Amount $ 3�, If final amount is different from original, please explain (change orders, extra work, etc.) _ Ct)yy� 1.P�4-i � n avY1 cstm �'S d i �-���vy� VJ►d GVCLYI-i�i-i`i � S Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. h . t'A n 11d No. 4( Zti Project Name/Number �Tm,uft,ww ViGp Cai&�Cc. Pvofuhyn &4, m Im0,VYztvvr1fs1 bm Project Description ('A,+h 0 d 1,C Pvc+C (r on I W Py15y-f'"y"Yrt-, Approximate Construction Dates: From `� To: J I J-ZZ Agency Name (A 66-r a MV- -U1`sh�iLf Contact Person Q oYY a/n Telephone (I'M) Original Contract Amount $ 2A01iQ ,-Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) -- -�'if }YY101,Y�i ICY I Gi tyl OlM t < i (, rcel 'b L �j) G� q Ili Gu 1 }i Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. �AD . tJo- No. 425 Project Name/Number CV -A ipY�tL+11-1, uyis�it aiwi QGIvC-Gx 2-- Project Description 3,510' Se�Lr rJ�n?i.iYk. inet&LL,A*yy, Lkji � C.x��U�fUti0.✓1G� N161 K&IVra,-t-un Approximate Construction Dates: From (g U lq,7-_To:gi 6DT_ Agency Name _ E hSfi uyan(xf (0W*y1J(A,-LtX `DiSfinyt- Contact Person -)Ld d �+h Telephone (Iiq) 537 - 5215 Original Contract Amount $ 553 uo-Final Contract Amount $ T-D If fi ai amount is different from original, please explain (change orders, extra work, etc.) N�JA Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. tJo. Mo. 12d No. 92� Project Name/Number �LV1 2034011, _{ do t(LJC+i 0 rA putt Aa Project Description q n With 10ass Obnd 1`t*YeV-AM t,�%oUM AZw�tGr��tJ Approximate Construction Dates: From 1,2-111.0 2,1 o: Ce I zO IZZ Agency Name A61- t,h(a�f. Pom-hA N(G,itr Ushi(,+ Contact Person Itij E m 4k Telephone ('I ti) Original Contract Amount $ 5sl zoy.'Final Contract Amount $ ' .551, 7-V If figal amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. r b• I�p, Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. lZuth4orizT. . Q-0 �.,ij tz, I n c.Bidder SignaturelTitle -tt4.o�tuA Ip4locrl5 13J CitV of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 0 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name `(F fL6bo'6 , I ne- - FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $350,000, provide the following information. Please see Special Provisions SECTION 2-1 for detailed experience record/reference requirements. No. Project Name/Numbery W),Lt and i`1bG,YI mmP n} VD � Lev Project Description [A.*,xd A,b&V-d0,1w + VU O-h �v qh �BSh3t�cvh -an A in ou sc Weil po f- A if w ti+t r, n, Approximate Construction Dates: From _To: Agency Name ( zsa wa±aN 1) i3h C/+ Contact Person LLU4Y1 L4((Ir Telephone (JqJ) le?)t - 12;°q I Original Contract Amount $ 11b Final Contract Amount $ (LAq , 303. — If final amount is different from original, please explain (change orders, extra work, etc.) GI-t � rrYdt,�S Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N b I'do 10_& No, til{ Q Project Name/Number rJtl- in(jn �GuCl�1� Pip(,(ir� 1��Q�t�V1Y11P}�� ��� 1 Project Description Z��' S�I'r f rv� L I 0 i (ajl a O-Rd q VYtW Ct'n CAS Vu Tti-) Y-Af� trtrl W AA d�w AlC.��n Approximate Construction Dates: Fr�m _ l ZZ To: (, U Agency Name �(XX1titWb AAyL{U!lf ('UMYyli L<'Srlm Contact Person Ili i, V t (n OATS Telephone (qq{ q, 55�1 Original Contract Amount $ 8(r 1, 318 _Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) M bzlLi . Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. �'l u - r� (� . No. '%l Project Name/Number I"r'1 "fll�nSrni�Gr� YY1�i k�tGSS YY1�il�wcwi5 Jat vl5 l.c D � tp Project Description f\,/W1Wfu4 av�.</1 V GAYp, u,l t,rW'n4- wi` it t'gstur llm Approximate Construction Dates: From —LJI-�- 7, _To: -1 Ig I2Z Agency Name M rM+N-\ Contact Person Telephone (qq$ Original Contract Amount $�. Final Contract Amount $ L L6U, ELL — If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. no. �'5() . No. 4 a Project Name/Number I I Ua[P-7 Project Description Vi 41&Utv►At and " Il ia'I 4 614 ✓MV'S M 31/ Approximate Construction Dates: From _-121_To: Ogy X Agency Name ca14 G� LAIA Ir► IOn Contact Person YN-f"O- -M &4i1i11L Telephone (l1q) - lr5- -5i5i Original Contract Amount $ 8ir LA Final Contract Amount $ Il%91) If final, amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N0. K G No. �A Project Name/Number Ott Project Description liy' ?" VUP Sww mxl'h and 1?62' N'' Wt 6.Q, t' la,-t.y'al Approximate Construction Dates: From vl To: 11711 �Zy Agency Name �fNhu IA,1 rn InfXVX IXSfinCrk- Contact Person Old'l l &U, I,0&. 6tM Telephone (114) 't M . N05 Original Contract Amount $ n_2j�M Final Contract Amount $ -'-3 Z-9, �j Gqi - I amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. \5 b. %6 . 12 t� No. �b Project Name/Number gpt,iorral TrtA+v tg tPlont )tj,r tIH IYNOVLn� Stwi'r 60owmtAt3 5192- Project Description v p ',WV S a�QUY9Lnl r1CZS Aro rtS'bra ,U0 in 1mank,l -i-tX+W "1k VI k• Approximate Construction Dates: From To: 122 Agency Name Mpu1yy-1 Waitr -D►S-M64- Contact Person �Y4Y.�d0Y1 U Telephone (qqJ) Original Contract Amount $Final Contract Amount $ I., tt 37, 6�e7 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. fit. tAt- Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the ontractor's current financial conditions. -T - E.. Ww,t J-51 I n r, Bidder Authorized ignature/Title tzob cr+s 13,z. City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 8� SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name 1 - C - "bXyts I �VIC, - FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $350,000, provide the following information. Please see Special Provisions SECTION 2-1 for detailed experience record/reference requirements. No. J 31 Project Name/Number L \ win RYtoy t, T-uk ift ,e Qyyjarcn-� Project Description N, o' Sy° r 'vJ( and z a" c',rni4( Or r 1A Q%*(+('yUk V-S Wi- relstprwhm Approximate Construction Dates: From 715121 To: 1512,3 Agency Name b:W n� U.VWDW Contact Person LtNw Telephone (961) 97/U - 131 Original Contract Amount $ 31S,9L3 Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. t\�o t'� 0 . 10� No. 9 3Z Project Name/Number M5 Project Description t,385' ?.t" VVC arui it%' $" j;(C Srwu nna, arm G1DAlYFGYlanc S Wi4�A anA i1-hov Se v-)W poin+' 4eW0C re1f1n T Approximate Construction Dates: From _ 1,5To: t k k !!5121 Agency Name Contact Person ri �,41VL� MC-Asl'A Telephone (215%) (c W9 - ' 1 LE D - Original Contract Amount $L!4� inal Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. [�"A (9, I\�C) No. 3) Project Name/Number Project Description &,A R'G.' ib- we i,jatMm &nA aWw4enaras u�fh av,Ur� Approximate Construction Dates: From I P To: ID It I 1 Agency Name �itnY-N Gt 1,C`sf1M Contact Person SU Y1 Telephone (U24) (P33" ?i2i I Original Contract Amount $516LJ J (. Final Contract Amount $ SSW, If final, amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. t�G• Nfi• 11F No. # �` Project Name/Number?e-��" irt"(1 p(viI,UN va 12P 1a('qYbG4'l+ Project Description Qt.A—t-3- d tY YGP ,� li'n1, ujirx�5 AnA rectrm� iat ��, �i h l,n-house Weil Potni' L�tW0. �rtn Approximate Construction Dues: From (e ��I ?i1 To: 1 l b �21 Agency Name _T'ffi-tl'h Contact Person _SC A f,iyI0'fl Telephone (q5h q27 Original Contract Amount $ffij�- Final Contract Amount $ —XA(gr�r�3. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you Contractor? If yes, briefly explain and indicate outcome of claims. L", b No. 35 Project Name/Number Project Description 1,3�G' W jj(L, lo3s' WtrttC ehca-sttw� wii'h UA"unw arvd fASb +41 Approximate Construction Dates: From To: Agency Name �,1111f t�k l �t �GI,YYtGt Contact Person Telephone Original Contract Amount $_`U L'Final Contract Amount $ If fin { amount ig different from original, please explain (change orders, extra work, etc.) n n 1 n,;f Did you file any claims against the Agency? Did the Agency file any claims agar st you/Contractor? If yes, briefly explain and indicate outcome of claims. No �6 12 f No. 9 �� Project Name/Number 010 Project rY�escription q ' " &Vor,Y lbrtA Gnat 6hW+ Si,�vi ICY S And zrx' pdd�i��rtkl lIv fi I�� tq ft JUNfa li At Wqh YA YAA`1qn Approximate Construction Dates: From 21 Lf ?,) To: -11 2 `Y) Agency Name 4 Contact Person-D�nniS Ut Telephone OUD) q6 2'1 H Original Contract Amount $j-.A5q10, Final Contract Amount $ If final amount is different from origin9l, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims ag inst you/Contractor? If yes, briefly explain and indicate outcome of claims. �\t- iAb Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an apprais of the T tor's current financial conditions. Bidder Authorized ignature/Title 13k City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM Please print or type. Bidder's Name a . P_ - Q 0%, t>I I nc- - FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $350,000, provide the following information. Please see Special Provisions SECTION 2-1 for detailed experience record/reference requirements. No. J 31 Project Name/Number �t avid s f yy u I vyl yK araYA; to b?2 r Project Description 6bC $" PYC w&d1`nc /ayJ nqUy+evwu& Wi h WjVyAW Approximate Construction Dates: From '�j To: 'ta 11 1?d Agency Name -t(�h� Oo il�,-L�,IL S Contact Person I (�nyl l,11/1rjul Telephone nLfb) 221ji - -57LiD Original Contract Amount $ 2 -75. Final Contract Amount $ 2053� Lt St9 - - If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Ktt t lb 101 No. �i Project Name/Number (J'n /( GYIyt 1Inch affix aAO CAi2W(/hMI &U%tp Project Description 1,teko' S" Si(, W&RTMAiA aAd ceoW.cVWLZ 1AMil rYC+nYAFIM Approximate Construction Dates: From 3 1To: 5�1 i r'21 Agency Name rni1�P,S��{.YliZt Vn,btw tyafy -D&l Cf Contact Person `) Livia 6) oy 14 Telephone ($IS) Original Contract Amount $Lj$q,UV5 Final Contract Amount $ 55Z ,L-00. If final amount is different from original, please explain (change orders, extra work, etc.) %i -WA IM UY Y� Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. t ib. Pao No. X 31 Project Name/Number �Y1MwA �Siy , Wnfu YY1ct,(11 awldtm-w lrqq-7 Project Description DtSitin W tmstrubhon of 7 (COD' 8" DlP WAftr mails ar,d awaild1 "W W i� r•G51V,�Of"icon , Approximate Construction Dates: From To: I L 1 22 Agency Name Ok4, Ot AYALWaYvl � Contact Person Vjy- Av Telephone (ilq) J[P5 - 5157 11 Original Contract Amount $�3q�}�1tsn. Final Contract Amount $ I,�b�6�5L1 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. I&u N o 11� Project Name/NumberCAOAL kIC. -EM L4S�W Ih'Im�Li' is Project Description C'Abi(t QV11f�(�il iJ►'1 tvY1yY6Y.�.YrIGtYbiS n iW&J- 6F6 Approximate Construction Dates: From 2� 2j__To: [Z IZD T2 Agency Name ll).PhiaSitl iVlUnt(AIO&A l,Uol`ff -DI mc+ Contact Person �t,Vti1 CiU��,(�Vl Telephone (3Iv) ip.(k 0 - (c Z15r-) Original Contract Amount $-Iq q J,czo-Final Contract Amount $ �1slQz�d„(s� If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. �'10. tAD. No. � I Project Name/Number =I' Project Description t3 '�1"",g in", Pvc wag' rw�in In-d canrnzLwfcnc&s (A)db ct.{k wovh r�n a"A Mia rw-4t . Approximate Construction Dates: From I. o ILI 7,VW To: 5110 2� Agency Name 0AM 0t►'h Contact Person W 0 f/i CAS VO Telephone (q" jogq — 3 1 Original Contract Amount $,3a1ZL4oL`Final Contract Amount $ 4, b301 `Up t If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims agai�jst you/Contractor? If yes, briefly explain and indicate outcome of claims. Nb . � 129 No. �2 �m��� P tName/NumberWAXrYl(Un ,dal�motf a#-- 0-l�UhW� m4 h1j.Wy� �qlq Project Description 2,gio' 8"rldF t2" D►P,Rrca�tl/ ryin acid v�,nFfry�anc� witln re6taa-Khl Approximate Construction Dates: From T 17 OW -To: 215 (%1 Agency Name Contact Person AA,0Y1.E Telephone a 1q) 'wL - Original Contract Amount $ Final Contract Amount $ 4Lio,M0. If final amount is different from original, pleas explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Up. No Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. I )U �A-s, lac - Bidder Authorize Signature/Title �rnsti 12 obi" S 13q City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name I •E- Y2_0b�,Yr S,1Y-AL - FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $350,000, provide the following information. Please see Special Provisions SECTION 2-1 for detailed experience record/reference requirements. No. X N3 Project Name/Number iFZLyYI{QY1 il�{,ha��ililun a►o 4l�clGY 1t11p►Ufn'59�� T Project Description 3,`�ut)'s° C,mi.jc, wcxtty'"t'aY.d acx�,;��enu��ceS �u;�t, res�arrLl�or, Approximate Construction Dates: From -1 k JW20 To: l 1 12�--1 Agency Name O A_ _�A Of 1-Wid Contact Person MW ,'LV1� Telephone (101) ?A I Original Contract Amount $ 2 ISSFinal Contract Amount $ ZLy t l 0 t �,_ 3 If final amount is different from original, please explain change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10� No. N' Project Name/Number 5957 Project Description 2,55D'yy, pie wp,+ ' main and awA-VAanC _S with rCtfAgtbM Approximate Construction Dates: From Z!�J7,N Q To:_�i 15�2UZn Agency Name UiAbbw M YI 1 G11gGii1 (A)Qi W -D) C+ Contact Person MaAIV TG,m i rvl i Telephone (1W) '12g - j ITS Original Contract Amount $I i 5Final Contract Amount $ If finpl amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N)bl a - No. DI`5 Project Name/Number Project Description-t,q%:2,1 V Svc � l,qn' iu, wy(, L&kkj1W a.rd ��ouYlr.w�nceS wig tr1 �i�srtdt�v� . Approximate Construction Dates: From 1i To: Agency Name o Contact Person `SOitVt V-DUa'A-0-+'1 Telephone (' ly) qqb - �lvlel Original Contract Amount $fit lFinal Contract Amount $ Z, 0,,3q If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N16, No. 11h No--4 qU Project Name/Number Project Description �sv'Io" r. mi ibin� Pvc tit knvlaihard a,"narurs WWII rtaftALvy, Approximate Construction Dates: From _ To: �12�ZdLo Agency Name SGA wa UJ04 - WT& Contact Person Telephone (Rq9) Original Contract Amount $ 3W.,UA *al Contract Amount $ 315+I0l If final amount is different from original, -pleas? explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims ag inst you/Contractor? If yes, briefly explain and indicate outcome of claims. rl �l o No. J � 1 ,-� I ^ Project Name/Number rG�Srni�SiU� i�(�I� 1 �a.IV� 1�(,pl�� Project Description %Zq" c. � %' N" r 1. c.ndglyf r-RkatLXAi3 4thr hm Approximate Construction Dates: From 2- 1,5 �rb To: q i LJ W2,Q Agency Name 0 W�l-k A-A�tzr Contact Person Telephone 1-T5;L45- Original Contract Amount $ 0S5 Final Contract Amount $ 3q1,97'?3 • If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N\n.QU 12k No. 0 Project Name/Number 605 Project Description 3,Q 1' S" py(- ivatW ww,in cip)J 41ppff3,,m&i'"S w frh re5+6lra h� n Approximate Construction Dates: From To: 1-2-1-617,02t7 Agency Name ,I C i n (�P. U'G.LI� Mffi*YA nraJ WAftf D1Ai& Contact Person I-tYa1 11 �.1�(rlt� Telephone (961) 1 ClL4 Q V2 Original Contract Amount $14Lq3, 9. Final Contract Amount $ I., bLA7 , 334 , — If final amount is different from original, p pease explain (change or�ers, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. f�L) • Nt9- Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder Authorized Signat4e/Title pobca5 13h City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name I • E . OWS t IVIC - FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $350,000, provide the following information. Please see Special Provisions SECTION 2-1 for detailed experience record/reference requirements. No. qq Project Name/Number 2,� Project Description U,9 o' 91' IEyG Ancj I,qsb' m'1 VVc a#liW and tjgou tnan(LS wf+h ri0arOwl Approximate Construction Dates: From 11 Iq To: -7 �d �2020 Agency Name WA b1 Contact Person �Ik uca Telephone 01q) 2M " �qI L Original Contract Amount $ 2,Zi0,086."Final Contract Amount $ t,°Ig6,u°t1 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against y u/Contractor? If yes, briefly explain and indicate outcome of claims. !fin 10i No. 2 PjD Project Name/Number I Project Description I,0( o' ► " DIP &M W S'' DIV Wat� Main and cpit♦'t[r,riw with r3.Stmhm Approximate Construction Dates: From I ?i1 To: Agency Name Contact Person fL1 w Ni,w Telephone (0 3n - J';�61 Original Contract Amount $ 5bn, lik.