Loading...
HomeMy WebLinkAboutC-8487-3 - Bay Crossing Water Transmission Main and Sewer Force Main Rehabilitationski r CITY OF NEWPORT BEACH of z- oo NOTICE INVITING BIDS v Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Before 10:00 AM on the P day of January, 2025, at which time such bids shall be opened and read for BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE MAIN REHABILITATION Contract No. 8487-3 $2,000,000 EiiU;IIGCI EJi;maiv Approved /James M. Houlihan puty RWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=22078 MANDATORY PRE -BID MEETING: A mandatory job meeting will be conducted for this project on December 17, 2024 at 10:00 AM. Located at 100 Civic Center Drive, Newport Beach, CA 92660 In the Community Room. Bidders Who do not participate may be considered non -responsive. Contractor License Classification required for this project: Class "A" For further information, call Ben Davis, Project Manager at (949) 644-3317 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: https://www.newportbeachca.gov/government/data-hub/online-services/bids-rfps-vendor- reqistration City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 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........................................................................... 22 CONTRACT.................................................................................................................. 23 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIAL PROVISIONS............................................................................................ SP-1 APPENDIXA............................................................................................................. AP-1 2 City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 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 before the bid opening) 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; Contractorshall 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. 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, 2" 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 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 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 before the Bid Opening. 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. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 3 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available 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. 91. The Contrcactor shaili 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, "Smbleft-ingi and Subcor&act4ng 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 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 4 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! Ueeting atttmdance is req&ed RX this Plroj,ec t. The meeting will be conducted on DECEMBER 17, 2024 at 10:00 am. 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 has review,d` �� I k b5pbl -A) C 3`-i t �r>c Contractor's License No. & Classification Authorized Signature/Title TjMD41y IlZpbZfi I I�bbbbb 211b eLL DIR Registration Number & Expiration Date T. ,- Bidder J Gi�nv�arv� R, 2DZS Date Bond #10-B Premium: Nil City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 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 BAY CROSSING WATER TRANSMISSION AND SEWER FORCE REHABILITATION, Contract No. 8487-3 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 18th T.E. Roberts, Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety 21680 Gateway Center Dr. Diamond Bar, CA 91765 Address of Surety (909) 612-3085 Telephone day of December 2024. Z n-4- Authorized Signatureffitle fiLrno4t�y r?-bber-t -, Authorized Aged, Signature Spencer Flake / Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) A 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 R (seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT•D:• 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 ) On December 18, 2024 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. HEATHER WILLIS COMM. # 2498695 NOTARY PUBLIC • CALIFORNIA ^r ORANGE COUNTY 0 boa% COWA. EXPIRES SEPT, 25 2028-, Place Notary Seal Above 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. Z�1•` Signature of Notary Public 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): Partner — [ Limited J General C 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: Oc2014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 TRAVELERSJ� 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 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. z wvrrwao. 4 State of Connecticut ey: ov�l City of Hartford ss. Robert L. RaneySenior 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. w' IN WITNESS WHEREOF, I hereunto set my hand and official seal. e • owy My Commission expires the 30th day of June, 2026 p• nc 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 18th day of December , 2024 3 �•t OJ�IT'� Hy* -N �'NCfFA . F+ Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please caf/ us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fad and the dietaiis of the bond to which this Powerof Attorney is attached, 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. i State of California ) �i County of � ) al �Ic�7�, > On ' "l v� before me, v' t (here insert name and title o(the officer) personally appeared (Y� 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. SHAYLEEA. BARSNESS Notary Public - California Orange County y WITNESS my hand and official seal. Commission 4 2482495 't r�•"� My Comm. Expires Feb 20, 2028 Signature (Seal) Optional Informatio Although the information in this section is not required bylaw 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) rltle(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Name(s) of Persons) or Emnyhes) Signer is Representing Method of Signer Identification I 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 M Entry # Notary contact: Other ❑ Additionaltigner(s) EJ Signer(s)Thumbprint(s) I] 0 Copyright 2007-2017 Notary Rotary- Po Box 41400. Des MOlnes, IA 5031 I-0507 All Rrghls Reserved Item Number 101772 Please contact your Authorized Reseller to purchase copies of this form. City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 DESIGNATION OF SUBCONTRACTOR(S) - AFFIDAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the 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. Authorized Signature(iitle TimGth�/ Rt(ae,—{-S A City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name TF - E4he,,rts,InC - FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. See Special Provisions Section 2-1 Award and Execution for reference requirements to demonstrate experience and ability to complete similar water and wastewater pipeline lining projects for public agencies. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 1 Project Name/Number le 2 2,315, 'e" PVG w`� �ppu�}enances ar�d a{�uridvn Project Description _ ex-iSfirat GUl�t�►y� t CLa'n Approximate Construction Dates: From 3-2-7.2q To: 9-/2 2 �f Agency Name yorbA li id q GUa.4�r Contact Person st %q 1i" 'Sha'r Telephone (71 `%) 701 316{4 Original Contract Amount $1,5t'03tFinal Contract Amount $ 11 ��N l23 . to2 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. `AB 10'q_' No. 2 Project Name/Number _k-M-" Ay""-r- Wct.'fLr alai'-) r—e-pl a eew P,nl Ph 4& :4 t-P/ZY D-as1 n aCtGl consPruo-h 6n OF 3,3-p' 12" DIP and 3&2-/ Project Description 8" VIP ;PrPe-lifie a.rv� a.PourEPnances 6u41-, .-es-favaho-7 Approximate Construction Dates: From 2 7-23 To: 7- /7• ZI Agency Namei p¢yt6C.{(v► Contact Person QV2,�L)D Telephone ((y/Z) 2 32 • 4 /3/F' 33 U .13 Original Contract Amount $ Z, Final Contract Amount $_; , OLi7, 174, &-7 If final amount is different from original, please explain (change orders, extra work, etc.) F1 n G��c� ad il2stV-rrifS 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. 3 Project Name/Number Ii Ih 1�DYAry WA.�L t"('"YII HSiti r$$fOH n'iR.:n byPAss, ntw /1°� r/8'i .3D• C-ML//� Project Description 5 1x /✓,41Ve 5 a✓,w.ays anr/ re 1".e ✓i.. -1 SSX M /2" a...r /G • Ce«n 'c f p � � t 2 a.;r ✓ac Yl l,'t f Ja ly.� n5st nn b/.-! Approximate Construction Dates: From /•25 .2-q To: Agency NameS�,u4h COGtS-i- Gfiefer' PIS- Gf Contact Person Telephone (9y17) 3�12 2�3/1f Original Contract Amount $7,?) X1" Final Contract Amount $ (n�i�� 1U-7. 25 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. 11 'e, No. 4 Project Name/Number KM ffeAdX6rg_S bj3 frlft l" (_e 7 A GraGt4, r0aIr, s/�Rll�rt� Ye�2,� and reel 77,q o f Project Description h�adGyOrKs I�io�i`/�� Approximate Construction Dates: From 3 -1y' 22 To: M Agency Name 1 n /a nd ►,vtr _ u l� ties .9-�t-cn G� r Contact Person 0 (�!W Telephone (961) 993 ' /&`36 Original Contract Amount $ y q P, Final Contract Amount $ S/g, /51 If final amount is different from original, please explain (change orders, extra work, etc.) Ad d t -h o n a / we al-- llo�, tvao_- 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. No. 5 Project Name/Number % .Prl . 1, 3 ' 1ti ; ' /& '/ ati t 2, ZSD' /8'° �F ff�x ibl{ Project Description 530''i" Pkl& watfr&)-e al7d �POkrf�na�r� s wH_A1 resY�rzctiarL . Approximate Construction Dates: From % /D Z 3 To: / 22 y Agency Name Y0 rb A Uod Gt Wtz f.�-r Contact Person _Amty-,a Telephone -262 Original Contract Amount $ 2-JO)33Final 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. \% D . 12 a- No. 6 Project Name/Number W / (7 0 A16 • Li r1 GI /IIG . y /�X7YD r e/ �z 92 Project Description _(pb,"f C,-17-p )a fe��YPit f7herlf 12l 0) !. ,olfrAWeS r Approximate Construction Dates: From / j •36 - 23 To: /2 - /Z • z_3 Agency Name 01h i r7o / SO Tfsa l-1 r Contact Person T6 M d "AL 01 Telephone (w)11 Original Contract Amount $ 227,,-725f inal Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) M 4 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. 1J 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. _P, 11�\ Bidder Authorized SignaturerTitle Timothy �2olts 13 0- City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's NameT-T - Pp by,-r-f . M6 FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. See Special Provisions Section 2-1 Award and Execution for reference requirements to demonstrate experience and ability to complete similar water and wastewater pipeline lining projects for public agencies. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 1 / Project Name/Number -! ry 47"fd -d'nJ 12'e N / U R6nlovt �.n�/ r'p /GrG� �ir�hy�l�arlf < Sernbli s Project Description tyi-t--h lit-te.rR lei s -py rTI'S anol r�,tfy,�-Qf,p,Z Approximate Construction Dates: From / 2 -/& - 2/ To Agency Names Gr ti n a I'��,,r_h C�oicryfy Gt)a fG r D,sfi , �t Contact Person ,)A✓ice( \1A )1Vr1 Z? hlo4'/ Telephone (9yfl _y3 6 3() Original Corrtract Amount $ 35,IV' Final Contract Amount $ `i7(v� ► ��f . D If final amount is different from original, please explain (change orders, extra work, etc.) E- x*-io tue r'p— 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� b . 10L No. 2 Project Name/Number Project Description IVAN 1+ t^o 1,q(- a1_6nf tdit6 rZS`fora.- 7)',2 . Approximate Construction Dates: From To: 7- Z/- 23 Agency Name rwr?4-f (/9t,n-f-c4 JAtG_r P1 1- 1 Contact Person �� �- Telephone (7/�) _5 3 Original Contract Amount $__'91 1,74inal Contract Amount $ 1 f nlv.5, /lpf� 3IS- 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. 3 wfst IYr,�2 T rrAG->v- Arid 6etlboN ' Project Name/Number S a nG_LW q-ttr MArn R�.PIu te n_# 6• 1 /P3 9 11, do0 ?f" JAG kr7d Z, Zoo' !E " PVG woc tGr l"a ,ri. �c rtrl Project Description A �Pttir tG+1ltin . �s r,u, -Yh Anel rs� tar�cf ,brt Approximate Construction Dates: From / 27. 23 To: / ZS • 2y Agency Name _Gi�I 04 ty�2 0 be'a(h Contact Person _ 4 1 fLed L as*S r7o✓t Telephone (1Y1) Jf4I y-,33/4y Original Contract Amount $ 2� y ' Final Contract Amount $ 4{ ,���1 If final amount is different from original, please explain (change orders, extra work, etc.) L -L;a Did you file any claims against the Agency? Did the Agency file any claims again you/Contractor? If yes, briefly explain and indicate outcome of claims. /V fi - 11b No. 4 Project Name/Number ,f-Q)o !<16ik./e s4- S4w &I&D /, 31 g" it," PW s -t-- . i�C l�n e and < �Purte��irzGrs Project Description wr li c%waf'F ,�.p and f-e 1-nr47r0r7 - Approximate Construction Dates: From 2 22 To: 7 I g Z3 Agency Name yZ-1KZ 7'-Tlr?-1 Ili SfrrG�- Contact Person %k "q�n. , J r r1 Telephone (7/f) 7ql - 5 q 7 7 Original Contract Amount $ ,3 ' Final Contract Amount $_ 52"7) 2 -jD .'72- 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 Project Name/NumberPalm jar rt r awn A1152- Z)e' �' r1 Rr7d <anS �{vDn o f 2, 2c'7 "F" PIP and Project Description _ a�u r-tP n a-rire c bof r-es-E,'r., - Approximate Construction Dates: From 5 - /9 2 3 To: 8. 2 q , 273 Agency Name M Contact Person F-d cca rdo Telephone (71q) 71n ,e5- • YI &45- 5 3(a I Original Contract Amounts) L-igSj inal Contract Amount $ I Le tF Zl'n 3'1 --72- If final amount is different from original, please explain (change orders, extra work, etc.) 74T-fKA /SfjPr-Yl br,-1 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 o 12b No.6 1rV1-k( ��s�` SS Cfmloky- Project Name/Number 't 00aeM(aht aA�3 Project Description kelMpYZ &nd r/p( a�,n[nrf�nQ/1C�S lr�i�i� i'�Stal6G DJL Approximate Construction Dates: From 7-/y-2-2To: 2 14) 2-3 Agency Name — I LLI /}-P /� e-h Contact Person %/'j 1 /34n/C000S/� Telephone (qqJ) _LJ 3 5Lp9Z Original Contract Amount $ Contract Amount $ 5e5, If final amount is different from original, please explain (change orders, extra work, etc.) Fx4i7 wry r;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. 0. 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. T. i2vbe r-rs Bidder Authorized Signature/Title %imoMy p,, &,-fS 13.b City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formlll Please print or type. Bidder's Name T - E - Fuh.t rfs ,In FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. See Special Provisions Section 2-1 Award and Execution for reference requirements to demonstrate experience and ability to complete similar water and wastewater pipeline lining projects for public agencies. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 1 Project Name/Number l4,a aal-, S7/71/'m lira,/n Project Description u$�lti S d P ��{ and 6cpp�t rtert d rjleS Approximate Construction Dates: From 2 ZZ- To: /0- 2. 2 3 Agency Name 0�11k/ T k D rho LthdA--' Contact Person kiTelephone (7/q) 7/70 Original Contract Amount $ g inal Contract Amount $ ZZ'030� If final amount is different from original, please explain (change orders, extra work, etc.) I-N oJ S tcrarn L2 a,,_m 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. 10C No. 2 Project Name/Number 27 Project Description bllatn- Seri e's 6 n'd VA &/� W4 KeSta racf-r 0 rL Approximate Construction Dates: From Z3 Zvi To: 7 21 23 Agency Name Uil% vF s/an'4 /mill Contact Person 14's &I'l- t A-- Telephone (5&2) 9 7,� S/ Original ContractAmount $' NgIVII Final Contract Amount $ Hgq,gK0 .SD If final amount is different from original, please explain (change orders, extra work, etc.) S16+A K1 s d l U�t'LA f2i rv1 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. No. 3 /1 dd Zorre_ b-es6U r� /2r.t li9hrne�L - Project Name/Number anGl YG551-t p-w /Zt.l6t c iZA SfitfiL� �PJ/ M1,6 f R,nd rjtL-f-fef Pl;a, t� an pressacrx_ rG�lau Project Description S41t-fib�S ovit2, ar�►�urt�nuY,�P,z al resta„c {,fir - Approximate Construction Dates: From A, /- 22- To: 3.23.23 Agency Name \JtfYuVn L`ba]Mi*l 'S ;r✓iG•-e"S Dt; ContactPerson n?R�'ryQ� Telephone (75/) 7131 Original Contract Amount $ IIDIZ35• Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) W YY1 b 1 it Did you file any claims against the Agency? Did the Agency file any claims aga nst you/Contractor? If yes, briefly explain and indicate outcome of claims. MU. 11G No. 4 Project Name/Number Ulm Project Description 11'1P WRtii sr,nc><yau<� inS7�a//�cf�im �� iesfar�cfrbn Approximate Construction Dates: From Z - 41- 23 To Agency Name SOt _h1 �agS-f GtJa--f� r 7iS� C� 3.223 Contact Person ocn (��� r Telephone (9y9) `�99 `fSSS Original Contract Amount $ 21MIM, Final Contract Amount $ 2,UtF, '11% . 52 If final amount is different from original, please explain (change orders, extra work, etc.) _ A6*ta IS A I`{kre�f ATM b1A i-f'�rv2 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. No. 5 F�/l G�6jGisJ, J--e-M o n , and J%r�-edam Project Name/Number Ib %J-05 q/i Gr✓10{ co✓s-Vt4Gf1-,,,7 of rl� D' 8 GC0a /2 Project Description V I P JGU.t-fe rJih-6 nn,4 02 Approximate Construction Dates: From 3 -/S•Z3 To: Agency Name _ �I-ft/ D� Contact Person � n e Telephone 51•' Original Contract Amount $ 2-MD)oFinal Contract Amount $ 2X'7 If final amount is different from original, please explain (change orders, extra work, etc.) Yk L-f'tn AI S k �hrM 0 ),A C+--e'M 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. NU 12 i✓ No. 6 I Da CF-A Prn% ecfi f, Consiluch b Project Name/Number FV of aaat IGLGK��f�i 2 09 Scwu- Project Description �pGn *-e-rl ch W t�l Xd:f44-1, j* .-.fl J 9 ­ 't r s Rnd Y�Sfpny-{-rb,2- Approximate Construction Dates: From /2 • llo , Zl To: q 7- 2-3 Agency Name _E-4,54 �,y 1 Gt h4 JJ Ja,f r V KSf3'7-C Contact Person Sm V Telephone (111) 53 SS- 58/S Original Contract Amount $y,551,2�Final ontract Amount $__12 / b2�,, 'M -f - 3"7 If final amount is different from original, please explain (change orders, extra work, etc.) F k-rA " yl,-- 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. /\JD 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 13G Authorized Signature/Title 7/rno-h y /Zal yts City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this forml!I Please print or type. Bidder's Name I FF. pberfi,! ,) tc FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. See Special Provisions Section 2-1 Award and Execution for reference requirements to demonstrate experience and ability to complete similar water and wastewater pipeline lining projects for public agencies. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 1 Project Name/Number Sf'rdlty l�?lIS %i71/� G'tl'Grf�r /i�arn t2��/ai�mP�� ��PG g2 Project Description 2-$0' H" LVG kV&t r fiVUA amid abPltirtPh�tnc�s Approximate Construction Dates: From Z/ To: / 2 g- 2 Z- Agency Name 61i1 i�t 0A_hZ4 Contact Person CG1 H,4(Telephone (71y) •7&,5 5323 Original Contract Amount $ !�`6�75)" Final Contract Amount $ l (o'-t, 553 •$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. 10d No. 2 Project Name/Number pQM* lyk-fer !/6L A-'g1a&4n-e-nf �yZL pha&-c 1-/&-)&% Project Description agr/ iirSfR//afibrt ,G 9'/yalY,eS a71134, /OCtihbnS West/ n and (CStarrhort Approximate Construction Dates: From 7- Z.S • 22- To: 5 • /"7• Z Agency Name P.,t'4v_dfj�i,y� Contact Person _dGt,Giyr6 "nle-b Telephone (11y) "1le5. 5 Original Contract Amount 1DIFinal Contract Amount $ 2-1 '732) V70 • loS If final amount is different from original, please explain (change orders, extra work, etc.) AM'Kals3 , 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. lU12 No. 3 Project Name/Number 0q7 3W Sy" Gn7L%G �r-rc! �D'I$"CAL/G tVg- e_r Project Description J� p,f,4 � own ,/ 1-e4St7, fr'ort Approximate Construction Dates: From Y- 5 - Z/ To: % 7. 23 Agency Name L4 D � 12l✓�t'S1� Contact Person M 6 YG1 a o PJ64-o l / rZ Telephone (951) HIv3.' Original Contract Amount $ 5,37`�� Final Contract Amount $ Sa 3'72, 1-7y -"k If final amount is different from original, please explain (change orders, extra work, etc.) �(V amERME.0i • / ' 11. 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. 11A No. 4 Project Name/Number WhpdiG PrnfeC io✓7 Sus ,m lmnra .nje�rfs/5999 Project Description WhediG �YDtef�"v-� ld3ptlKervm -L ,i fUy Al-2 04>•:°S Approximate Construction Dates: From I-lq- 2/ To: Agency Name VYl ,llti-f r Contact Person Telephone (3IP) Original Contract Amount $ 7,�i`�gi�nal Contract Amount $_ ?, ?� 7Li S27 - If final amount is different from original, please explain (change orders, extra work, etc.) 0� 11 "I /1 ii 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�y No. 5 Project Name/Number JRWSS cryavnyallejl rKiV'-44 7-YAn- nMi5siPo mat,,) 3 & " e m 4r- and K616Ca 7F,, l i? l -X Project Description S_ wrf-f, rl5fi-nrufirort - Approximate Construction Dates: From 2 - 20 • 2 y To: (�- /O • 2S Agency Name _ SDG1.7 r ! LLG ! 11L/ Lti-- P/:St 7'G4-- Contact Person k0M A41 M Telephone Original Contract Amount $ ��9��� Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) I JL) 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 o . 124 R-W Project Name/Number UnW V6l44PIc>Ai 5 Re2taG 4-1 (1115 lh,�52' 12" pv- /DIQ,1,3.75' 1 U " PUG anal—2I31o' 14y Project Description Sill pjPP Ijae a,r I j24Wr+_n vi+J, S}vrcc� ion Approximate Construction Dates: From °5 2 2' 2,3 To: t D - 7 - 2-5- Agency Name m b"Hyh Q 1 d K-& / Gil �f r I �Sfri `ct Contact Person Sf e Kw /Yk rl—'- Telephone (JqD yZS . 3�38 ,-0 L", � Original Contract Amount $ IH,e1 I Final Contract Amount $_ 1D 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. 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. (� T . E, i2lbe r't-S 1,-)" L Bidder Authorized Signature/Title fi�m�th�i I2olW(k5 1301 City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 NON -COLLUSION AFFIDAVIT State of California ) ss. County of Ti (Y)"\I Pi , being first duly sworn, deposes and says that he or she is iy-f-cl f yl of T+-�• K6bzrVS , I rI(• , 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 of7 to of a�lifo, ' that the foregoing is true and correct. Bidder Authorized Signature/Title-rlmH-hy p.54Yt5 Subscribed and sworn to (or affirmed) before me on this by satisfactory day of 2024 proved to me on the basis of nce to be the person(s) who appeared before me. I certify under PENALT"F PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary Public �PVc Ots,e s.e,t" [SEAL] (NIOI A-'fi� GA` vu My Commissioxpires: U � 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 L g. ) Subscribed and sworn to (or affirmed) before me on this `Q1 *"� day ofy Um 20 1-6 , by I M Q+ V—WJl%+S proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. J n, SHAYLEE A. SARSNESS Notary Public • California ills ! r' Orange County ■ ti Commission # 2482495 My Comm. Expires Feb 20. 2028 (Seal) Signature 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: C form(s) of identification Q credible witness(es) Notarial event is detailed in notary journal on: Page a Entry p Notary contact: Other Affiant(s) Thumbprint(s) ❑ 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 BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 DESIGNATION OF SURETIES Bidder's name ILL Fohprfs , ln( - 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): ZO�G� ► (10 fib hipan , Tra V,e tt rS Cg6mq livi and cSu r&b4 Or Tar OYIt Tb PW , Sgtj,a. re, Nztr ro rd-, GT Ofe 1 �� (949 (f IcS� bo nd i� o f re G l her f 5 h Jn �"rawSe rvl'6, .s 5,b F • Sa oM Ana UnVcv? fed �2W,Anth-ei�7CA 92F107 C-1/q) qV -0530 1 Y1.5 tt rkaM Ccm Din I rn --6rn ap�) -vn ,4-j y&95 15 City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name I E- 9619,e ,5 . Inc Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2023 2022 2021 2020 2019 Total 2024 No. of contracts 3 q q I .7P -71 ,S5 3eq/ Total dollar Amount of Contracts (in �9, $7 3q)321 q,5jq?p 3q sll 3SJ5,71 3r7,37y Z52,OS<P Thousands of $) No. of fatalities D 0 0 Q D O D No. of lost Workday Cases � / � 3 � No. of lost workday cases involving permanent 0 transfer to 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 T.E. kpbj-rts,/nC Business Address: 17-nl M/fLf'_11 A10rA- , ln'/�qe, M �iZ-041 Business Tel. No.: 7/g. (e&q•0072— State Contractor's License No. and Classification: (pb3ebg A, Lq Entity Type: A Ga(ifIrn 1a 1'fiyy"rafIM The above information was compiled from the records Ithat 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 or k� l �\ T,I bidder \ Date I - 01 Zs Title Presi, o Signature of bidder uaier, Title 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 CALIFORNIA CFRTIFIC'ATF 01: ArICKInWl cnr--nnlcikllT 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 0 rMa - On v I 25 before me, ke t�SYIES O�G{ 1 L 1ti�0� l G (here insert name and 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 ; ��:,.; SHAYLEE A. BARSNESS State of California that the foregoing paragraph is true and correct. Notary Public • lrorni. '-I Orange Countunty >1 Commission N 2482495 ' "�r-c*•'� My Comm. Expires Feb 20, 2028 WITNESS my hand and official seal. i Signature A�4�k (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: Titles) Name(s) of Persons) or Entityries) Signer is Representing �t:Lt;r`�iF1fi1�eiouFAttJi� '7" Method of Signer identification Proved to me on the basis of satisfactory evidence: O form(s) of identification Q credible witnesses) Notarial event is detailed in notary journal on: Page 9 Entry # Notary contact: Other ❑ AdditionalSigner(s) ❑ Signer(s)Thumbprint(s) 0 Copyright 2007.2017 Notary Rotary. PO Box 41400, Des Moines, IA 50311 0507 All Rights Reserved I[em Number 101772. Please contact your Authorized Reseller to purchase copies of this form. OF T.Z. HZWKFI-ra, A special meeting of the shareholders was held on 14ay 10, 2011, at 5:00 P.M., at Santa Ana, California, pursuant to a request by Kimberlee J. Roberts and Timothy E. Roberts for the purpose of designating Timothy E. Roberts, President, the authorization to execute and sign Contracts on behalf of T.L. Roberts, Inc. Timothy E. Roberts acted as chairparson, and glee J. Roberts acted as secretary. The call of the list of shareholders and inspection of Proxies shcrwed that there were represented at the meeting, in parson or by proxy, holders of 10,000 shares, constituting a quorum. On motion made and carried by the affirmative vote of 10,000 shares represented at the meeting, the following resolutions were adopted: 1. Timothy L. unherts iI authorized to execute and sign Contracts on 2�-ha1 f r% T R Rok rtg The meting was adjourned on motion duly made and carried. Dated : rlee J. berts, secretary -- -..._ State of Catitom,a`=;.