-Final Contract Amount $ J Le 1, WZ-- If fipal amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/ If yes, briefly explain and indicate outcome of claims. _fib. KO No. 1 6) Project Name/Number 4:5�v)' o Project Description ri,e3n'►2" trop>~ Y,rnstTY►e a�,a �.,,�,,r�rmc�r� WiI1, Y-AAt a, -hi l t4 , "kDa well pmW A�uuart�'�n Approximate Construction Dates: From 1'7,tAZ To: Agency Name 6y� (M%YY1iJ%l'f Contact Person Telephone (424) I IJI- Original Contract Amount $13,�>7a►�2.�inal Contract Amount $ 1$.'50)3., 5q3 If final amount is different from original,, please explain (change, orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. ti r�d 11� s2- No. 5 2- Project Name/Number Project Description 2,5�bb' IT' DIP ? L,67D' $'' 91P pioellbt, ar�d APP>gC WL16 An LPSTYrrh•M Approximate Construction Dates: From p LTI W� To:_= f I le J2b2U Agency Name � q I Y�4r�1 Contact Person 1( n NAM) ) NW) Telephone (%I) %Sfy - 647T7 Original Contract Amount $Final Contract Amount $ If find amount is different from original, please explain (change orders, extra work, etc.) lA A L� /. I I— � 011e' Did you file any claims against the Agency? Did the Agency file any claims against yo�Contractor? If yes, briefly explain and indicate outcome of claims. ND, o No. e 5� Project Name/Number QP5 l2J1AAJZA Project Description Prk&Wre 12 WM4 rf } irl "Ig'kr +Yew �nC1l1�A —i J Approximate Construction Dates: From To:_ 512,020 Agency Name 101AAAA Contact Person `1aYV1 RA 7i>t Telephone (IM) `'�q'b - t Loq? Original Contract Amount $z�zo.Final Contract Amount $ 2,13D lug If fi al amount is different from original, please explain (change orders, extra work, etc.) i1�n /,— r.i 'J n"/ Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NU . iU0 121 No. 9 51 Project Name/Number Project Description tJr myyj CA1XI "Z rj L1VLJZ Y' main VAI✓VS Wdl U,'�NYALLL Approximate Construction Dates: From I To: Agency Name Contact Person a YT_U &(( 1 12W1 Telephone (olqq) Ion lj - `;5'P4 Original Contract Amount -Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims aga nst y u/Contractor? If yes, briefly explain and indicate outcome of claims. �0 . N E1 • Attach additional sheets if necessary. 5 Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder Authorized ignat e/Title Tim&f iil 12UWf5 13� City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 4 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name -�•C• ju%vj-"'�VA, C FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $350,000, provide the following information. Please see Special Provisions SECTION 2-1 for detailed experience record/reference requirements. No. .55 Project Name/Number Project Description -7,9iU' 2K° pVC, ,3,zaz'ts" pvG y.ssgz' iz^ PVC �gLIA,e_and &Raab a<#'t Approximate Construction Dates: From _�U I a TO: 71-1 1 o Agency Name bckbf-61 6k b1411ki Waki (�&J- Contact Person 4G1n'1 Telephone (e) Original Contract Amount $56iLSiLIFinal Contract Amount $ f ji43, 7M. — If final amount is different from original, please explain (change orders, extra work, etc.) p.,Ju(,hV.t C%1l� 61 rYTi l;l' Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. !\G• tAG- No. Z SlF Project Name/Number 5$ Z2 Project Description I,NbiV i v  eu 1 1 n ��` iasinn �,;t>n lacx and bavt , and vSirl 12" SGwt�+'P��c.. � lg,, �, � rQS�ivr�►�` . Approximate Construction Dates: From To: Agency Name �y VWi k Vuolf,41 I,ijG�(iY7l Contact Person Nl) IA4UCb Telephone (qq{ 3LL0 - l24q2- Original Contract Amount $1,25i,iio.'Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. �1o, q0 No. 5i Project Name/Number Project Description Q f�vttAM ( ojy 0*y b+ Approximate Construction Dates: From -To: Agency Name (WLt bQ&ik 1 1i�tUY1l fit [?G� � Y 15 Contact Person �[ JAI<jY' UA Telephone (3to) i (RO - (nVA Original Contract Amount $t 17PS, Final Contract Amount $ 7y2,(e`63. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. i� I W No. Project Name/Number -�7D- 72_q Project Description L,gits' i2"-iu' crY,LIc. 8.5bo'a7 -era" -DIP b-&kr C-66h ar d 6417Y%narta-3 w i*11 ri StlyM, --1 Approximate Construction Dates: From R' l t i"1 To: tQio lil Agency Name G 4v o L jq Y1(�Y YV� Contact Person Mt&M CL �,l 0�k Telephone (1t4) -l¢5 - �J,5a I Original Contract Amount $t��vFinal Contract Amount $ -7, 191511 1.90 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. f�D • �-Au Project Name/Number W WLt,+, (AAV h r tin 0126t&-�W'li Project Description �,�,tn' i2" �iP �i gt3D' R" 101P WGt+Gr• c+yJ GAPur}f nanu5 �u� I h 'rCSfis�thrn'� . Approximate Construction Dates: From IT To: Agency Name CA-+t/= 6 N cYC� Contact Person S GtXYI r- 4 tl[[ iy1 Telephone (151) ZZU Original Contract Amount $ 0 Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims a ainst ou/Contractor? If yes, briefly explain and indicate outcome of claims. d 1 f U 12 � No. 0 UD Project Name/Number Project Description 3,t�o't2'' ip�tuo' W- PdG� S55D' �s" pyc- " JV 14" PV(_ iAJ&k.r ►naYi & XPW 4VA&V1aS WM-. rUtfY-kb*Z" aal( in-house w 11 patty d-e',4A+-er1n1 Approximate Construction Dates: From t 2Iq To: t:5 III Agency Name G`V t4WIDC YI NL ALL Contact Person i�� t'1 �� l 64J11� t Telephone (qyq) (,yy Original Contract Amount $ R2 Final Contract Amount $ j,Ael, ,131. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. K • �4b Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder Authorized Signa u t itl Tlv,n1(1� a aborts 13) City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Drange Time F \j VU.o er k5 being first duly swom, deposes and says that he or she is PresiQ�-nrt- of T. e:. R_Vww_ts 1r« . , the 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 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 t to 0 omi tha going is true and correct. -TImo-1' IzoIx, y-t�-,,_ Pr,- 5 1 d e✓t Bidder Authorized Signature/Ti i sky f vW—t5 Subscribed and sworn to (or affirmed) before me on this 2,041 day of Sr%.. J6mb�,2023 by proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary Public See attached [SEAL] California Surat My Commission Expires: 14 CALIFORNIA JURAT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of pr Cl. n �C- ) Subscribed and sworn to (or affirmed) before me on this '2- J-#1 day Of `52F CW'L.bL'-- 2p 23 by T t hn o r 1r 4 proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. KIM E. NEWET7 bi COMM, #2390572 z X . Notary Public • California o Z Q. Orange County 4 M Comm. Ex ires Feb. 7, 2026� Signature ,,c - e4A (Seal) Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this jurat to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document This certificate is attached to a document titled/for the purpose of containing pages, and dated Additional Information Method of Affiant Identification Proved to me on the basis of satisfactory evidence Q form(s) of identification U credible witness(es) Notarial event is detailed in notaryjournal on: Page N Entry It Notary contact: Other [i Affiant(s) Thumbprints) ❑ Describe: 0 Copyright 2007-2017 Notary Rotary, PO Box 41400, Des Moines, IA 50311-0507 All Rights Reserved. Item Number 101884. Please contact your Authorized Reseller to purchase copies of this form City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 0 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 DESIGNATION OF SURETIES Bidder's name . V-00-6YIS, IYIC - Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): 3cmd Cn _CASU1i1O AVW 6VYJ1A1 C" V IJK4,�_ UA055 O re, `[D w' Su,r� N toTC,T U �o ► Ckvka PI CI A) I GSM I ✓EIA AU H (a 23 • W4 15 City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name T . E . (_.ob oyt� It I nc - Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2022 2021 2020 2019 2018 Total 2023 No. of contracts a 1 10 16b �S 7g N33 Total dollar Amount of Contracts (in 3q 3yq yaZ u5,42D,000 3'i,91,p0o 3s,s-7b,OW 31,31N,� ZP,10,b� Thousands of $ No, of fatalities p u o o o C No. of lost Workday Cases pi o o o No. of lost workday cases involving permanent o 0 0 0 transfer to 0 another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder 'i.E. 14be,+' S,Ihc- BusinessAddress: (11iI mitthelt Noy,+k, I✓yir►e, CA az,(oi� Business Tel. No.: oa-t2 State Contractor's License No. and Classification: LQoboog A, CM Title `fir,-�'t ck nt The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date j,3 Title S2C rQiZt vv Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED] 17 LAL1t*UKNIA LLK IIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of O r O-v) Q -e ) On before me, KI M New zf- -kt M Q-U r� Q l► h � l / r (here insert narni and tide of the officer) I personally appeared TlrvIn who 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 acknowledged to me that he/she/they executed the same in his/her/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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature I(IM E. NEWETT COMM, #2390572 = Z Notary Public - California ;0 Orange County Comm. Ex Tres Feb. 7, 2026 (Seal) Optional Information Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) Thle(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Name(s) of Person(s) or Entity(les) Signer is Representing Method of Signer Identification Proved to me on the basis of satisfactory evidence: 0 form(s) of identification 0 credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ Additional Signers) ❑ signer(s)Thumbprint(s) O Copyright 2007-2017 Notary Rotary, PO Box 41400, Des Moines, IA 50311-0507 All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 3 PROJECT NO. 23W11 0 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 ACKNOWLEDGEMENT OF ADDENDA Bidder's name `C • E - Inc, The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature iN City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 1-1 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: -uE . e—ob r-�SJYIC Business Address: 1"MI YY 'kkkttl NICH41, IKViVV-, CA g2&I� Telephone and Fax Number: � 1�- 4 l- 6V 2- 11q- Zoo- 02A I California State Contractor's License No. and Class: UbWb% fl 1 Chi (REQUIRED AT TIME OF AWARD) Original Date Issued: q 21 q0 Expiration Date: 1 o i 3►,z�} List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: P? ri an VVow►tr , S%i rn air The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone ?jry tA1h4 120hvVb Wee, idf2i! 11111 &&ifLhtdl t4wJ41,lrv�rf,cA,1Z41'{ I1H-(CA -Ub?Z2 k.imbgAa IZAg tS Tn"uY'.LY kill I MIA-t Lll }4n4jr, ty✓iyV. CA gVoLq -71q- (ao-009,Z )VAA tenhu,v+s SB ;V,/,A 14 i1-1-11 r,.t,;i"( rt Ah, 1Yy1 1 CA QW114 -1144-UUO-00-77— Corporation organized under the laws of the State of (',a f- nlp, 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 1 > i Y-1 P-A5 I I YACI For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; N11P,- Have you ever had a contract terminated by the owner/agency? If so, explain. hl r� Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labo compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? es / No 20 Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) l;+td I2utfp tIP- �nV' il�►l �u.tboo, Itlnrvt tLr M lot-,tain 2enn loc-er2n+ jcvl, l�lnc�sc 1, (vr -tIft COM 0� r-"poYi 6etch Co—PQJ� in Tots. MAC cwcui revla trrors in oar ce✓}+(^.�d �tu{ra11 rt�+s a.ul DMS Forms. 'Mt caste was st+•4i.cd on 2-1-is-zozo a.d wLle aiA 'PZv%at+-:ts of $ 3,LiLi-?.