�®i� ' v County of ss Hereby S,� ea, ;or affrrrn) Lhat the artaVieo repr�uct:o� �Fot - Is a true. coneC ane complete oco'Y of a dp� I ent n r,y Rcssess,cn Slbscnbed arc sworn to (or atfirrned) before me or ti{ s- yof t Klt E. M�N"E?7 o COr1kA tt 8?yb Yo , by z Notary puDBc a;aorr..a n orange Colntr c �mn. Ec� res PeG 7. :: ! — aerspna,ly 'crt04Vn -- _ ".proved t to me me to be the on the basis of satisfactory ev ce Derson who �gareo before y asn ."'rydYC .y p .Yr n ma 0Pn0A1A 0Ocun'1en1 and Mwa P%E�VC7tt h8, rS not rLd by taw, �i'—y Grove vaiurlp,,o rO Jdulv^nr r drrC rpd . r'acnrrten! a� M.'s I aersorts reh"ng on the riptan 01 A�Ched 0*CUnV t �Y on„ .ro anOlner nest. Tote or Type of DocUment. Document Da � (lf�,� �I[tenUfytng No Signer(s) or !suing Agency. of Gages - _ Capaci> Claimed by CusIc4ddan _��"- ✓ 1ndmoual ATtome ----- Corporate Otf, y st Business Proprietor r 4 r — Title o Manager Untverstty or SC "l— -I -. Re,e hoot OfficBr _ Tme_ - Governmental CffGcer or Agent — T`rte. - Other: Custodian is Representing: i o zoos ,ww,y S= City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 ACKNOWLEDGEMENT OF ADDENDA Bidder's name T. E. ROberfS,jr7G 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 t� 18 City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 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: 7 E - POLC L Inc Business Address: ITN/ MOVW Alm* i Jnoa', M g2fClq Telephone and Fax Number: (T) 7/y- WA 0072- (F) 71q- 200 •02g1 California State Contractor's License No. and Class: U03003' A , C3y (REQUIRED AT TIME OF AWARD) Original Date Issued: 2 / % Expiration Date: 202tf 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: W i l i' di rn atod-cz,, rL<, m a.-h) r- rand cJwWti r Att-L , C6� 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 7i'mliby KO)ZL-LS P►-Sid6tlf 17?7/ Mia�h-el/ o-A (-7i1()&G9 60072. Corporation organized under the laws of the State of 041 a rtv 6--- 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N IL All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 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; N IA Briefly summarize the parties' claims and defenses; N J/k Have you ever had a contract terminated by the owner/agency? If so, explain. No - Have you ever failed to complete a project? If so, explain. rAb 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 labor co liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes o 20 Are any claims or actions unresolved or outstanding? Yes (No) If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. T - L Bidder T i nno+ (Print name Title ►r or President pany) , ow/y � q , W'5_ Date On before me, , Notary Public, personally appeared who proved to me on the basis of satis ry evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowle a to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their sWi ature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the i slvrument. I certify under PENALTY Of paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: URY under the laws of the State of California that the foregoing 21 kVV,ovvltAI►�+'L� CALIFORNIA CERTIFICATE OF ACKNOWLFDGMFNT 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 On S�1 G�,V1 rt A • � 1�� s5 before me, 0C+aVt1iG (here insert name and 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 seal. i Signature SHAYLEEA. SARSNESS Notary Public - California _ Oran � ge County Commission # 2482495 My Comm. Expires Feb 20. 2028 (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 M Entry # Notary contact: Other ❑ AdditionalSigner(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. BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE MAIN REHABILITATION CONTRACT NO. 8487-3 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 28th day of January, 2025 ("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, in general, of furnishing and installing the flexible fabric reinforced pipe (FFRP) liners within existing water and sewer pipelines across channels within Newport Bay Harbor in the City of Newport Beach, California (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. 8487-3, 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 One Million Five Hundred Ninety One Thousand One Hundred Thirty Eight Dollars ($1,591,138.00). 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 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. T.E. Roberts, Inc. Page 2 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 Newport Beach, CA 92660 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-Tegarding 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 14.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Contract shall be paid to all workmen employed on the Work to be done according to the Contract by the Contractor and any subcontractor. 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. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any T.E. Roberts, Inc. Page 5 subcontractor under him/her to comply with all State of California labor laws, rules and regulations, and the parties agree that the City shall not be liable for any violation thereof. 14.2 If both the Davis -Bacon Act and State of California prevailing wage laws apply and the federal and state prevailing rate of per diem wages differ, Contractor and subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive, Newport Beach, California 92660, and are available to any interested party on request. 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 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 T.E. Roberts, Inc. Page 6 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 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. T.E. Roberts, Inc. Page 7 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 seg., 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. 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. T.E. Roberts, Inc. Page 8 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. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 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. 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. T.E. Roberts, Inc. Page 9 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 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: CITY OF NEWPORT BEACH, a California [nunii ipal corporation Date: 112�I ZS By: By:� Aar n C. Harp 'T)5 Joe Sta City Attorney '//VJ5 Mayor , ATTEST: Date: 1 / L 1 /2o Z By: -✓ for L Ian' I. Brown City Clerk PoR, o � C9�'FO0.H`P CONTRACTOR: T.E. California corporation Date: ROBERTS, INC., a By: Signed in Counterpart 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 11 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 OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California m n'cipal corporation Date: ()T41 0Z4;7 " Date: 25 i , By: By: iV lul 4 Aaron . Harp 0 �d Joe S 751 leton City Attorney/iy� Mayo �S ATTEST: CONTRACTOR: T.E. ROBERTS, INC., a Date: California corporation Date: �-D20 By: By: Leilani I. Brown Timothy E Roberts City Clerk Chief Executive Officer Date:yaXlt�llG1'1�( / 2bZ By: stin 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 11 Executed in Two Counterparts rW14ol CITY OF NEWPORT BEACH BOND NO. 108197223 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 for the work necessary for the completion of this contract consists, in general, of furnishing and installing the flexible fabric reinforced pipe (FFRP) liners within existing water and sewer pipelines across channels within Newport Bay Harbor in the City of Newport Beach, California, 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 Califomia, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Million Five Hundred Ninety One Thousand One Hundred Thirty Eight Dollars ($1,591,138.00) 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 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 T.E. Roberts, inc. Page A-1 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 16th day of January , 2025 . T.E. Roberts, Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety One Tower Square, Hartford, CT 06183 Address of Surety (909) 612-3085 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:_I By: ,� Aar City F,'C.­Harp ttorney ' lati�a5 Authorized Signature/Title uthorized ent Signature Spencer Flake / Attorney -in -Fact Print Name and Title (Corporate Seal) NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T.E. Roberts, Inc. Page A-2 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_ Notary Public, personally appeared e, proved to me on the basis of satisfactory dence to be the person(s) whose name(s) is/are subscribed to the within instrument and nowledged to me that he/she/they executed the same in his/her/their authorized capacity(i , and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon half of which the person(s) acted, executed the instrument. I certify under PENALTY PERJURY under the laws of the State of California that the foregoing paragraph =official rrect. WITNESS seal. See attached CA Acknowledgment Signature (seal) T.E. Roberts, Inc. Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 ) On January 16, 2025 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. WITNESS my hand and official seal. rOHEATHER WILLIS UCOMM. # 2498695�y�/ /%�%NOTARY PUBLIC - CALIFORNIA Signature Z./1;6(y.� 1�,��ORANGE COUNTY n OMM. EXPIRES SEPT. 225, 20�28" 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ 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: 02014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Travelers Casualty and Surety Company of America AAA 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. .3 tusrrFa 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. 1p P Np IN WITNESS WHEREOF, I hereunto set my hand and official seal. UIIO�TARV My Commission expires the 30th day of June, 2026Anna 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 16th day of January , 2025 1) (Y Aryp SL9a< qo RDF�HwO�Rq CRCaNPI. I R NON. 4« All Kevin E. Hughes, Assi. taut 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 ofAttorney i_s ,attached. CALIFORNIA CERTIFICATE OF ACKNOW1 FDrMF1VT 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 ML ) On 1/0 before me, A • �P 1$ w5, 14t+&w((bk r (here insert name and 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 persons) 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 ..r�,. A. BARSNESS Notary Public - California LSHAYLEE Orange County �Commission # 2482495 Comm. Expires Feb 20. 2028 (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 . ,tti�ffdf7�Ktf#1;iP��;r>Ltk�!r� - Method of Signer Identification Proved to me on the basis of satisfactory evidence: C) form(s) of identification Q credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ Additional5igner(s) ❑ Signer(s)Thumbprint(s) El ® 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 B CITY OF NEWPORT BEACH BOND NO.108197223 Premium: $10,688 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT WHEREAS, the City of Newport Beach, (hereinafter referred to as "City") has awarded to T.E. Roberts, Inc., (hereinafter referred to as the "Contractor") an agreement for the work necessary for the completion of this contract consists, in general, of furnishing and installing the flexible fabric reinforced pipe (FFRP) liners within existing water and sewer pipelines across channels within Newport Bay Harbor in the City of Newport Beach, California (hereinafter referred to as the "Project"). WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated January 28, 2025, (hereinafter referred to as "Contract Documents"), the terms and conditions of which are expressly incorporated herein by reference; and WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for the faithful performance of said Contract Documents. NOW, THEREFORE, we, the undersigned Contractor and Travelers Casualty and Surety Company of America as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound unto the City in the sum of One Million Five Hundred Ninety One Thousand One Hundred Thirty Eight Dollars ($1,591,138.00), said sum being not less than one hundred percent (100%) of the total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION iS SUCH, that, if the Contractor, their or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, 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 their intent and meaning; and shall faithfully fulfill all obligations including the one (1) year guarantee of all materials and workmanship; and shall indemnify and save harmless the City, their respective officials, officers, employees, and authorized volunteers, as stipulated in said Contract Documents, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees including reasonable attorney's fees, incurred by City in enforcing such obligation. T.E. Roberts, inc. Page B-1 As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the acceptance of the work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City's rights or the Contractor or Surety's obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the City's option: i. Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; or Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price° as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Hi. Permit the City to complete the Project in any manner consistent with California law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from Contractor for completion of the Project if the City, when declaring the Contractor in default, notifies Surety of the City's objection to Contractor's further participation in the completion of the Project. T.E. Roberts, Inc. Page B-2 The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project 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, alteration or addition to the terms of the Contract Documents or to the Project. IN WITNESS WHEREOF, and Surety above named, on the T.E. Roberts, Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety this instrument has been duly executed by the Principal 16th day of January 2025 Authorized Signature/Title s� One Tower Square, Hartford, CT 06183 Address of Surety (909) 612-3085 Telephone (Attach Attorney -in -Fact Certificate) Atto hey -in -Fact Spencer Flake / Attorney -in -Fact Print Name and Title (Corporate Seal) The rate of premium on this bond is $8.50/$5.90 per thousand. The total amount of premium charges is $10,688 (The above must be filled in by corporate attorney.) Any claims under this bond may be addressed to: (Name and Address of Surety or Travelers Casualty and Surety Company of America Agent for Service in California) One Tower Square Hartford. CT 06183 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 0 2 :_ By: � 44?'ol M'";LU4 Aar n C. Harp City Attorney '�ati/as NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T.E. Roberts, Inc. Page B-3 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 I 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 County of } ss. On 20 Notary Public, personally appeared __ befo (seal) proved to me on the basis of satisfactory dence to be the person(s) whose name(s) is/are subscribed to the within instrument and nowledged to me that he/she/they executed the same in his/her/their authorized capacity i , and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon ehalf of which the person(s) acted, executed the instrument. I certify under PENALTY0F PERJURY under the laws of the State of California that the foregoing paragraph =official rrect. WITNESS seal. See attached CA Acknowledgment Signature (seal) T.E. Roberts, Inc. Page B-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 On January 16, 2025 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. HEATHER WILLIS 7 V e"p4 `UpEx COMM. # 2498695 NOTARY PUBLIC - CALIFORNIA +� ORANGE COUNTY n ~ QF05 'COMM, EXPIRES SEPT. 25. 2028 Place Notary Seal Above 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 Signature of Notary Public 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ 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: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Travelers Casualty and Surety Company of America A11111111111k 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. i.��j%1 9Jp�.iY Alyp 0i3")k HtACRT�SGa� o°FORD, ONN. State of Connecticut By: City of Hartford ss. Robert L. Raney,toenior 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. �N '► q t My Commission expires the 30th day of June, 2026 �* No°1A,0; t rue�ir. 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 16th day of January , 2025 rw Jp 1Y A,, Y� r a #' NN. 999 WP HARTFORD. t C CONN.� � CONN. c � 4- y — Kevin E. Hughes, Assi tart Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. CALIFORNIA CERTIFICATE OF ACKNnwi Fnr;MFKIT 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 On ' 7i� before me, `JhOU/��re Y S� ib�Z�'� pv'bLf G (here insert name and 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 seal. Signature t6.' �` fM SHAYLEE A. BARSNESS Notary Public • California u = Orange County Commission # 2482495 My Comm. Expires Feb 20. 2028 r (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) Title(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Name(s) of Persons) or Entity(ies) Signer is Representing �hb.A Oki Method of Signer Identification Proved to me on the basis of satisfactory evidence: Q form(s) of identification O credible witness(es) Notarial event is detailed in notaryjournal on: Page H Entry ii Notary contact: Other ❑ AdditionalSigner(s) ❑ Signer(s)Thumbprint(s) ® 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. 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. 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. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary excess/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 two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate and four million dollars ($4,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). T.E. Roberts, Inc. Page C-1 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. D. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability policies are used to meet the limits of liability required by this contract, then said policies shall be "following form" of the underlying policy coverage, terms, conditions, and provisions and shall meet all of the insurance requirements stated in this contract, including, but not limited to, the additional insured and primary & non-contributory insurance requirements stated herein. No insurance policies maintained by the City, whether primary or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until the Contractor's primary and excess/umbrella liability policies are exhausted. E. Pollution Liability Insurance. Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than five million dollars ($5,000,000) per loss and five million dollars ($5,000,000) in the aggregate per policy period. Claims -made policies require a 10-year extended reporting period. The CPL policy shall include coverage for cleanup costs, third -party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non -sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross - liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. 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 City Council, boards and commissions, officers, agents, T.E. Roberts, Inc. Page C-2 volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement 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/umbrella liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement 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 City Council, boards and commissions, officers, agents, volunteers and employees. 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. 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 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 T.E. Roberts, Inc. Page C-3 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 sixty (60) 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 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 T.E. Roberts, Inc. Page C-4 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. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgement may be necessary for its proper protection and prosecution of the Work. 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. 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 . .\ . 6 k § K \ 3 \ z $ \ uj \ �f� . \ . . . e k . / ) ) R ) 2 \ \ < & \ ) m G / ] � \ _ — k / k \ G % 7 a u ) ; § g < am,§ ] 4 o / _ ) t 2 t'& City of Newport Beach BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE REHABILITATION Contract No. 8487-3 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. 8487-3 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: ,) an L awl , 2D2� Date (7) 71 N. tk,0q .007Z � F) 7y ,2G0 ,Q Zell Bidder's Telephone and Fax Numbers 063008' a, C3`� Bidder's License No(s). and Classification(s) 1060000 2W DIR Registration Number T. zLIS MC Bidder's Authorized Signature and Title 173 7) Aler-M , Zryiize,64 J ZW V Bidder's Address Bidder's email address: -ayo PR-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE MAIN REHABILITATION PROJECT NO. 16W12 CONTRACT NO. 8487-3 PART 1 - GENERAL PROVISIONS 1 SECTION 1—TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS ............... 1 1-2 TERMS AND DEFINITIONS..............................................................................................................................1 SECTION 2 - SCOPE AND CONTROL OF THE WORK............................................................................ 1 2-1 AWARD AND EXECUTION OF THE CONTRACT................................................................................................1 2-5 PLANS AND SPECIFICATIONS..........................................................................................................................2 2-5.2 Precedence of Contract Documents......................................................................................................2 2-6 WORK TO BE DONE........................................................................................................................................3 2-9 SURVEYING.....................................................................................................................................................4 2-9.1 Permanent Survey Markers....................................................................................................................4 2-9.2 Survey Service........................................................................................................................................5 SECTION3 - CHANGES IN WORK....................................................................................................... 5 3-3 EXTRA WORK..................................................................................................................................................5 3-3.2 Payment.................................................................................................................................................5 3-3.2.2 Basis for Establishing Cost 5 3-3.2.3 Markup 5 SECTION 4 - CONTROL OF MATERIALS.............................................................................................. 6 4-1 MATERIALS AND WORKMANSHIP..................................................................................................................6 4-1.3 Inspection Requirements.......................................................................................................................6 4-1.3.1 General 6 SECTION5 - UTILITIES....................................................................................................................... 6 5-1 LOCATION.......................................................................................................................................................6 5-1.1 General...................................................................................................................................................6 5-2 PROTECTION..................................................................................................................................................6 5-4 RELOCATION..................................................................................................................................................7 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK ........................................ 7 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK....................................................................7 6-1.1 Construction Schedule...........................................................................................................................7 6-7 TIME OF COMPLETION...................................................................................................................................9 6-7.1 General.................................................................................................................................................10 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY...........................................................................................10 6-9 LIQUIDATED DAMAGES................................................................................................................................11 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR..................................................................... 11 7-1THE CONTRACTOR'S EQUIPMENT AND FACILIITIES.....................................................................................11 7-1.2 Temporary Utility Services...................................................................................................................11 7-2 LABOR..........................................................................................................................................................12 7-2.2 Prevailing Wages..................................................................................................................................12 7-7 COOPERATION AND COLLATERAL WORK.....................................................................................................12 7-8 WORK SITE MAINTENANCE..........................................................................................................................12 7-8.4 Storage of Equipment and Materials...................................................................................................12 7-8.4.2 Storage in Public Streets 12 7-8.5 Sanitary Sewers....................................................................................................................................12 7-8.5.2 Sewage Bypass and Pumping Plan 12 7-8.6 Water Pollution Control.......................................................................................................................13 7-8.6.2 Best Management Practices (BMPs) 13 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS..........................................................13 7-10 SAFETY........................................................................................................................................................14 7-10.3 Haul Routes........................................................................................................................................14 7-10.4 Safety.................................................................................................................................................14 7-10.4.1 Work Site Safety 14 7-10.5 Security and Protective Devices.........................................................................................................14 7-10.5.3 Steel Plate Covers 14 SECTION 9 - MEASUREMENT AND PAYMENT.................................................................................. 14 9-2 LUMP SUM WORK........................................................................................................................................14 9-3 PAYMENT.....................................................................................................................................................14 9-3.1 General.................................................................................................................................................14 9-3.2 Partial and Final Payment....................................................................................................................17 PART 2 - CONSTRUCTION MATERIALS 17 SECTION 200 — ROCK MATERIALS................................................................................................... 17 200-2 UNTREATED BASE MATERIALS.................................................................................................................17 200-2.1 General.............................................................................................................................................17 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS .................................................... 17 201-1 PORTLAND CEMENT CONCRETE...............................................................................................................17 201-1.1 Requirements...................................................................................................................................17 201-1.1.2 Concrete Specified by Class and Alternate Class 18 201-2 REINFORCEMENT FOR CONCRETE...........................................................................................................18 201-2.2 Steel Reinforcement.........................................................................................................................18 201-2.2.1 Reinforcing Steel 18 SECTION 203 — BITUMINOUS MATERIALS....................................................................................... 18 203-6 ASPHALT CONCRETE.................................................................................................................................18 203-6.5 Type III Asphalt Concrete Mixtures..................................................................................................18 SECTION209 — PRESSURE PIPE....................................................................................................... 18 209-1 IRON PIPE AND FITTINGS.........................................................................................................................18 209-1.1 Ductile Iron Pipe...............................................................................................................................18 209-1.1.2 Materials 18 SECTION 212 — WATER AND SEWER SYSTEM VALVES AND APPURTENANCES ................................. 19 212-5 VALVES.....................................................................................................................................................19 212-5.1 Resilient Wedge Gate Valves...........................................................................................................19 212-5.2 Butterfly Valves................................................................................................................................19 212-5.2.1 General 19 SECTION 214—TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 20 214-4 PAINT FOR STRIPING AND MARKINGS.....................................................................................................20 214-4.1 General.............................................................................................................................................20 214-6 PAVEMENT MARKERS..............................................................................................................................20 214-6.3 Non -Reflective Pavement Markers..................................................................................................20 214-6.3.1 General 20 214-6.4 Retroreflective Pavement Markers..................................................................................................20 214-6.4.1 General 21 PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK............................................................................................... 300-1 CLEARING AND GRUBBING....................................................................................................... 300-1.3 Removal and Disposal of Materials................................................................................... 300-1.3.1 General 300-1.3.2 Requirements SECTION 302 - ROADWAY SURFACING........................................................ 302-1 COLD MILLING OF EXISTING PAVEMENT....................................................... 302-1.1 General................................................................................................... 302-1.7 Work Site Maintenance.......................................................................... 302-5 ASPHALT CONCRETE PAVEMENT................................................................... 302-5.1 General................................................................................................... 302-5.4 Tack Coat................................................................................................ 302-5.8 Manholes (and Other Structures).......................................................... 302-6 PORTLAND CEMENT CONCRETE PAVEMENT ................................................. 302-6.7 Traffic and Use Provisions...................................................................... 21 ............................... 22 ...................................... 22 ...................................... 22 ...................................... 22 ...................................... 22 ...................................... 22 ......................................2 2 ...................................... 22 ...................................... 23 ...................................... 23 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION............................................................ 23 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS........................................................................................................................................................23 303-5.1 Requirements...................................................................................................................................23 303-5.1.1 General 23 303-5.4 Joints................................................................................................................................................23 03-5.4.1 General 23 303-5.5 Finishing...........................................................................................................................................23 303-5.5.2 Curb 23 303-5.5.4 Gutter 24 SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION............................................................... 24 306-2 DELIVERY, STORAGE, HANDLING, AND PROTECTION OF PIPELINE MATERIALS, FITTINGS, VALVES, AND APPURTENANCES...............................................................................................................................................24 306-2.7 Shutdowns of Existing Pipelines.......................................................................................................24 306-2.7.3 Temporary Bypasses 24 306-8 PREFABRICATED PRESSURE PIPE..............................................................................................................25 306-8.9 Pipeline Pressure Testing, Disinfection, and Commissioning...........................................................25 SECTION 314—TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 26 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS.............................................26 314-2.1 General.............................................................................................................................................26 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS........................................26 314-4.1 General.............................................................................................................................................26 314-4.2 Control of Alignment and Layout.....................................................................................................26 314-4.2.1 General 26 314-4.4 Thermoplastic Traffic Striping and Pavement Markings..................................................................26 314-4.4.1 General 26 314-4.4.2 Surface Preparation 27 314-5 PAVEMENT MARKERS..............................................................................................................................27 314-5.1 General.............................................................................................................................................27 PART 4 - EXISTING IMPROVEMENTS 27 SECTION 402 — UTILITIES................................................................................................................ 27 402-3.1 Asbestos Cement Pipe(ACP)..........................................................................................................27 PART 5 - PIPELINE SYSTEM REHABILITATION 28 SECTION 500— PIPELINE REHABILITATION...................................................................................... 28 500-5.15 Flexible Fabric Reinforced Pipe (FFRP)........................................................................................28 500-5.15.1 Submittals 28 500-5.15.2 Quality Control 28 500-5.15.3 Warranty 29 500-5.15.4 Design Requirements 29 500-5.15.5 Materials 29 500-5.15.6 Installation 30 PART 6 - TEMPORARY TRAFFIC CONTROL 32 SECTION600 - ACCESS................................................................................................................... 32 600-1 GENERAL..................................................................................................................................................32 600-2 VEHICULAR ACCESS..................................................................................................................................33 600-3 PEDESTRIAN ACCESS................................................................................................................................33 SECTION 601— WORK AREA TRAFFIC CONTROL.............................................................................. 33 601-1 GENERAL..................................................................................................................................................33 601-2 TRAFFIC CONTROL PLAN(TCP).................................................................................................................33 ESS/ BENJAMIN ' �� CITY OF NEWPORT BEACH((�17- DAVIS_j - PUBLIC WORKS DEPARTMENT N s23 SPECIAL PROVISIONS BAY CROSSING WATER TRANSMISSION MAIN AND SEWER FORCE MAIN REHABILITATION PROJECT NO. 16W12 CONTRACT NO. 8487-3 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-5401-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 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT Page SP 1 of 34 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 and ability to complete similar water and wastewater pipeline lining projects for public agencies and shall have been engaged in similar pipeline lining projects for public agencies for a period of not less than five (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 5,000 lineal feet of pipe lining within the public right-of-way. 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. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. One electronic (PDF) file shall be submitted. If revisions are required, the Engineer will return one redlined copy for resubmission. Upon acceptance, the Engineer will return one electronic copy to the Contractor. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required be performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label `4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The letter of transmittal shall contain the following: Page SP2of34 1. Project title and Agency contract number. 2. Number of complete sets. 3. Contractor's certification statement. 