-71 4b 4A t 'Dt,/0Stu n o rU —'Ck% Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. T.E. ~,-ober+S jY1C Bidder -Ti mo-klA� 110he,r s (Print name of Owner or President C o io pant') � 1 Authorized Signature/Title T V-6'&n+ Title Date q - '2- q -Z,3 On before me, , Notary Public, personally appeared who 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 acknowledged to me that he/she/they executed the same in his/her/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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires. 21 (SEAL) See Attached California acknowledgement CALIFORNIA CERTIFICA OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Or ari a P ) 160 I-7A,23 before me, KIYn NeWif- -rt Mptarq Q fbI (here insert narn4 and title of the officer) personally appeared -'� M O-A i',y R•bb-Gv-`t� who 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 acknowledged to me that he/she/they executed the same in his/her/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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature �(, Vv,, A akA��� KIM E. NEWETT ' COMM. #2390572 z a to Notary Public • California o z Orange County -- i My, omm, Expires Feb. 7, 2026� )� (Seal) Optional Information Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) Titles) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Name(s) of Person(s) or Entity(ies) Signer is Representing Method of Siqner Identification Proved to me on the basis of satisfactory evidence: 0 form(s) of identification 0 credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ AdditionalSigner(s) ❑ Signer(s)Thumbprint(s) 0 Copyright 2007.2017 Notary Rotary, Po Boat 41400, Des Moines, IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. City of Newport Beach Balboa Island Water Main Replacement - Phase 3 S Shorecliff Community Water System Improvements (7173-3), bidding on 10/03/2023 9:30 AM (PDT) Page I of 6 Printed 10/03/2023 Bid Results Bidder Details Vendor Name TE Roberts Inc. Address 17771 Mitchell North Irvine, California 92614 United States Respondee Brian Wagner Respondee Title Estimator Phone 714-669-0072 Email estimating@temberts.com Vendor Type CADIR, DGS License # 603008 CADIR 1000000280 Bid Detail Bid Format Electronic Submitted 10/03/2023 9:26 AM (PDT) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 347919 Respondee Comment Buyer Comment Attachments File Title File Name TER Bid Newport Beach Balboadk Island WMR Phase 3 & TER Bid Newport Beach Balboadk Island WMR Phase 3 & Shorecliff Community Water System Improvements.pdf Shorecliff Community Water System Improvements.pdf TER Bid Bond Newport Beach Balboadk Island WMR Phase 3 & TER Bid Bond Newport Beach Balboadk Island WMR Phase 3 & Shorecliff Community Water System Improvements.pdf Shorecliff Community Water System Improvements.pdf File Type General Attachment Bid Bond PlanetBids City of Newport Beach Balboa Island Water Main Replacement - Phase 3 & Shorecliff Community Water System Improvements (7173-3), bidding on 10/03/2023 9:30 AM (PDT Subcontractors Showing 3 Subcontractors Name & Address Desc License Num CADIR Hydrotech Electric Electrical 977838 1000001266 37707 Green Knolls Road Winchester, California 92596 On Point Land Surveying, Inc. Survey LS 8133 1000003100 1910 Orange Tree Lane Suite 344 Redlands, California 92374 Structures Unlimited Concrete Work 550710 1000010800 7671 Arlington Avenue Riverside, California 92501 Amount Type $3,600.00 $13,520.00 $162.500.00 Page 2 of 0 Printed 10/03/2023 PlanetBids City of Newport Beach Page 3 of B Balboa Island Water Main Replacement - Phase 3 & Shorecliff Community Water System Improvements (7173-3), bidding on 10/03/2023 9:30 AM (PDT) Printed 10/03/2023 Line Items Discount Terms No Discount PlanetBids City of Newport Beach Balboa Island Water Main Replacement - Phase 3 4 Shorecliff Community Water System Improvements (7173-3), bidding on 10/03/2023 9:30 AM (PDT) Page 4 of G Printed 10103/2023 Item if Item Code Type Item Description UOM QTY Unit Price Line Total Balboa Island $2.405,815.00 1 Mobilization/Demobilization LS 1 $29,490.00 $29.480.00 2 Traffic Control LS 1 $19,242.00 $19,242.00 3 Excavation Safety LS 1 $4,810.00 $4,810.00 4 Surveying Services LS 1 $28,833.00 $28,833.00 5 Remove Existing Pipe (6"-12') LF 4305 $22.00 $94,710.00 6 Remove Existing AC Pipe (6"-12') LF 100 $48.00 $4,800.00 7 Furnish and Install 6-Inch PVC Water Main LF 4350 $136.00 $591,600.00 e Furnish and Install 8-Inch PVC Water Main LF 350 $145.00 $50,750.00 9 Install Connection to Ex. Water Main Per Connection Detail EA 12 $6,734.00 $80,808.00 10 Furnish and Install 6-Inch Ductile Iron RWGV EA a S2,417.00 $19,336.00 11 Furnish and Install 8-Inch Ductile Iron RWGV EA 5 S3,159.00 $15,795.00 12 Furnish and Install Fire Hydrant EA 3 $14,260.00 S42,780.00 13 Furnish and Install 1-Inch Water Service Connection EA 255 $1,335.00 $340,425.00 14 Cut and Plug Water Maln and Abandon In Place EA 5 $2,423.00 $12,115.00 15 Remove Existing Valve, Valve Can, Lid, Riser and Bury EA 16 $1,220.00 $19,520.00 16 Furnish and Install Temporary Water Mali Bypass System LS 1 $192,420.00 $192,420.00 17 Pressure Test, Disinfect and Flush Water Main LS 1 $85,811.00 $85,811.00 18 Pothole Utilities and Connections LS 1 $96,210.00 $96,210.00 19 Trench Dewatering and Discharge LS 1 $192,420.00 $192,420.00 20 Remove and Construct Concrete Sidewalk SF 200 $29.00 $5,800.00 21 Remove and Construct Alley Approach SF 700 834.00 $23,800.00 22 R/R 8-Inch Thick P.C.C. Alley/Street Pavement SF 8000 $28.00 $224,000.00 23 Base Pave w/ Asphalt Concrete TN 350 $501.00 $175,350.00 24 Provide As -Built Plans LS 1 $5,000.00 S5,000.00 25 Provide Allowance for Unforseen Conditions LS 1 $50,000.00 $50,000.00 Shorecliff Community $1,065,084.00 26 Mobilization/Demobilization and Cleanup LS 1 $19,242.00 $19,242.00 27 Traffic Control LS 1 $9,621.00 $9,621.00 28 Excavation Safety LS 1 $2,405.00 $2,405.00 29 Surveying Services LS 1 S3,065.00 $3,065.00 30 Remove Existing Pipe (6"-12') LF 360 $32.00 $11,520.00 31 Remove Existing AC Pipe (6"-81 LF 120 $32.00 $3,840.00 32 Cut and Plug Existing AC Pipe (8' and Abandon In Place EA 2 $2,48B.00 $4,976.00 33 Furnish and Install 6" C900 PVC Piping LF 20 $284.00 $5,680.00 34 Furnish and Install 8' C900 PVC Piping LF 605 $232.00 $140,360.00 35 Furnish and Install 72"xl44" Valve Vault, Hatches, and Appertenances LS 2 $146,510.00 $293,020.00 36 Furnish and Install Vault Interior Piping and Appurtenances LS 2 $11,652.00 $23,104.00 37 Furnish and Install 8" Flow Meter EA 2 $22,114.00 S44,228.00 38 Furnish and Install 8" Pressure Reducing Valve EA 2 $19,261.00 $38,522.00 39 Furnish and Install 10' Vault Vent EA 4 $6,553.00 $26,212.00 40 Furnish and Install 6" Gate Valve EA 2 $2,395.00 $4,790.00 41 Furnish and Install 8' Gate Valve EA 12 $3,167.00 $38,004.00 42 Furnish and Install Fire Hydrant EA 1 $13,406.00 $13,406.00 43 Furnish and Install 1-Inch Water Service Connection EA 8 $4,338.00 $34.704.00 44 Furnish and Install 2-Inch Water Service Connection EA 6 $5,030.00 $30,180.00 45 Furnish and Install Temporary Water Main Bypass System LS 1 $59,068.00 $59,068.00 46 Connection to Existing Water Main Per Plan EA 8 $2,570.00 $20,560.00 47 Furnish and Install Electrical Pull Boxes and Conduit LS 1 $39,671.00 S39,671.00 48 Pressure Test, Disinfect and Flush Water Main LS 1 $25,743.00 $25,743.00 Response Comment Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes PlanetBids City of Newport Beach Page 5 of B Balboa Island Water Main Replacement - Phase 3 & Shorecliff Community Water System Improvements (7173-3), bidding on 10/0312023 9:30 AM (PDT) Printed 10/0312023 Item x Item Code Type Item Description UOM CITY Unit Price Line Total Response Comment 49 Pothole Utilities and Connections LS 1 $19,242.00 $19,242.00 Yes 50 Remove and Replace Curb and Gutter LF 30 S130.00 $3,900.00 Yes 51 Remove, Replace and Extend Sidewalk SF Soo $27.00 $13,500.00 Yes 52 Remove and Replace Cross Gutter SF 150 $38.00 $5,700.00 Yes 53 Remove and Salvage Existing Valve EA 6 S2,667.00 $16,002.00 Yes 54 Base Pave wl Asphalt Concrete TN 110 $293.00 $32,230.00 Yes 55 Cold MITI 2-Inch Asphalt Concrete Pavement SF 12000 S2.00 $24,000.00 Yes 56 Place 2' Asphalt Concrete Finish Course TN 140 $309.00 $43,260.00 Yes 57 Pavement Striping LS 1 $10,329.00 S10,329.00 Yes 58 Provide As -Built Plans LS 1 $5,000.00 S5,000.00 Yes PlanetBids City of Newport Beach _ Page 6 of 6 Balboa Island Water Main Replacement - Phase 3 S Shorecliff Community Water System Improvements (7173-3). bidding on 10/03/2023 9:30 AM (PDT) Printed 10/03/2023 Line Item Subtotals Section Title Balboa Island Shorecliff Community Grand Total Line Total $2,405.815.00 $1,065,084.00 $3,470,899.00 PlanetBids CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949 644-3311 1 949 644-3308 FAX newportbeachca.gov/publicworks 10/25/2023 T.E. Roberts, Inc ATTN: Timothy Roberts 17771 Mitchell North Irvine, CA 92614 troberts@teroberts.com Subject: Balboa Island Water Main Replacement — Phase 3 (Project No. 23W11) and Shorecliff Community Water System Improvements (Project No. 24W14) Contract No. 7173-3 Notification of Award To Whom It May Concern: On 10/25/2023 the City Council of the City of Newport Beach awarded the above referenced contract to your firm. Please note: The City of Newport Beach is a self -insured municipality and our insurance certificate requirements are standard and generally require additional wording and endorsements. Please provide a copy of the insurance section of the contract to your insurance provider so they can supply the proper certificates and endorsements. Modification to these requirements will not be considered. Please return as a complete package, both signed original contracts and required insurance certificates, endorsements and bond documents to the City of Newport Beach, Public Works Department as soon as possible to the attention of: Omar Khalil, Management Assistant Public Works Department City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 This will allow time for the City of Newport Beach to review and approve the insurance certificates and endorsements and execute the contract. The Contractor shall not commence work until a "Notice to Proceed" has been issued by the City. Failure to enter into the contract within 30 calendar days or to conform to any of the stipulated requirements shall be just cause for the annulment of the award and forfeiture of the bidder's security. In the event the bidder to whom an award is made fails or refuses to execute the contract or submit the required insurance and bond documents within the said time, the City may declare the bidder's security forfeited, and may award the work to the next lowest responsible bidder, or may call for new bids. Upon approval, one fully executed original will be returned to your office for your records. Respectfully, Michael J. Sinacori, P.E. Assistant City Engineer Cc: Alfred Castanon, Project Manager Jim Houlihan, Deputy Public Works Director/City Engineer 1 `! (" BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 (PROJECT NO.23W11) AND SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS V (PROJECT NO. 24W14) CONTRACT NO. 7173-3 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 24th day of October, 2023 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and T.E. ROBERTS, INC., a California corporation ("Contractor'), whose address is 17771 Mitchell North, Irvine, CA 92614, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of the following: for Balboa Island, removal of existing cast-iron water mains, construction of new 6 and 8-inch PVC distribution main, construction of new 6 and 8-inch valves, construction of new fire hydrants and water services, coordination with other City Contractors; for Shorecliff Community, removal of existing ACP and PVC water mains, construction of new 6-inch and 8-inch PVC distribution main, construction of new 6 and 8-inch valves, construction of new fire hydrant and water services, construction of two new pressure regulation stations; distributing notices, providing traffic control, and pavement replacement; and, because a Utilities Undergrounding project is planned for construction on Balboa Island (AD 124), coordinate all water main replacement work with the utilities undergrounding contractor (the "Project" or "Work"). C. 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, it is mutually agreed by and between the undersigned parties as follows: 1. 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, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7173-3, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. 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. 2. 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. 3. COMPENSATION 3.1 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 Three Million Four Hundred Seventy Thousand Eight Hundred Ninety Nine Dollars ($3,470,899.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 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, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Timothy Roberts to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the T.E. Roberts, Inc. Page 2 authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 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. Contractor's 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. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 T.E. Roberts, Inc. Page 3 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Timothy Roberts T.E. Roberts, Inc 17771 Mitchell North Irvine, CA 92614 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment 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, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a 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. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. T.E. Roberts, Inc. Page 4 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES 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 by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract T.E. Roberts, Inc. Page 5 Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 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 Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless T.E. Roberts, Inc. Page 6 of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 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. 16.7 Nothing in this Section or 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 above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. T.E. Roberts, Inc. Page 7 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. inconsistencies between this Contract and terms of this Contract shall govern. In the event there are any conflicts or any other attachments attached hereto, the 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. T.E. Roberts, Inc. Page 8 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorneys Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. 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. 22. 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. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] T.E. Roberts, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: ron C. Harp hts Cty Attorney ATTEST: Date: A.,mc!� 2 Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal rporation Date: rA r CONTRACTOR: T.E. ROBERTS, INC., a California corporation Date: Signed in Counterpart By: Timothy E. Roberts Chief Executive Officer Date: 3-1 Signed in Counterpart Justin M. Roberts Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements T.E. Roberts, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: gy: A(q ron C. Harp City Attorney 3 ATTEST: Date: By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Noah Blom Mayor CONTRACTOR: T.E. ROBERTS, INC., a California corporation Date: Timothy E. Roberts Chief Executive Officer Date: By. tin M. Roberts Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements T.E. Roberts, Inc. Page 10 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of D r A do ) On before me, 1 q Ne-w-,--if 1,1,q+GtV RuhlI (i (here insert name and title of the officer) personally appeared T(M(2jhh ( V n h eV-+,S Gl n U 5 nR-0 be ✓"� J who 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 acknowledged to me that he/she/they executed the same in his/her/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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Lw KIM E. NEWETT COMM. #2390572 z X: o Notary Public • California o z Orange County - .. M Comm, Expires Feb, 7, 2026+ (Seal) Optional Information Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Title(s) Name(s) of Person(s) or Entity(ies) Signer is Representing Method of Signer Identification Proved to me on the basis of satisfactory evidence: 0 form(s) of identification 0 credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) 0 Copyright 2007-2017 Notary Rotary, PO Box 41400, Des Moines, IA 50311-0507. All Rights Reserved, Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. Executed in Two Counterparts EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 107903569 Premium: Included in Performance Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to T.E. Roberts, Inc., hereinafter designated as the "Principal," a contract that consists of the following: for Balboa Island, removal of existing cast-iron water mains, construction of new 6 and 8-inch PVC distribution main, construction of new 6 and 8-inch valves, construction of new fire hydrants and water services, coordination with other City Contractors; for Shorecliff Community, removal of existing ACP and PVC water mains, construction of new 6-inch and 8-inch PVC distribution main, construction of new 6 and 8-inch valves, construction of new fire hydrant and water services, construction of two new pressure regulation stations; distributing notices, providing traffic control, and pavement replacement; and, because a Utilities Undergrounding project is planned for construction on Balboa Island (AD 124), coordinate all water main replacement work with the utilities undergrounding contractor, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract 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, THEREFORE, We the undersigned Principal, and, Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Four Hundred Seventy Thousand Eight Hundred Ninety Nine Dollars ($3,470,899.00) 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 to 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 T.E. Roberts, Inc Page A-1 exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 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 9100 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 9500 et seq. of the Civil Code of the State of California. And 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 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 8th day of November , 2023 . T.E. Roberts, Inc. esldaif Name of Contractor (Principal) Authorized Signature/Title nm y fte`'ts Travelers Casualty and Surety Company of America Name of Surety One Tower Square Hartford, CT 06183 Address of Surety (909) 612-3675 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: kI z z-& 3 By, i A rbn C. Harp rn r Ci Attorney '1/20/Z3 Autliorized Agent Signature Spencer Flake / Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T.E. Roberts, Inc Page A-2 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Ae ) On ��. -7�� before me, Nl�e—W•cft 114M. ( Ru-b I (here insert name Ad title of the officer) personally appeared who 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 acknowledged to me that he/she/they executed the same in his/her/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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official s I. Signature KIM E. NEWETT o � ` COMM, #2390572 z # Notary Public California Orange County o o M Comm. Expires Feb. 7, 2026 (Seal) Optional Information Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Title(s) Name(s) of Person(s) or Entity(ies) Signer is Representing Method of Siqner Identification Proved to me on the basis of satisfactory evidence: Q form(s) of identification Q credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) 171 m Copyright 2007-2017 Notary Rotary, PO Box 41400, Des Moines, IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who 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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } ss. On November 8 , 2023 before me, Lexie Sherwood Notary Public, personally appeared Spencer Flake , 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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. :::... LEXIE SHERWOOD OM WITNESS m hand and official seal. cY PU C - CALIF y n '- NOTARYPUBLIC CALIFORNIA ORANGE COUNTY MY COMM EXPIRES JULY 27, 2025 Signature (seal) T.E. Roberts, Inc Page A-3 Travelers Casualty and Surety Company of America AA. Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Spencer Flake of ANAHEIM , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. rw-`+ CpM,tn YW• .�,(y iLK State of Connecticut By: City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. •.••'p 8 4p4fF•'. IN WITNESS WHEREOF, I hereunto set my hand and official seal. HCS(AiiY x My Commission expires the 30th day of June, 2026 + ..+•► °; j� "n �c Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 8th day of November , 2023 9Jpl1Y ANQ SG qQ 9 i hARTfORD, '# W HAF< C�oow4 •g, CON•'6,/�gE CONON K o �µ Kevin E. Hughes, Assn tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-411-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached. Executed in Two Counterparts FWAVIA.1 CITY OF NEWPORT BEACH BOND NO. 107903569 Premium: $7T,72T FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 23,224.00 , being at the rate of $ $9.10/$6.40/$6.05 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to T.E. Roberts, Inc., hereinafter designated as the "Principal," a contract that consists of the following: for Balboa Island, removal of existing cast-iron water mains, construction of new 6 and 8-inch PVC distribution main, construction of new 6 and 8-inch valves, construction of new fire hydrants and water services, coordination with other City Contractors; for Shorecliff Community, removal of existing ACP and PVC water mains, construction of new 6-inch and 8-inch PVC distribution main, construction of new 6 and 8-inch valves, construction of new fire hydrant and water services, construction of two new pressure regulation stations; distributing notices, providing traffic control, and pavement replacement; and, because a Utilities Undergrounding project is planned for construction on Balboa Island (AD 124), coordinate all water main replacement work with the utilities undergrounding contractor, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America , 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 Three Million Four Hundred Seventy Thousand Eight Hundred Ninety Nine Dollars ($3,470,899.00) 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. T.E. Roberts, Inc Page B-1 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 City, only in the event City is required to bring an action in law 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 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 one (1) year following the date of formal acceptance of the Project by 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, and Surety above named, on the T.E. Roberts, Inc. Name of Contractor (Principal) this instrument has been duly executed by the Principal 8th day of November 92023 . e�-f- IPoherTs Authorized Signature/TitleTihaorhyt Travelers Casualty and Surety Company of America Name of Surety One Tower Square Hartford, CT 06183 Address of Surety (909) 612-3675 Telephone APPROVED AS TO FORM: CITY ATTORNEYS OFFICE Date: IiI--Z-A"3 By: <� i Aaron C. Harp '�ls My Attorney •drAgow-11NIZ111• Spencer Flake / Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T.E. Roberts, Inc Page B-2 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Url� On i �� ?i� before me, K i w E_ N,,-' ,-- ft !�1 D I—�(Z%� ( (J (here insert name d title of the officer) personally appeared who 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 acknowledged to me that he/she/they executed the same in his/her/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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official sea Signature KIM . NEWET ET t Comm, #2390572 z � Notary Public • California p z " orange County M Comm. Ex fires Feb. 7, 2026 (Seal) Optional Information Although the information in this section is not required by law, It could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Title(s) Name(s) of Person(s) or Entity(ies) Signer is Representing Method of Siqner Identification Proved to me on the basis of satisfactory evidence: C) form(s) of identification O credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) 0 Copyright 2007-2017 Notary Rotary, PO Box 41400, Des Moines, IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who 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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies); and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of Orange ) ss. On November 8 , 2023 before me, Lexie Sherwood , Notary Public, personally appeared Spencer Flake 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 acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. c Signature LEXIE SHFRWOOD COMM #2363681 W '- NOTARYPUBLIC CALIFORNIAK rn:.. ORANGE COUNTY MY COMM EXPIRES DULY 27, 2025 i Page B-3 T.E. Roberts, Inc Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J� St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (hereof in collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Spencer Flake ANAHEIM , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. w � nsWF/y Jp tY Al, n � M t � NARSf6RD, � s HAR7FOR0, � (CIRitE'1 ��• ) �'. w CAMN. o fLK State of Connecticut By: Robert L. Rane enior Vice President City of Hartford ss. On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. j N[x1AiiY t �� My Commission expires the 30th day of June, 2026 * -R" *d Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 8th day of November , 2023 PITY ANb� r�yD 3a1(lpx, p¢J sG9 9y CNN. $ m H CONN ( d — / t � +• vo ``. .�`a �s Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers.. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an T.E. Roberts, Inc Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed T.E. Roberts, Inc Page C-2 documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher T.E. Roberts, Inc Page C-3 limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. T.E. Roberts, Inc Page C-4 K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. T.E. Roberts, Inc Page C-5 \ @ 4 �Lj \ } k ) § [ ) � - \ \ \ § IE E 2 2 ) b m { ) \ \ m § \ / � � . § \ k 2 ) # . \ .) . . k z / 2 / ) # E z § \ ± »'} ) J 3 - ) . G ) cm E a .. a k \ \ ) ƒ . ) \ « � � ► � � � ► � � � � � � � \�� � CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 3 PROJECT NO. 23W11 CONTRACT NO. 7173-3 4 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 PART 1 - GENERAL PROVISIONS n SECTION 1—TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 4 1-2 TERMS AND DEFINITIONS 4 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 5 5 5 5 5 6 6 6 6 6 6 6 7 7 7 7 7 8 8 8 8 8 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 9 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 9 6-1.1 Construction Schedule 9 6-7 TIME OF COMPLETION 9 6-7.1 General 9 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 10 Page SP 1 of 40 6-9 LIQUIDATED DAMAGES 10 6-11 SEQUENCE OF CONSTRUCTION 11 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 12 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 12 7-1.2 Temporary Utility Services 12 7-2 LABOR 12 7-2.2 Prevailing Wages 12 7-5 PERMITS 12 7-7 COOPERATION AND COLLATERAL WORK 13 7-8 WORK SITE MAINTENANCE 13 7-8.4 Storage of Equipment and Materials 13 7-8.4.2 Storage in Public Streets 13 7-8.5 Sanitary Sewers 14 7-8.5.2 Sewage Bypass and Pumping Plan 14 7-8.6 Water Pollution Control 14 7-8.6.2 Best Management Practices (BMPs) 14 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) 15 7-10 SAFETY 17 7-10.3 Haul Routes 17 7-10.4 Safety 17 7-10.4.1 Work Site Safety 17 7-10.5 Security and Protective Devices 17 7-10.5.3 Steel Plate Covers 17 7-17 TEMPORARY WATER MAIN BY-PASS 17 7-17.1 General 18 7-18 WATER MAIN PRESSURE TESTING, DISINFECTION AND FLUSHING 18 7-18.1 General 18 SECTION 9 - MEASUREMENT AND PAYMENT 19 9-2 LUMP SUM WORK 19 9-3 PAYMENT 19 9-3.1 General 19 9-3.2 Partial and Final Payment. 