4. Specification section number(s) pertaining to material submitted for review. 5. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6. Description of the contents of the submittal. 7. Identification of deviations from the Contract Documents. 8. The signature, printed name, title and company name of the Contractor's representative. The Contractor shall subscribe to and shall place the following certification on all submittals: ❑ "1 hereby certify that the (equipment, material, procedure(s)) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." Or ❑ "I hereby certify that the (equipment, material, procedure(s)) contained herein meet all requirements shown or specified in the Contract Documents, except for the following deviation(s): 2-5.4 Record Drawings. The Contractor shall maintain a complete "as -built" record set of blue -line prints, which shall be corrected in red ink daily and show every change from the original drawings and specifications and the exact "as -built" locations, sizes and kinds of equipment, underground piping, conduits, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. The official record drawing shall accurately reflect all changes and modifications to the original plan. The Contractor shall formally submit the final record drawing at the final walk-through meeting. At the direction of the Engineer, the Contractor shall correct and revise the Record Drawings to accurately reflect field conditions. Re -submittal of the Record Drawings shall be completed within ten (10) working days of the final walk- through meeting date and shall reflect any additional punch list items. Payment for the upkeep, revision, and submittal of the record drawings shall be included in the lump sum price for mobilization. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists, in general, of furnishing and installing the flexible fabric reinforced pipe (FFRP) liners within the following existing water and sewer pipelines across channels within Newport Bay Harbor in the City of Newport Beach, California: Page SP 3 of 34 • BC-01: Approximately 1,231 LF of 14-inch cast iron water main crossing the Entrance Channel between the Peninsula at E. Balboa Boulevard and Mainland at Bayside Drive. • FM-01: One approximately 528 LF 8-inch cast iron sewer force main and one approximately 566 LF 8-inch ductile iron sewer force main across the Balboa Island Channel between S. Bay Front Alley on Balboa Island and the Balboa Yacht Club off of Bayside Drive on the mainland. The work includes excavating pits for lining access; demolition of existing piping, valves and appurtenances at points of liner entrance and exit; dewatering, cleaning and inspecting the host pipelines; liner installation; pressure testing; disinfection of water mains; restoration of piping and valves and connections to the existing water and sewer systems; BC-01 pressure reducing station modifications; access pit and surface restoration and repairs; and all appurtenant work. The Contractor shall comply with permit requirements applicable to this project. Other items of work and details not mentioned above that are required by the Plans, Standard Specifications, and these Special Provisions, shall be performed, placed, and constructed. 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. Page SP4of34 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 Guida Surveying, Inc. (land surveys) and can be contacted at (760) 777-2000 and eTrac (bathymetric surveys) at (866) 989-3363. 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. 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. Page SP5of34 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. 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 Page SP6of34 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. The Contractor shall procure and install slip cans for all water valves to ensure access to the water valves at all times. Upon completion of paving operation, manholes and utility boxes shall be permanently adjusted to finish grade and all water valve slip cans shall be delivered to the City's Utilities Department. 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. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule 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. The schedule shall be of Page SP 7 of 34 sufficient detail to apprise the City and affected properties of the timing and duration of work affecting boat traffic and docks. Contractor shall develop and submit a Schedule of Values of the lump sum prices provided in the submitted Bid. The Schedule of Values shall be developed independent of, but simultaneously with the development of the Construction Schedule activities and logic. Monthly progress payment amounts will be determined from the monthly progress updates of the Construction Schedule activities and logic. The Contractor shall develop a detailed Work Plan describing the materials, equipment and procedures for each phase of the Work and submit the Work Plan in accordance with Section 2-5.3. Any modification of the phasing described below shall be approved by the Engineer. 1. Submit construction schedule, schedule of values, work plan, working drawings and shop drawings. 2. Conduct pre -construction video and photographs, and Underground Service Alert (DigAlert) notification for utility mark -out. 3. Pothole all connections and utilities that cross or parallel (within 5 feet of) planned excavations and immediately notify the Engineer of any potential conflicts. 4. Secure offsite staging area. 5. Mobilize labor force, temporary facilities and BMPs, materials and equipment. 6. Perform all pipeline rehabilitation and appurtenant work of the contract in accordance with the scheduling constraints below. 7. Perform all cleaning and demobilization. 8. Submit record drawings and complete contract closeout requirements. The Contractor's schedule and work shall adhere to the following constraints: 1. General: a. The FM-01 sewer force mains shall be lined before the BC-01 water pipeline. b. Only one pipeline can be taken out of service for lining at a time. The Contractor shall complete all testing, disinfecting, and connections before proceeding with excavations for the next pipeline. c. The City of Newport Beach will isolate existing pipelines from service. Contractor is responsible for performing all dewatering of pipeline contents and proper disposal of water and debris. d. The Contractor shall notify the Agency a minimum of two weeks before the time of any proposed shutdown of existing pipelines. The Contractor may proceed with excavation only when potholing has been completed, materials have been approved and delivered, installation has been scheduled and a copy of the approved traffic control plan has been supplied to the Agency. i. The Agency may postpone or reschedule any shutdown operation if for any reason it believes that the Contractor is improperly prepared Page SP8of34 with competent personnel, equipment, or materials to proceed with the work. Connections shall be made only in the presence of the Agency, and no connection work shall proceed until the Agency has given notice to proceed. 2. FM-01 constraints: a. The older, out of service cast iron FM-01A sewer force main shall be lined, tested, and put into service before rehabilitation of the newer ductile iron FM-01 B sewer force main. A detailed sequence of work for valve replacement, bypassing, demolition, and lining of the two sewer force mains is provided on Drawings C-05 and C-06 of the Contract Drawings. b. From the time that Temporary Highline #1 is put into operation, Contractor shall be permitted a maximum duration of fifteen (15) working days to complete all work to rehabilitate sewer force main FM-01A and place it into service. c. From the time that Temporary Highline #2 is put into operation, Contractor shall be permitted a maximum duration of fifteen (15) working days to complete all work to rehabilitate sewer force main FM-01 B and place it into service. d. Contractor shall accommodate access to the residential garage at S. Bay Front Alley a maximum of two times per day during work hours. 3. BC-01 constraints: a. Prior to the Contractor beginning work, the City of Newport Beach will install a new 12-inch valve along the existing 12-inch water pipeline in Bayside Drive approximately 1,000 LF north of the BC-01 work area. b. Contractor shall cut and install a temporary cap and thrust block on the 6- inch ACP during a 4-hour shutdown duration prior. City will place the water main back into service. c. Contractor shall construct all improvements except for final connection to 6-inch ACP water main. During a second shut down, Contractor shall install closure spool and coupling to connect to the 6-inch ACP water. d. Work requiring closure of eastbound side of Bayside Drive shall be limited to five (5) working days. At the end of each day, all excavations shall be plated and traffic control removed to restore two-way traffic. e. Two-way traffic shall be maintained along Bayside Drive during work within the PRS vault, including removal of piping and valves, pipe preparation and installation of FFRP liner, vault rehabilitation and modifications, and installation of piping and valves. This work shall be limited to a duration of twenty (20) working days after the crossing pipeline has been removed from service. 6-7 TIME OF COMPLETION Page SP9of34 6-7.1 General The Contractor shall complete all work under the Contract within 150 consecutive working days after the date on 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 February 3, 2025 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. 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 1 st (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 41h (Independence Day) 6. First Monday in September (Labor Day) 7. November 1111 (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 2511 (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (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 at 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 Page SP 10 of 34 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 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 $2,000. The FM-01 Force Mains shall be completed prior to Memorial Day (May 26, 2025). For each consecutive calendar day after Memorial Day, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $2,000. 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. 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. Page SP 11 of 34 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. 7-7 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 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 Page SP 12 of 34 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 backcharging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. 7-9.1 Preconstruction Survey. The Contractor shall perform a preconstruction survey of the project site to provide a record of preconstruction conditions. This survey shall include the following as a minimum: 1. Video of existing public right-of-way, working areas, staging and storage areas. 2. Any other areas as directed by the Owner which may be disturbed or which are to be protected from the Contractor's operations. 4. Photographs and video of potential "problem areas". 5. Notify the Agency seven calendar days in advance and coordinate the scheduling of the video so that a representative of the Agency may accompany the Contractor during the videotaping. 6. At the completion of the survey, the Contractor shall present the Aency with a report detailing the existing conditions at each proposed pipeline site, staging, and stockpile areas. The report shall include the following as a minimum: a. One copy of the video in color in digital format. Page SP 13 of 34 b. One copy of each "potential problem area" photograph (4-inch by 6-inch colored photos). c. Written summary of "potential problem areas" and the Contractor's recommendations to address these problem areas. 7. Documentation (including report) of existing conditions shall be completed within 15 days of the Notice to Proceed. The Contractor will not be allowed to begin excavation activities until the final report has been submitted and accepted by the Agency. 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. 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 Page SP 14 of 34 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: Item No. 1 - Mobilization: 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, preconstruction video and photographs, 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, preparing traffic control plans, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K-rails, temporary striping, and certified flag persons with radio controls for Bayside Drive street work. 