29 PART 2 - CONSTRUCTION MATERIALS 30 SECTION 200 —ROCK MATERIALS 30 200-2 UNTREATED BASE MATERIALS 30 200-2.1 General 30 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 30 201-1 PORTLAND CEMENT CONCRETE 30 201-1.1 Requirements 30 201-1.1.2 Concrete Specified by Class and Alternate Class 30 201-2 REINFORCEMENT FOR CONCRETE 30 201-2.2 Steel Reinforcement 30 201-2.2.1 Reinforcing Steel 30 SECTION 203 —BITUMINOUS MATERIALS 30 203-5 SLURRY SEAL 30 203-5.1 General 30 203-5.4 Emulsion -Aggregate Slurry (EAS) 30 203-5.4.1 General 30 203-5.4.2 Materials 31 203-6 ASPHALT CONCRETE 31 Page SP 2 of 40 203-6.5 Type III Asphalt Concrete Mixtures 31 SECTION 209 — PRESSURE PIPE 31 209-1 IRON PIPE AND FITTINGS 31 209-1.1 Ductile Iron Pipe 31 209-1.1.2 Materials 31 SECTION 212 — WATER AND SEWER SYSTEM VALVES AND APPURTENANCES 32 212-5 VALVES 32 212-5.2 Butterfly Valves 32 212-5.2.1 General 32 SECTION 214—TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 33 214-4 PAINT FOR STRIPING AND MARKINGS 33 214-4.1 General 33 214-4.3 Preformed Green Thermoplastic Markings 33 214-6 PAVEMENT MARKERS 33 214-6.3 Non -Reflective Pavement Markers 33 214-6.3.1 General 33 214-6.4 Retroreflective Pavement Markers 34 214-6.4.1 General 34 SECTION 215 - TRAFFIC SIGNS 34 PART 3 - CONSTRUCTION METHODS 34 SECTION 300 - EARTHWORK 34 300-1 CLEARING AND GRUBBING 34 300-1.3 Removal and Disposal of Materials 34 300-1.3.1 General 34 300-1.3.2 Requirements 35 SECTION 306 —OPEN TRENCH CONDUIT CONSTRUCTION 35 306-2 DELIVERY, STORAGE, HANDLING, AND PROTECTION OF PIPELINE MATERIALS, FITTINGS, VALVES, AND APPURTENANCES 35 306-2.7 Shutdowns of Existing Pipelines 35 306-2.7.3 Temporary Bypasses 35 306-5 DEWATERING 36 306-8 PREFABRICATED PRESSURE PIPE 37 306-8.9 Pipeline Pressure Testing, Disinfection, and Commissioning 37 PART 6 — TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-1 GENERAL 600-2 VEHICULAR ACCESS 600-3 PEDESTRIAN ACCESS SECTION 601— WORK AREA TRAFFIC CONTROL 601-1 GENERAL 601-2 TRAFFIC CONTROL PLAN (TCP) APPENDIX Appendix A— OCSD Application for Special Purpose Discharge Permit & Sample Appendix B— Shorecliff Road Temporary Water Main Bypass Exhibit Page SP 3 of 40 37 37 37 38 38 39 39 39 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS WEST IRVINE TERRACE & BALBOA ISLAND WATER MAIN REPLACEMENT PROJECT NO. 23W11 CONTRACT NO. 7173-3 Q SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS PROJECT NO. 24W14 CONTRACT NO. 7173-3 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. W-5396-S and W-5399-S); (3) the City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach Page SP 4 of 40 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "A" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. The Contractor is required to demonstrate their experience, ability and have been engaged in similar water improvement projects for public agencies for a period of not less than (5) years. As part of the Contractor's Technical Ability and Experience References, the Contractor must provide, at a minimum, five reference projects that demonstrate the successful completion of similar projects with a minimum total of 30,000 Linear Feet of 8-inch or larger water main replacements within the public right- of-way. Contractors who fail to demonstrate such experience may be deemed non- responsive. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of: Balboa Island: • Removal of existing cast-iron water mains • Construction of new 6 and 8-inch PVC distribution main; • Construction of new 6 and 8-inch valves; • Construction of new fire hydrants and water services; • Coordination with other City Contractors Shorecliff Community: • Removal of existing ACP and PVC water mains • Construction of new 6-inch and 8-inch PVC distribution main; • Construction of new 6 and 8-inch valves; • Construction of new fire hydrant and water services; • Construction of two new pressure regulation stations The work necessary for the completion of this contract also includes distributing notices, providing traffic control, and pavement replacement per the Contract Documents. A Utilities Undergrounding project is planned for construction on Balboa Island (AD 124) that will require the Contractor to coordinate all water main replacement work with the utilities undergrounding contractor. Page SP 5 of 40 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor shall: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Coast Surveying, Inc. and can be contacted at (714) 918 - 6266. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to the City 48- hours in advance of any work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. Page SP 6 of 40 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. Page SP 7 of 40 SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes and utility boxes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes and utility boxes shall be permanently adjusted to finish grade. The Contractor shall adjust all temporarily lowered manholes and utility boxes to the new finished grade within five (5) calendar days of completing the AC finished course. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. Page SP 8 of 40 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule The anticipated Notice to Proceed for this contract will be October 30, 2023. No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. Contractor shall be aware of and coordinate its activities on Big Balboa Island with the planned undergrounding of utilities (SCE, AT&T and Spectrum) construction contract planned for January 2024. Contractor shall make efforts to adjust its schedule to avoid conflicts with the undergrounding project. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 175 consecutive working days after the date on the Notice to Proceed. The Contractor shall complete all water line replacement on Big Balboa Island in advance of the undergrounding of utilities construction described above in 75 consecutive working days after the date of the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Unless otherwise approved by the Engineer, construction shall start on [date]. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Page SP 9 of 40 Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11 th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 -It (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES Page SP 10 of 40 For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. 6-11 SEQUENCE OF CONSTRUCTION The contractor shall follow the following sequence of construction: Balboa Island: 1. Alley 413-B and 413-A 2. Alley 412-A and Collins Avenue 3. Alley 408-B 4. Alley 406-C, 406-B and 406-A 5. Alley 422-A and 422-B 6. Alley 425-A and 425-B Shorecliff Community: 7. Shorecliff Road Water Main Replacement 8. PRV (Seaward Road) 9. PRV (Hampden Road & Cameo Shores Road) 6-11.1 Multiple Headings. In order to meet the contract schedule, the Contractor will be allowed to initiate and maintain two or more construction headings. However, the Contractor will not be allowed to have multiple phases of work occurring that have the corresponding traffic control devices in conflict with each other. Total open trench at any one time is not to exceed 500 linear feet. 6-11.2 Sequencing Construction to Maintain Water Service. The proposed water main connections will need to be sequenced in order to maintain water services to the project area. The sequencing will need to be coordinated with the City a minimum of seven calendar days prior to beginning any connections and/or shut downs of existing water mains. The Contractor shall be required to submit a sequencing plan prior to any construction for review and approval by the City. Page SP 11 of 40 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-5 PERMITS Delete the first sentence and add the following to the end of this section: "An OSHA permit to perform excavation or trench work will be required for this project and shall be the responsibility of the Contractor to obtain prior to the start of the work. All groundwater, pipeline dewatering and flushing shall be discharged to the nearest sewer facility. The Contractor will not be allowed to discharge any groundwater, pipeline dewatering or flushing to any storm drain facility or discharge it to the ocean. The Contractor will be required to apply for a Special Purpose Discharge Permit from the OCSD for discharging of all groundwater, pipeline dewatering and flushing to the nearest sewer facility. A copy of the Application Form, Certification of Accuracy of Information, Sewer Connection Verification Statement, Certification of Responsible Officer and Option to Designate Signatory are attached as Appendix A. The Contractor will need to obtain this permit and comply with all of its requirements in order to discharge to the nearest sewer facilities. The permit fee is $2,365.58 and shall be paid by the Contractor. The Contractor shall allocate a minimum of fifteen (15) working days for this process. The Contractor will be required to analyze a representative sample of the groundwater to be dewatered by the Project, for Total Toxic Organics (TTO's), Volatile Organic Compounds, Selenium, Heavy Metals, Page SP 12 of 40 Arsenic, and Total Dissolved Solids (as a minimum). In cases where chlorine addition is used for disinfection, the Contractor shall also monitor for chlorine. The Contractor will be required to install and maintain a desilting tank for settling and removal of solids in the groundwater before discharge to the sewer mains. Contractor will be required to install a flow meter on the discharge line from the desilting tank. The meter shall have a known accuracy of ±5%, and upon commencement of construction dewatering, the Contractor must report volume totals to OCSD on a weekly basis. A sample port with valve assembly shall be installed on the discharge line from the desilting tank, and in an accessible location for subsequent sampling by both the Contractor and OCSD. The Contractor will be prohibited from discharging during a rain/storm event. The Contractor shall conduct monitoring of the groundwater discharge as specified for the purpose of determining the status of compliance and suitability for discharge. For the purpose of monitoring the groundwater discharge associated with the Project, the Contractor shall collect grab samples from the desilting effluent discharge within the first week upon commencement of the discharge, and lastly, approximately one month before project shutdown. The constituents to be analyzed will include heavy metals (chrome, copper, nickel, zinc), plus arsenic and selenium (by EPA method 6010B), total suspended solids, and total toxic organics (by EPA method 624). Copies of all sampling results/lab reports must be submitted to OCSD within 15 days of the sampling date. The project site is less than 1 acre, therefore, the preparation of a SWPPP is not required. The statewide general NPDES permit does not apply either to this project. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these City facilities. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to Page SP 13 of 40 obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.5 Sanitary Sewers 7-8.5.2 Sewage Bypass and Pumping Plan The Contractor shall bypass all sewage flows during sewer related construction operations as required. The Contractor shall at all times be responsible for the operation of the bypass system, including furnishing the necessary equipment and making arrangements to obtain power as required. If pumping is required, the Contractor shall provide redundant pumping capabilities to remain on site if the primary system fails. Primary bypass system and backup bypass systems shall be designed to handle 120% of the peak flow as specified by the City. The effluent level in the bypass pumping manhole shall not be allowed to rise more than 1 foot above the crown of the incoming sewer pipe. Plans for bypassing shall be submitted by the Contractor to the City for approval prior to related construction activity, allowing at least 10 working days for review and return of comments. Approval by the City does not in any way relieve the Contractor of its responsibilities provided for in this section of any public liability for sewage spills under this Contract. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all Page SP 14 of 40 costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) Contactor shall retain a Qualified SWPPP Developer (QSD) to prepare a SWPPP for the project. The contractor shall implement and maintain the requirements of the SWPPP, including all required BMPs during all phases of the work. The implementation of the SWPPP shall be performed by a Qualified SWPPP Practitioner (QSP) to be retained by the Contractor. SWPPP implementation shall be subject to inspection by the City and any identified deficiencies shall be corrected by the Contractor at the Contractor's expense. The SWPPP shall be amended by the Contractor whenever there is a change in design, construction, operation or maintenance which has a significant effect on the potential for discharge of pollutants. The SWPPP shall also be amended by the Contractor if it proves to be ineffective in significantly reducing pollutants from the construction site. Each submittal shall include two (2) hard copies and one (1) Adobe Acrobat "pdf' copy. The SWPPP must be kept at the construction site during construction and also be available for review when requested by the Regional Water Quality Control Board (RWQCB) or the City. Contractor is not responsible for filing a Notice of Intent (NOI) for permit coverage or a Notice of Termination (NOT) at project end. City will file the NOI and NOT through the State Water Resources Control Board (SWRCB) SMARTS system. The Contractor shall prepare and electronically submit all reports required by General Permit (including the Annual Report) to the City throughout the duration of the project for the City's review and submittal to the SWRCB SMARTS system. The Annual Report shall be submitted no later than August 1st of each year and must include a summary and evaluation of all sampling and analysis results, original laboratory reports, chain of custody forms, a summary of all corrective actions taken during the compliance year, and identification of any compliance activities or corrective actions that were not implemented. In the event the City incurs any administrative civil liability (fine) imposed by the RWQCB as a result of Contractor's failure to fully implement the provisions of this section, the Engineer may withhold from payments otherwise due the Contractor a sufficient amount to cover the fine. 7-8.6.4 Dewatering Groundwater will be encountered during the excavation of the Balboa Island Water Replacement project. The Contractor will be responsible for providing, installing, maintaining, and operating a (well -point) dewatering system in the project area if groundwater is encountered. The contractor shall demonstrate experience with well point dewatering systems and their in-house capabilities or list a dewatering subcontractor who will perform these services. The Contractor's dewatering operations shall conform with all requirements of the OCSD's Special Purpose Page SP 15 of 40 Discharge Permit. See Section 7-5, as amended, for specific requirements. The elevation of free groundwater may vary depending on tides. For bidding purposes, the Contractor shall assume that free groundwater will be encountered at all excavations over three feet of cover. The Contractor shall provide and maintain, at all times during construction, ample means and devices to promptly remove and properly dispose of all water from any source, including groundwater, and water migrating through the bedding of existing sewers or storm drains or other existing utilities, entering the excavations. Costs for dewatering of all water shall be the Contractor's responsibility and shall be included within the Lineal Foot Price