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 - Sheeting, Shoring, and Bracing: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs required for trench excavation plans, sheeting, shoring, and bracing necessary for the protection of life and limb, in conformance with the State of California Labor Code Section 6705 and 6707 and all other applicable safety orders. Item No. 4 — Record Drawings: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide record 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 established for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of record drawings. Item No. 5 — Utility Potholing: Work under this item shall include, but not be limited to, all labor, tools, equipment, and materials necessary to determine, by potholing, the location and depth of all existing utilities within the limits of proposed excavations, at risk of being affected by excavations, or at points of connection in accordance with the Contract Documents. This bid item shall include notification to Underground Service Alert and utility mark -out, coordination and standby inspection of potholing excavations, Page SP 15 of 34 backfilling of excavations, patching of pothole excavations with temporary AC paving, and submitting results to the Engineer in advance of pavement saw -cutting or excavations. Item No. 6 — Dewatering: Work under this item shall include, but not be limited to, all labor, tools, equipment, and materials necessary to lower or control groundwater levels and hydrostatic pressure to permit excavation and construction to be performed properly under dry conditions, including obtaining a permit from the Regional Water Quality Control Board for discharge of groundwater to Newport Bay waters and treatment prior to discharge in accordance with permit requirements. Item No. 7 - BC-01 All Earthwork, Demolition, Piping, Vault, and Surface Restoration Work at Western (E. Balboa Blvd) and Eastern (Bayside Dr) Liner Termination Sites: Work under this item shall include, but not be limited to, all labor, tools, equipment, and materials necessary to provide access to the existing BC-01 water pipe for FFRP liner installation and restore the piping and connections to the existing system after FFRP lining, including pit excavation; demolition of piping, valves, and appurtenances; temporary plugging and highlining; installation of new piping, valves, and appurtenances; pressure testing and disinfection of new piping; bedding, backfill, compaction and testing; PRS vault coating; restoration of existing AC and PCC pavement, sidewalk, curb and gutter, and other surface improvements demolished or damaged during construction; pavement resurfacing and restriping to the limits shown; and all other appurtenant work required and not included in other bid items for BC-01 work. Item No. 8 - BC-01 Cleaning & Video Inspection of 14" Cast Iron Water Main Prior to Lining: Work under this item shall include, but not be limited to, all labor, tools, equipment, and materials necessary to dewater, clean, video inspection, submit post cleaning video to the City and liner manufacturer for review and approval and repair the 14" cast iron BC-01 water pipe to achieve a host pipe condition that meets the requirements of the FFRP liner manufacturer, including all required cleaning tools, dewatering tools, replacement of cleaning bits, replacement of cleaning equipment from damages during cleaning, replacement parts, pigs, rubber balls and disposal of water and debris. Item No. 9 — BC-01 Installation of FFRP Liner and Termination Fittings, Pressure Testing, and Disinfection: Work under this item shall include, but not be limited to, all labor, tools, equipment, and materials necessary to install the FFRP liner in the prepared 14" cast iron host pipe, including inserting and inflating the liner, installing the end connectors, pressure testing, and disinfection, in accordance with the FFRP liner manufacturer's recommendations and the Contract Documents. Item No. 10 — FM-01 All Earthwork, Demolition, Piping, Temporary Flow Bypassing, and Surface Restoration Work at Western (Balboa Island) and Eastern (Bayside Dr) Liner Termination Sites: Work under this item shall include, but not be limited to, all labor, tools, equipment, and materials necessary to provide access to the two existing FM-01 sewer force main pipes for FFRP liner installation and restore the piping and connections to the existing system after FFRP lining, including pit Page SP 16 of 34 excavation; hot taps, line stops, and temporary piping for flow bypassing; demolition of piping, valves, appurtenances, and valve vault; installation of new piping, valves, and appurtenances; connections to existing manhole; pressure testing new piping; bedding, backfill, compaction and testing; restoration of existing AC pavement, sidewalk, curb and gutter, and other surface improvements demolished; pavement resurfacing, slurry seal, and restriping to the limits shown; and all other appurtenant work required and not included in other bid items for FM-01 work. Item No. 11 — FM-01 Cleaning and Video Inspection of 8" Cast Iron and Ductile Iron Sewer Force Mains Prior and to Lining: Work under this item shall include, but not be limited to, all labor, tools, equipment, and materials necessary to dewater, clean, video inspection, submit post cleaning video to the City and liner manufacturer for review and approval, and repair the 8" cast iron and ductile iron FM-01 sewer force main pipes to achieve host pipe conditions that meet the requirements of the FFRP liner manufacturer, including all required cleaning tools, dewatering tools, replacement of cleaning bits, replacement of cleaning equipment from damages during cleaning, replacement parts, pigs, rubber balls and disposal of water and debris. Item No. 12 FM-01 Installation of FFRP Liners and Termination Fittings and Pressure Testing: Work under this item shall include, but not be limited to, all labor, tools, equipment, and materials necessary to install the FFRP liner in the two 8" cast iron/ductile iron host pipes, including inserting and inflating the liners, installing the end connectors, and pressure testing. 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. 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 Page SP 17 of 34 201-1.1.2 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 203-6 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 Page SP 18 of 34 dimension as established by the ASTM and the ANSI Specifications. All fasteners shall 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 212-5.1 Resilient Wedge Gate Valves 212-5.2.1 General Gate valves shall be manufactured by Clow or Engineer approved equal prior to bidding. 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 Crispin K-Flo, Mueller, or Engineer approved equal prior to bidding . 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 AWWA Page SP 19 of 34 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. 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. 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. 214-6.4 Retroreflective Pavement Markers Page SP 20 of 34 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. 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 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 Page SP 21 of 34 accomplished using 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 302 - ROADWAY SURFACING 302-1 COLD MILLING OF EXISTING PAVEMENT 302-1.1 General The milled pavement shall be paved with asphalt concrete (base course, leveling course or finish course) on the same day that the cold milling is performed. The limits of work for each working day or night shall extend only as far as both cold milling and placement of asphalt concrete can be completed to assure that no pavement is left milled without placement of asphalt concrete base course, level course or finish course at the end of each work day or night. 302-1.7 Work Site Maintenance In addition to the required motorized street sweepers following the cold milling machine, the Contractor shall provide two (2) additional motorized sweepers for the duration of the grinding and paving operation. 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General All cracks'/4-inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas, no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top layer of asphalt concrete (finish course) shall be placed in a separate lift. Longitudinal joints between two passes of asphalt concrete shall be along a lane line. Holes, spalls, and cracks greater than 1/4-inch in width shall be filled and compacted to 95% minimum. The pavement shall then be cleaned with a power broom. 302-5.4 Tack Coat Tack coat shall be trackless. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in 302-5.6.2. Page SP 22 of 34 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by using additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patch back shall be placed within 72 hours following concrete placement. Contractor shall provide field survey elevations twenty (20) feet on either side of the proposed concrete improvements along the flowline to confirm positive drainage. If positive drainage is not attainable, Contractor shall notify the Engineer prior to completing the concrete improvements. Concrete replacement shall extend from existing joint to existing joint. 303-5.4 Joints 03-5.4.1 General The Contractor shall sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches. 303-5.5 Finishing 303-5.5.2 Curb Page SP 23 of 34 The Contractor shall repaint any red curb that is damaged or removed. The curb shall be repainted to match the original red curb lengths." Red Paint shall be "Red Fast Dry", Product Code 181 manufactured by American Traffic Products, Inc. or approved equal. Paint can be purchased by contacting Scott Givens, Roadline Products, 562-404-8889. The Contractor shall repaint any blue curb that is damaged or removed. The curb shall be repainted to match the original blue curb lengths. Curb marking shall be reinstalled within 48 hours from re -pouring of concrete curbs. Contractor shall place Temporary No Parking ANYTIME signs on barricades where red curb marking has been removed and maintain the signs until the curb marking has been replaced. 303-5.5.4 Gutter The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. 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: 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. Page SP 24 of 34 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 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. 4. 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. 306-8 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. 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 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. 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. Page SP25of34 SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-2.1 General The Contractor shall remove all existing traffic striping and pavement markings by grinding. Other methods such as sandblasting will not be allowed. Temporary painted striping shall be placed within 24 hours of removal. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Temporary painted traffic striping and markings shall be lane marking paint applied at 15 mil in one coat, as soon as possible and within 24 hours after the level course, finish course or slurry seal has been placed. The width of the temporary lane line stripes shall be one-half the width of the permanent final stripes. Temporary crosswalks and stop bars stripes shall be full width and shall be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" stripes shall also be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" will not be accepted as temporary striping. 314-4.2 Control of Alignment and Layout 314-4.2.1 General The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without proper striping over a weekend or holiday. Stop bars and crosswalks shall not remain unpainted overnight. 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 314-4.4.1 General The final reflectorized thermoplastic striping shall not be applied until the finish course pavement has been in place for at least 10 days but no later than 15 days. The thermoplastic shall be applied at 1.5 mm (60 mil) to 2.0 mm (80 mil) thickness for all striping except crosswalks and limit lines which shall be 2.5 mm (100 mil) to 3.0 mm (120 mil) thickness. Striping shall be applied by extrusion method. Sprayable thermoplastic striping shall not be allowed. Page SP 26 of 34 If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. 314-4.4.2 Surface Preparation Primer shall be applied to concrete surfaces prior to application of thermoplastic striping. The primer shall be formulated for the intended application. The concrete surface shall be roughened along the thermoplastic striping. The width of the roughened concrete surface shall match the width of the striping. 