for Project Dewatering and no additional compensation will be allowed therefor. The Contractor shall confirm that the receiving sewer system has the capacity to take the estimated flows during dry and wet weather conditions and whether or not the water quality is acceptable and will not cause any permit violations. The following discharges are prohibited: oil, grease, fuel, sludge, trash, chemicals, and any other items which would adversely affect water quality. Water shall not be discharged into OCSD sewer facilities during a wet -weather storm event. For all dewatering operations, each disposal point shall have a calibrated, non- resettable totalizing effluent flow meter with a flow accuracy of plus or minus 5 percent to track the dewatering discharges. The Contractor shall submit weekly reports showing total amount of discharge at each point with meter readings and other data necessary to support the quantity reported. Also, an accessible sample collection point shall be provided immediately upstream of all points of discharge. The Contractor shall provide OCSD's Source Control staff and Engineer unrestricted access to the facility and site to inspect, monitor, or verify compliance with OCSD's Permit requirements. All dewatering operations require the use of a desilting tank with a stainless -steel sampling port and a drip container so that the Engineer may collect periodic dewatering samples. Additionally, the desilting tanks shall be covered with sturdy and air -tight covers so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for silt removal or other maintenance activities. The desilting tank shall be located in a safe and easily accessible location. The system used for desilting the water shall be a baffled structure and shall provide not less than 5 minutes detention time and have a "flow -through" velocity not exceeding 0.2 foot per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow -through limitations specified above. The intent is to avoid any addition of soil materials from dewatering operations into the receiving sewer system. All dewatering operations with detectable levels of TTO's, or evidence of TTO's in the extraction zone, or significant amounts of volatile organics, may require the use of granular activated carbon (GAC) filters in lead -lag arrangement or other suitable Page SP 16 of 40 technology to meet OCSD's TTO limit of 0.58 mg/L and mitigate a Lower Explosion Limit (LEL) event. Note that additional particle filtration is typically provided upstream of the GAC filters to prevent fouling and to extend the life of the carbon. The GAC filters shall be equipped with a stainless -steel sampling port and a drip container on the final stage discharge outlet so that the Engineer may collect periodic dewatering samples. Additionally, the GAC filters shall be air -tight so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for carbon change out or other maintenance activities. The GAC filters shall be located in a safe and easily accessible location. Each GAC filter shall provide enough detention time to meet OCSD's TTO limit of 0.58 mg/L. The carbon shall be changed in the lead GAC filter when the TTO as measured in the discharge of the lead GAC filter is at 0.58 mg/L, or as required. The GAC filters and additional particle filtration equipment upstream of the GAC filters shall be cleaned as required to maintain the detention time and flow -through limitations as specified above. The intent is to avoid any addition of soil materials from dewatering operations into the receiving sewer system or fouling of the GAC filter carbon media. The method of pretreatment and point of disposal of water shall be subject to the District's Source Control staff and the Engineer's approval. 7-10 SAFETY 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. 7-17 TEMPORARY WATER MAIN BY-PASS Page SP 17 of 40 7-17.1 General The Contractor will be responsible for installation of the temporary by-pass water system (highline) as described in these special provisions and the plans. The Contractor can commence installation of new mains once the temporary by-pass system is in place and has passed a disinfection test. The Contractor shall have the by- pass line inspected by City personnel prior to commencing the project. If at any time, the temporary by-pass water system is damaged, it will be the Contractor's responsibility to repair and replace any damaged or destroyed section to the satisfaction of the City. All costs associated with repair and replacement of the highline will be the sole responsibility of the Contractor. The Contractor shall adhere to the following special provisions when installing temporary by-pass systems: 1. Water service shall be maintained to all customers at all times except as necessary to install the temporary by-pass system. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 2. It is recommended that two (2) 2-inch steel by-pass lines shall be installed, one on either side of the alley adjacent to the meter boxes. All temporary piping crossing streets shall be buried and paved flush with the existing surface. 3. The Contractor shall make arrangements for disinfection and bacteriological testing and certification of the by-pass systems. The Contractor shall be responsible for disinfection and flushing the by-pass systems as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. 4. The Contractor will then relocate meters and connect services to temporary by- pass systems. Upon acceptance by the City of new water mains, after the water services have been reinstalled by the Contractor, the Contractor will disconnect the temporary by-pass system at each service connection and reinstall meters. The temporary water main by-pass system installed at any given time shall not exceed the water services between any single alley section (from local street intersection to local street intersection) unless approved in writing by the City in advance of the work, including specific limits of the proposed by-pass. 7-18 WATER MAIN PRESSURE TESTING, DISINFECTION AND FLUSHING 7-18.1 General The Contractor will be responsible for pressure testing, disinfection and flushing of the new water mains. Page SP 18 of 40 The Contractor shall adhere to the following special provisions for pressure testing, disinfection and flushing of new water mains and services and Sections 207-21.7, 207- 21.7.1, 207-21.7.2, 306-1.4.5 (Water pressure test) and 306-1.4.7 (Water main Disinfection) of the Standard Special provisions: 1. Water service shall be maintained to all customers at all times except as necessary to transfer service from the old main to the new main. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 2. Contractor shall pressure test new main lines including any services prior to disinfection. 3. The Contractor shall make arrangements for disinfection and bacteriological testing and certification of the new main and services. The Contractor shall be responsible for disinfection and flushing the main and services as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. 4. Upon successful completion of the pressure testing and disinfection, the Contractor shall thoroughly flush all mains and services prior to connection to customers. Flushing of services shall be done at the new angle stop and fittings shall be utilized such that the meter box is not flooded by the flushing operation. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Page SP 19 of 40 BALBOA ISLAND: Item No. 1 Mobilization and Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K-rails, temporary striping, and flag persons. This item includes providing four (4) CMS and updating messages on the CMS as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 3 Excavation Safety: Work under this item shall include, adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but no limited to, planning designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Item No. 4 Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, adjusting survey monuments, filing pre- and post -construction corner records with the county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 5 Remove Existing Pipe (6"-12"): Work under this item shall include furnishing all labor, materials and equipment to remove and dispose of existing pavement, trenching, excavating, removing and disposing of existing (CIP, PVC or other) pipe in accordance with local, state and federal regulations, backfilling, compaction, repaving and all other work items as required to complete the work in place. Item No. 6 Remove Existing AC Pipe (6"-12"): Work under this item shall include furnishing all labor, materials and equipment to remove and dispose of existing pavement, trenching, excavating, removing and disposing of existing asbestos cement Page SP 20 of 40 pipe in accordance with local, state and federal regulations, backfilling, compaction, repaving and all other work items as required to complete the work in place. Item No. 7 Furnish and Install 6-inch PVC Water Main (AWWA C900, DR 14 CL 305): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing existing pavement and conflicting improvements, temporary and permanent support and protection of existing utilities, potholing and exposing utilities in advance of work, excavating, temporary patching or plating, controlling ground and surface water, trenching, shoring, bracing, grading, compacting, furnishing and installing 6-inch PVC water main including fittings, couplings, joint restraints, and thrust blocks, installing metallic warning and locator tape, placing bedding and backfill material, repaving, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 8 Furnish and Install 8-inch PVC Water Main (AWWA C900, DR 14 CL 305): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing existing pavement and conflicting improvements, temporary and permanent support and protection of existing utilities, potholing and exposing utilities in advance of work, excavating, temporary patching or plating, controlling ground and surface water, trenching, shoring, bracing, grading, compacting, furnishing and installing 8-inch PVC water main including fittings, couplings, joint restraints, and thrust blocks, installing metallic warning and locator tape, placing bedding and backfill material, repaving, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 9 Furnish and Install Connection to Existing Water Main Per Connection Detail: Work under this item shall include furnishing and installing all pipe material including, but not limited to, removing and disposing existing pavement/ concrete and temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, confirming valve end fitting, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing PVC pipe, fittings, couplings, thrust blocks, coatings, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 10 Furnish and Install 6-inch Ductile Iron Resilient Wedge Gate Valve: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing a 6-inch ductile iron resilient wedge gate valve including the valve operator, valve box and cover and valve extension, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 11 Furnish and Install 8-inch Ductile Iron Resilient Wedge Gate Valve: Work under this item shall include, but not be limited to, all labor, tools, equipment and Page SP 21 of 40 material costs for furnishing and installing a 8-inch ductile iron resilient wedge gate valve including the valve operator, valve box and cover and valve extension, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 12 Furnish and Install Fire Hydrant: Work under this item shall include removing existing fire hydrant and valve and returning to CNB Utilities Yard, furnishing and installing a new fire hydrant assembly in accord with City Standard STD-501, including but not limited to, fire hydrant, breakable spool, fire hydrant bury, PVC pipe, 6- inch ductile iron resilient wedge gate valve, valve operator, valve box and cover, valve extension, fittings, pavement and sidewalk removal, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, thrust block, coatings, metallic warning tape or locater wire, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 13 Furnish and Install 1-inch Water Service Connection Per CNB Std-502: Work under this item shall include furnishing and installing service connection including, but not limited to, service saddle, corporation stop, copper tubing, fittings, angle meter or curb stop, meter box and customer valve, adapters, nuts, bolts, gaskets, pavement replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, coatings, connecting to existing meter within the meter box, adjusting customer piping to meter, removing existing service connection from existing main to meter, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 14 Cut and Plug Water Main and Abandon in Place: Work under this item shall include furnishing all labor, materials and equipment to cut and plug the existing water main (min. 18" w/concrete) as shown on the plans and abandoning in place the existing water main, including, but not limited to, excavation, backfill, compaction, pavement removal and replacement, and all other work items as required to complete the work in place. Item No. 15 Remove Existing Valve, Remove Existing Valve Can, Lid, Riser and Bury: Work under this item shall include pavement removal, removing the existing valve including, but not limited to, valve can, lid, riser and bury, plugging ends of existing main with concrete (18" minimum) and abandoning existing water main in place, excavation, backfill, pavement replacement and all other work items as required to complete the work in place. Item No. 16 Furnish and Install Temporary Water Main Bypass System: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing a temporary water main bypass system (highline) including piping, valves, fittings, removing the temporary water main bypass system, Page SP 22 of 40 restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 17 Pressure Test, Disinfect and Flush Water Main: Work under this item shall include successfully pressure testing, disinfecting and flushing the new water mains per the project specifications. Item No. 18 Pothole Utilities and Connections: Work under this item shall include potholing of all utilities and connections prior to PVC pipeline construction including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, excavation, exposing existing utility or point of connection, verifying horizontal and vertical location, providing information to the City, backfill, compaction, and all other work items as required to complete the work in place. Item No. 19 Trench Dewatering and Discharge: Work under this item shall include all material, labor and equipment (well point system) for providing dewatering of groundwater from trenches associated with trenching and installation of new pipelines and appurtenances, including permitting by City and other regulatory agencies, and discharge and disposal of groundwater according to all permit requirements. Also, work under this item shall include preparing an application for the OCSD Special Purpose Discharge Permit including necessary groundwater quality testing, obtaining the permit, paying for the permit fee, implementing the permit requirements including the desilting tank, meter and other facilities, and providing the required monitoring testing and reporting requirements included in the OCSD permit, and all other appurtenant work to comply with the OCSD permit for all project dewatering. Item No. 20 Remove and Construct Concrete Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing sidewalk, grading and compacting subgrade, constructing concrete sidewalk, installing expansion joint material, constructing weakened plane joints, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 21 Remove and Construct Alley Approach: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing existing alley approach, grading and compacting subgrade, placing and compacting crushed miscellaneous base, constructing concrete alley approach, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 22 Remove and Construct 8-Inch Thick P.C.C. Alley/Street Pavement: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing improvements and constructing 8-inch thick P.C.C. alley or street pavement (5-foot minimum width) and all other work items as required to complete the work in place per City Std-106-A. Item No. 23 Base Pave w/Asphalt Concrete: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying a tack coat, Page SP 23 of 40 spreading, compacting and base paving trench flush with hot mix asphalt concrete and all other work items as required to complete the work in place. Base paving shall be trench width only and 4-inches thick. Item No. 24 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. Item No. 25 Provide Allowance for Unforeseen Condition: An amount of $50,000 is to be included for unknown underground obstructions, as directed by the Engineer based on a time and materials basis. SHORECLIFF COMMUNITY: Item No. 1 Mobilization and Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K-rails, temporary striping, and flag persons. This item includes providing four (4) CMS and updating messages on the CMS as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 3 Excavation Safety: Work under this item shall include, adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but no limited to, planning designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Item No. 4 Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, adjusting survey monuments, filing pre- and post -construction corner records with the Page SP 24 of 40 county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 5 Remove Existing Pipe (T-12"): furnishing all labor, materials and equipment pavement, trenching, excavating, removing and other) pipe in accordance with local, state compaction, repaving and all other work items place. Work under this item shall include to remove and dispose of existing disposing of existing (CIP, PVC or and federal regulations, backfilling, as required to complete the work in Item No. 6 Remove Existing AC Pipe (T-12"): Work under this item shall include furnishing all labor, materials and equipment to remove and dispose of existing pavement, trenching, excavating, removing and disposing of existing asbestos cement pipe in accordance with local, state and federal regulations, backfilling, compaction, repaving and all other work items as required to complete the work in place. Item No. 7 Cut and Plug Water Main and Abandon in Place: Work under this item shall include furnishing all labor, materials and equipment to cut and plug the existing water main (min. 18" w/concrete) as shown on the plans and abandoning in place the existing water main, including, but not limited to, excavation, backfill, compaction, pavement removal and replacement, and all other work items as required to complete the work in place. Item No. 8 Furnish and Install 6-inch PVC Water Main (AWWA C900, DR 14 CL 305): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing existing pavement and conflicting improvements, temporary and permanent support and protection of existing utilities, potholing and exposing utilities in advance of work, excavating, temporary patching or plating, controlling ground and surface water, trenching, shoring, bracing, grading, compacting, furnishing and installing 6-inch PVC water main including fittings, couplings, joint restraints, and thrust blocks, installing metallic warning and locator tape, placing bedding and backfill material, repaving, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 9 Furnish and Install 8-inch PVC Water Main (AWWA C900, DR 14 CL 305): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing existing pavement and conflicting improvements, temporary and permanent support and protection of existing utilities, potholing and exposing utilities in advance of work, excavating, temporary patching or plating, controlling ground and surface water, trenching, shoring, bracing, grading, compacting, furnishing and installing 8-inch PVC water main including fittings, couplings, joint restraints, and thrust blocks, installing metallic warning and locator tape, placing bedding and backfill material, repaving, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. All joints for the Shorecliff Road water main shall be restrained with Megalug or Star Pipe product. Page SP 25 of 40 Item No. 10 Furnish and Install 72"x144" Concrete Valve Vault, Hatches and Appurtenances: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing existing pavement and conflicting improvements, temporary and permanent support and protection of existing utilities, potholing and exposing utilities in advance of work, excavating, temporary patching or plating, controlling ground and surface water, trenching, shoring, bracing, grading, compacting, furnishing and installing concrete valve vault, hatches (two per vault), appurtenant items of work per plan, including placing bedding and backfill material, repaving, restoring all existing improvements damaged by the work, including damaged landscaping and all other work items as required to complete the work in place. Item No. 11 Furnish and Install Vault Interior Piping and Appurtenances: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing interior vault piping per plan, including fittings, couplings, joint restraints, and all other work items as required to complete the work in place. Item No. 12 Furnish and Install 8-inch Flow Meter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing 8-inch flow meter and all other work items as required to complete the work in place. Item No. 13 Furnish and Install 8-inch Pressure Reducing Valve: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing 8-inch pressure reducing valve and all other work items as required to complete the work in place. Item No. 14 Furnish and Install 10-inch Vault Vent: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing 8-inch vault vent and restoring all existing improvements damaged by the work, including damaged landscaping and all other work items as required to complete the work in place. Item No. 15 Furnish and Install 6-inch Ductile Iron Resilient Wedge Gate Valve: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing a 6-inch ductile iron resilient wedge gate valve including the valve operator, valve box and cover and valve extension, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 16 Furnish and Install 8-inch Ductile Iron Resilient Wedge Gate Valve: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing a 8-inch ductile iron resilient wedge gate valve including the valve operator, valve box and cover and valve extension, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Page SP 26 of 40 Item No. 17 Furnish and Install Fire Hydrant: Work under this item shall include removing existing fire hydrant and valve and returning to CNB Utilities Yard, furnishing and installing a new fire hydrant assembly in accord with City Standard STD-501, including but not limited to, fire hydrant, breakable spool, fire hydrant bury, PVC pipe, 6- inch ductile iron resilient wedge gate valve, valve operator, valve box and cover, valve extension, fittings, pavement and sidewalk removal, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, thrust block, coatings, metallic warning tape or locater wire, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 18 Furnish and Install 1-inch Water Service Connection Per CNB Std-502: Work under this item shall include furnishing and installing service connection including, but not limited to, service saddle, corporation stop, copper tubing, fittings, angle meter or curb stop, meter box and customer valve, adapters, nuts, bolts, gaskets, pavement replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, coatings, connecting to existing meter within the meter box, adjusting customer piping to meter, removing existing service connection from existing main to meter, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 19 Furnish and Install 2-inch Water Service Connection Per CNB Std-503: Work under this item shall include furnishing and installing service connection including, but not limited to, service saddle, corporation stop, copper tubing, fittings, angle meter or curb stop, meter box and customer valve, adapters, nuts, bolts, gaskets, pavement replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, coatings, connecting to existing meter within the meter box, adjusting customer piping to meter, removing existing service connection from existing main to meter, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 20 Furnish and Install Temporary Water Main Bypass System: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing a temporary water main bypass system (highline) including piping, valves, fittings, removing the temporary water main bypass system, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 21 Furnish and Install Connection to Existing Water Main Per Connection Detail: Work under this item shall include furnishing and installing all pipe material including, but not limited to, removing and disposing existing pavement/ concrete and temporary paving and patching or trench plates, exposing utilities in advance of pipe Page SP 27 of 40 excavation operations, confirming valve end fitting, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing PVC pipe, fittings, couplings, thrust blocks, coatings, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 22 Furnish and Install Electrical Pull Boxes and Conduit: Work under this item shall include but not be limited to, all labor, tools, equipment and material costs for furnishing and installing electrical pull box, conduit and other appurtenant work per plan, including removing and disposing existing pavement/ concrete and temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing PVC pipe, fittings, couplings, coatings, providing connection to existing piping, pull box and vault, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 23 Pressure Test, Disinfect and Flush Water Main: Work under this item shall include successfully pressure testing, disinfecting and flushing the new water mains per the project specifications. Item No. 24 Pothole Utilities and Connections: Work under this item shall include potholing of all utilities and connections prior to PVC pipeline construction including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, excavation, exposing existing utility or point of connection, verifying horizontal and vertical location, providing information to the City, backfill, compaction, and all other work items as required to complete the work in place. Item No. 25 Remove and Construct P.C.C. Type A Curb and Gutter: Work under this item shall include removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb and gutter, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Gutter width shall be 18 inches. Item No. 26 Remove and Construct Concrete Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing sidewalk, grading and compacting subgrade, constructing concrete sidewalk, installing expansion joint material, constructing weakened plane joints, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 27 Remove and Construct 8-Inch Thick P.C.C. Cross Gutter: Work under this item shall include removing and disposing of the cross gutter and spandrels, Page SP 28 of 40 subgrade compaction, placing crushed miscellaneous base, base compaction, constructing 8-inch thick P.C.C. cross gutter, adjusting City utility facilities such as street lighting, sewer, water, etc. boxes and covers to grade, and all other work items as required to complete the work in place. Item No. 28 Remove Existing Valve, Remove Existing Valve Can, Lid, Riser and Bury: Work under this item shall include pavement removal, removing the existing valve including, but not limited to, valve can, lid, riser and bury, plugging ends of existing main with concrete (18" minimum) and abandoning existing water main in place, excavation, backfill, pavement replacement and all other work items as required to complete the work in place. Item No. 29 Base Pave w/Asphalt Concrete: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying a tack coat, spreading, compacting and base paving trench flush with hot mix asphalt concrete and all other work items as required to complete the work in place. Base paving shall be trench width only and 6-inches thick. Item No. 30 Cold Mill 2-inch Asphalt Concrete Pavement: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for cold milling the asphalt concrete pavement, constructing temporary asphalt concrete ramps along milled edges, hauling and disposing the milled material offsite, and all other work items as required to complete the work in place per City Std-106-A. Item No. 31 Place 2-Inch Asphalt Concrete Finish Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying a tack coat, spreading and compacting the asphalt concrete finish course and all other work items as required to complete the work in place per City Std-106-A. Item No. 32 Traffic Striping: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing pavement striping and markers, installing temporary and permanent pavement striping, markings and markers, installing street signs and posts, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 33 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Page SP 29 of 40 Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2-inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-5 SLURRY SEAL 203-5.1 General Slurry seal shall be emulsion -aggregate slurry (EAS) conforming to 203-5.4. 203-5.4 Emulsion -Aggregate Slurry (EAS) 203-5.4.1 General Emulsion -aggregate slurry (EAS) shall be Type I-CQS-1 h conforming to 203-3 Page SP 30 of 40 203-5.4.2 Materials 203-5.4.2.2 Emulsified Asphalt Emulsified asphalt shall be of quick set type. 203-5.4.2.4 Latex Latex shall be Ultrapave 65K produced by the Textile Rubber and Cement Company, Inc., or equal approved by the Engineer in advance of ordering the latex additive. It shall be added to the emulsified asphalt by the co -mill method at the emulsion plant at the rate of 2'/z percent of weight of the emulsified asphalt. Latex -added emulsified asphalt shall be kept in a suspended state by an agitating mixer and mixed every three days. 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III-C3-PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III-B2-PG 64-10 (20% max RAP). SECTION 209 — PRESSURE PIPE 209-1 IRON PIPE AND FITTINGS 209-1.1 Ductile Iron Pipe 209-1.1.2 Materials All flanged pipe joints shall be joined utilizing Type 316 Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full-faced, cloth reinforced Buna-N rubber. Flex and transition couplings used to join pipes in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe harness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all -thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from stainless steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All fasteners shall Page SP 31 of 40 be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints. Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21-10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 Stainless Steel. Threads shall be coated with a liberal amount of anti - seize compound. Flange gaskets shall be full-faced Buna-N, nylon impregnated rubber. Ductile iron pipe fittings and valves buried underground shall be protected with a polyethylene encasement (plastic film wrap) in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8-mil thick polyethylene. SECTION 212 — WATER AND SEWER SYSTEM VALVES AND APPURTENANCES 212-5 VALVES 212-5.2 Butterfly Valves 212-5.2.1 General All butterfly valves shall be of the tight -closing, rubber -seat type, conforming to the design standards of ANSI/AWWA C504 latest revision, except where noted herein. Valves shall be bubble -tight at the rated pressure in either direction and shall be suitable for throttling service and/or operation after longs periods of inactivity. Manufacturer shall be ISO 9001 Certified or have similar certification up and above AWWA. All butterfly valves shall be from the same manufacturer. Valves shall be manufactured by the Henry Pratt Co. or approved equal. All valve bodies shall be constructed of cast iron ASTM A126, Class B with ANSI B16.1 flange drilling. All valves shall have 316 stainless steel exterior body bolts. Discs shall be of the concentric design. Valve discs shall be constructed of ductile iron ASTM A536, Grade 65-45-12 with a 316 stainless steel edge. Valves shall have a one piece through shaft of 18-8 stainless steel, corresponding to the requirements of AMA C504, latest revision. The shafts shall fasten to the disc by means of a threaded disc pin or through pin providing a positive leak proof connection of the shaft to the disc. Seats shall be simultaneously bonded and vulcanized to the body of the valve. All interior surfaces in contact with water, excluding stainless steel and disc shall be rubber lined or epoxy coated. Valves with the rubber seat located on the valve disc will not be permitted. Seats shall be designed so that no adjustments or maintenance is required. Page SP 32 of 40 All shaft bearings shall be of the self-lubricating, corrosion -resistant, sleeve type. Bearings shall be designed for horizontal and/or vertical shaft loading. Shaft packing shall be self-adjusting and suitable for pressure or vacuum service. The flow path for valves shall be fully rubber lined. The valve disc shall be Fusion Bonded Epoxy Coated with an AWWA NSF-61 coating system or liquid epoxy on wetted interior surfaces 16 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All valves to be painted at the factory by the valve manufacture. All valves shall be hydrostatic and leak tested in accordance with ANSI/AWWA C504, latest revision with the following modification: Valves shall be tested and rated at 200 PSI to facilitate field system hydro -test. All valves to be tested with the actuator installed as a complete unit by the valve manufacture. Provide certified test reports with all valve shipments. Manufacturer furnishing valves shall present proof of compliance with ANSI/AWWA C504, latest revision. The valve actuators are to be installed and tested at the factory by the valve manufacture. All actuators shall be provided with 316 stainless steel exterior body bolts. SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-4.1 General Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized thermoplastic. Add Section 214-4.3 — Preformed Green Thermoplastic Markings 214-4.3 Preformed Green Thermoplastic Markings Green background bike lane and Sharrow legends shall consist of preformed thermoplastic markings and be the PreMark product by Ennis -Flint, Product No. "PM6902763" (arrow), "PM6902766L" (bike) and "PM6902769L" (Sharrow), or approved equal. The background/marking shall include the ViziGrip anti-skid treatment. Background shall be EF Bike Lane Green. 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. Page SP 33 of 40 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. SECTION 215 - TRAFFIC SIGNS Signs shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (0.08 inch thickness). New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 % inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3-feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said Page SP 34 of 40 tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed from existing joint to existing joint. Alternatively, with prior approval from the Engineer, existing concrete may be neatly sawed to form straight edges to join proposed concrete improvements. Saw cuts on concrete surfaces shall be a minimum of two (2) inches deep. Saw cuts on asphalt pavement shall be full depth. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 306-2 DELIVERY, STORAGE, HANDLING, AND PROTECTION OF PIPELINE MATERIALS, FITTINGS, VALVES, AND APPURTENANCES 306-2.7 Shutdowns of Existing Pipelines 306-2.7.3 Temporary Bypasses The Contractor will be responsible for the installation of a temporary by-pass system as described in these special provisions and the plans. The Contractor can commence installation of new mains once the temporary by-pass system is in place and has passed a disinfection test. The Contractor shall have the by- pass line inspected by City personnel prior to commencing the project. If at any time, the temporary by-pass water system is damaged, it will be the Contractor's responsibility to repair and replace any damaged or destroyed section to the satisfaction of the City. The Contractor shall adhere to the following special provisions when installing temporary by-pass systems: 5. Water service shall be maintained to all customers at all times except as necessary to install the temporary by-pass system. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. Page SP 35 of 40 6. It is recommended that two (2) 2-inch steel by-pass lines shall be installed, one on either side of the alley adjacent to the meter boxes. All temporary piping crossing streets shall be buried and paved flush with the existing surface. 7. The Contractor shall make arrangements with the City's Utilities Division for disinfection, bacteriological testing and certification of the by-pass systems. The Contractor shall be responsible for disinfection and flushing the by-pass systems as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. 8. The Contractor will then remove meters and connect services to temporary by- pass systems. Upon acceptance by the City of new water mains, after the water services have been reinstalled by the Contractor, the Contractor will disconnect the temporary by-pass system at each service connection and reinstall meters. The temporary water main by-pass system installed at any given time shall not exceed the water services between any single alley section (from local street intersection to local street intersection) unless approved in writing by the City in advance of the work, including specific limits of the proposed by-pass. 306-5 DEWATERING The Contractor shall provide and maintain at all times during construction, ample means and devices with which to promptly remove and properly dispose of all water, from any source, entering the excavations or other parts of the work. Dewatering shall be accomplished by methods which will ensure a dry excavation and preservation of the lines and grades of the bottoms of excavations. For pipeline work, the methods may include sump pumps, deep wells, well points, suitable rock or gravel placed below the required bedding for draining and pump purposes, temporary pipeline and other means. Dewatering for structures and pipelines shall commence when groundwater is first encountered and shall be continuous until such times as water can be allowed to rise in accord with the provisions of this section or other requirements. Standby pumping equipment shall be provided on the jobsite. A minimum of one standby unit (one for each ten in the event well points are used) shall be available for immediate installation should any well unit fail. The design and installation of well points or deep wells shall be suitable for the accomplishment of the work. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor and shall comply with OCSD's Special Purpose Discharge Permit. See Section 7-5 (Permits) and Section 7-8.6.4 (Dewatering) for requirements. The Contractor shall dispose of the water from the work in a suitable manner without damage to adjacent property. Conveyance of the water shall be such as to not interfere with traffic flow. Water shall be desilted before disposal to any sewer system. The system used for desilting the water shall be baffled structure and shall provide not less than five minutes Page SP 36 of 40 detention time and shall be designed to have a "flow -through" velocity not exceeding 0.2 feet per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow -through limitations specified above. The Contractor shall ensure that all extracted and discharged water meets the OCSD's Special Purpose Discharge Permit water quality criteria. 306-8 PREFABRICATED PRESSURE PIPE 306-8.9 Pipeline Pressure Testing, Disinfection, and Commissioning The Contractor will be responsible for pressure testing, disinfection and flushing of the new water mains. The Contractor shall adhere to the following special provisions for pressure testing, disinfection and flushing of new water mains and services. 5. Water service shall be maintained to all customers at all times except as necessary to transfer service from the old main to the new main. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 6. Contractor shall pressure test new main lines including any services prior to disinfection. 7. The Contractor shall make arrangements with the City's Utilities Division for disinfection, bacteriological testing and certification of the new main and services. The Contractor shall be responsible for disinfection and flushing the main and services as well as pulling the bacteriological samples and running the incubation tests for coliform bacteria. 8. Upon successful completion of the pressure testing and disinfection, the Contractor shall thoroughly flush all mains and services prior to connection to customers. Flushing of services shall be done at the new angle stop and fittings shall be utilized such that the meter box is not flooded by the flushing operation. PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-1 GENERAL Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for Page SP 37 of 40 each block or street. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2-inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City "PERMIT PARKING ONLY" signs are available from the Engineer. In addition to the 10-day and 48-hour notices described above, the Contractor shall hand out two temporary parking permits to each residence adjacent to the alley construction. Temporary parking permits shall be filled out and signed by the Engineer and valid during the period of construction of the adjacent alley only. 600-3 PEDESTRIAN ACCESS Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. Page SP 38 of 40 SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, changeable message signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners. 5. The Contractor will be allowed to close one alley or street at a time to complete the work. Work in other alleys and streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as loss of street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. 6. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 7. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure. Page SP 39 of 40 8. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. Page SP 40 of 40