314-5 PAVEMENT MARKERS 314-5.1 General Raised pavement markers shall not be placed until the finish course pavement has been in place for at least 10 days but not later than 15 days. PART 4 - EXISTING IMPROVEMENTS SECTION 402 — UTILITIES 402-3.1 Asbestos Cement Pipe (ACP) The Contractor or subcontractor shall handle, remove, and dispose of asbestos -cement pipe in strict conformance with all applicable Cal/OSHA, EPA and governing health agency requirements. The Contractor or subcontractor shall provide sufficient supervision and monitoring to assure said conformance. Removal of existing asbestos material shall be performed by a Contractor or subcontractor registered by Cal/OSHA and certified by the State Contractors Licensing Board for asbestos removal. Copies of the certification shall be submitted to the Agency prior to the commencement of any asbestos removal activities. Removal and access to ACP shall be at existing joints. Field cutting of ACP shall not be permitted. Asbestos materials shall be disposed of in an authorized disposal site. A completed Generator copy (yellow) manifest shall be returned to the Agency. Page SP 27 of 34 PART 5 - PIPELINE SYSTEM REHABILITATION SECTION 500 — PIPELINE REHABILITATION 500-5.15 Flexible Fabric Reinforced Pipe (FFRP) 500-5.15.1 Submittals The following shall be submitted in accordance with 3-8: • Manufacturer's information on the liner and connectors. • Certified test reports showing that the liner for this contract was manufactured and tested to meet the standards specified herein prior to shipment of the liner. • Proof of certification of liner installer. • A lining plan at least 1 week prior to the commencement of lining activities outlining procedures and schedule for flow bypassing, inspection, cleaning, liner installation, and testing. • Inspection of entire length of host pipe, prior to cleaning and spot repair if needed and requested. 500-5.15.2 Quality Control Pressure hose liner and connectors shall be from a single manufacturer. The manufacturer of the liner shall air pressure test the liner to design pressure per AWWA C600 standards at the factory prior to shipping to the site. The Manufacturer shall provide a certificate of completion of the test. The Agency or Agency's Representative has the option to witness the test. The pressure hose liner shall be inspected by the Agency or Agency's Representative within two days after delivery. The liner shall be subject to rejection at any time on account of failure to meet any of the specification requirements. Liner rejected after delivery shall be marked for identification and shall be immediately removed from the job site. The supplier of all materials shall be an ISO 9001 certified producer or have implemented a quality system similar to that in the ISO 9001 requirements. The Installer must satisfy all insurance, financial, and bonding requirements of the Agency, have at least five (5) years of experience installing pressure rated FFRP, and installed at least 5,000 linear feet of FFRP and at least 20 end connectors of similar size and length as indicated in these Contract Documents. The installer shall be trained and certified by the manufacturer and shall submit their certifications along with the bid form. The Manufacturer must have had at least 5 (five) years active experience and a minimum of 150,000 linear feet of commercial installation of pressure rated aramid (Kevlar) FFRP products in pressure pipe applications in the United States and Canada. Page SP 28 of 34 Acceptable documentation supporting the above must be submitted to the Agency with the bid. The pipe lining materials shall be Primus Line® as manufactured and supplied by Radlinger Primus Line, GmbH. or Engineer approved equal prior to bidding. Only pipe lining materials in conformance with the requirements of this contract document shall be considered as an "or equal" for this item. 500-5.15.3 Warranty The liner manufacturer shall warrant the liner and connectors to be free from defects in materials, workmanship, and performance for five (5) years from the date of successful pressure testing of he installed liner. 500-5.15.4 Design Requirements • Diameter: As shown on Drawings. • Transport Fluid: BC-01: Potable Water. FM-01: Raw Sewage. • Maximum Operating Pressure: 100 psi. • Test Pressure: 120 psi. • Operating Temperature:70°F. • Bends: As shown on Record Drawings in Appendix A. 500-5.15.5 Materials FFRP materials shall conform to the following requirements. 500-5.15.5.1 Flexible Fabric Reinforced Pipe All materials that come in contact with potable water shall comply with applicable requirements of NSF 61 and indicated by a current listing by an ANSI accredited certification or testing agency. Materials for water systems shall meet the appropriate American Water Works Association (AWWA) standards. Materials that are defective, damaged, or otherwise deemed unacceptable for use prior to installation shall be rejected and replaced at Contractor's expense. Materials damaged during installation shall be repaired or replaced as recommended by the Contractor and approved by the Agency. 500-5.15.5.2 End Connectors End connectors shall be designed to encapsulate and terminate the ends of the FFRP and provide a flanged point for tie-ins. End connectors shall be pressure rated for the application and consist of an inside core, an external sleeve, and flanged ends per ANSI B16.5. Page SP 29 of 34 End connectors shall be epoxy coated carbon steel. The end connectors shall be pressure rated for the application and consist of an inside core, an external sleeve and equipped with 150 psi ANSI flanges for each section. The connector shall be designed according to the pressure of the FFRP used in the rehabilitation. The end connectors shall be installed according to the Manufacturer installation specifications by a trained and certified Installer. The FFRP and end connector as part of the lining systems shall be from the same system manufacturer and designed and tested for compatibility. When tested together, the system shall meet or exceed the pressure requirements of the rehabilitated pipeline. Bolts and nuts shall be 316 stainless steel conforming to ASTM A193, Grade 138M for bolts, and ASTM A194 Grade 8M for nuts. 500-5.15.5.3 Polyethylene Encasement Wrap buried ferrous metal fittings in polyethylene encasement per 212-12 PAINTING, INTERIOR LINING, AND EXTERIOR COATING. 500-5.15.6 Installation Installation of the FFRP system shall be in accordance with the manufacturer's instructions and the following: 500-5.15.6.1 Cleaning and CCTV Inspection The Agency shall furnish water for cleaning, disinfection, and flushing at no additional cost to the Contractor in accordance with the General Conditions. The Agency shall also provide a location for proper disposal of water after use (e.g., sanitary sewer, etc.) at no additional cost to the Contractor. The Contractor shall be responsible for transporting water from the cleaning site to the point of disposal via a vactor truck or similar means at no additional cost to the Agency. Under no circumstances shall be disposed of in a storm drain or waterway. hall be disposed of in a storm drain or waterway. The Contractor shall remove all internal debris and tuberculation from the host pipe line that will interfere with the installation of the FFRP or be detrimental to the final product. All obstructions and protrusions shall be removed that could be detrimental to the final product and brought to the attention of the Agency or Engineer prior to the FFRP insertion for correcting. Internal repairs or removal of obstructions or protrusions shall be included in the bid price for FFRP liner installation. Page SP 30 of 34 Where inspection reveals an obstruction or protruding defect or host pipe failure that cannot be removed by conventional remote equipment and practice, a point repair excavation shall be made to uncover and remove or repair the obstruction prior to the installation of the FFRP. Any point repair excavation shall be paid for at a negotiated additional price. If any host pipe failures have occurred prior to the installation of the modified FFRP or are revealed through internal inspection that would inhibit installation or the operation of the pipe they shall be recorded and brought to the attention of the Agency or Engineer to evaluate and correct as necessary by external or internal point repairs prior to lining. The inspection video and logs shall be submitted to the Agency for lining approval. The inspection video and logs shall note the locations of all bends and appurtenances and confirm the adequacy of the cleaning and removal of all debris, tuberculation, obstructions, protrusions and the confirmation of radius of bends within the section. 500-5.15.6.2 Access Pits Construct access pits at the beginning and end of each rehabilitation section in accordance with the liner manufacturer's recommendations for pit size and depth. for pit size and depth. Trenching, backfilling and compacting shall be in accordance with SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION. Dewatering shall be in accordance with 306-5 DEWATERING. Shoring shall be in accordance with 306-4 SHORING AND BRACING. 500-5.15.6.3 FFRP Installation The method for installation shall be the modified sliplining method per AWWA M28 and be in accordance with the latest edition of the Manufacturer's installation manual. The installation shall be performed by a trained and certified installer. Contractor to control flow and bypass pump as required. Contractor shall seal the FFRP at both ends to prevent intrusion of water or debris during insertion and pulling through the host pipe. The FFRP shall be inserted as follows: The FFRP shall be pulled through the host pipe between pits using a winch and steel cable or rope. An anti -twist device shall be used to prevent the FFRP from twisting while being inserted. During installation, pulling forces shall be monitored and logged and shall not exceed the that allowed by the FFRP manufacturer. Page SP 31 of 34 The use of a non -toxic lubricant, suitable for drinking water if required, during the insertion is required to reduce friction during the insertion. The lubricant shall not support the growth of bacteria and will not adversely affect the fluid to be transported. The lubricant can be swabbed or sprayed applied or by other means. The FFRP shall be reverted to its original round shape using forced air pressure when applied to a rubber flow -through plug. The pressure shall be contained within the FFRP by a rubber stopper plug at the termination point and processed in accordance with the Manufacturer's installation manual. Internal pressure shall not exceed 14 psi. 500-5.15.6.4 End Connectors Install connectors in accordance with the manufacturer's instructions. 500-5.15.6.5 Pressure Testing and Disinfection Pressure test the liner between the connectors before connecting to the system in accordance with 306-8.9.2. The finished lining shall be continuous over the entire length and be impervious and free of any leakage from the pipe to the surrounding ground. For potable water applications, disinfect the liner and connectors prior to connecting to the system in accordance with 306-8.9.4. 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 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. The Contractor shall complete and distribute the notices. 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. Page SP 32 of 34 600-2 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. 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 all establishments whose access will be impacted by construction operations, particularly sidewalk construction. 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 submit to the Engineer, at least five working days prior to the pre - construction meeting, traffic control plans and/or detour plans for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. The contractor shall provide two certified flag persons with radios for the work on Bayside Drive that requires a lane closure and flagged traffic for the duration of work in the street. Traffic control and detours shall incorporate the following items: Page SP 33 of 34 At a minimum, the Contractor shall maintain one lane of traffic in each direction at all times when completing the work or provide dedicated radio controlled flag persons during work hour all times. Temporary striping may be required and shall be shown on the TCP. 2. Sidewalk closures 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. 3. The Contractor shall provide and maintain all signs, barricades, pedestals, flashers, delineators and other necessary facilities for the protection of the motoring public within the limits of the construction area and all its approaches, including advanced signing and barricades. Contractor shall also post proper signs to notify the public regarding the conditions of the roadway, all in accordance with the provisions of the Vehicle Code and the "Manual of Traffic Controls for Construction and Maintenance Work Zones" as published by the State of California, Business, Transportation and Housing Agency, Department of Transportation. 4. Portable delineators shall be spaced as necessary for proper delineation of the travel way. The maximum spacing between delineators shall not exceed 50 feet. 5. If the traffic cones and portable delineators are damaged, displaced and are not in an upright position, from any cause, said cones and portable delineators shall immediately be replaced or restored to their original location in an upright position, by the Contractor. 6. Should the Contractor furnish insufficient warning and protective measures as above provided, the Engineer may direct that the necessary warning and protective measures be furnished and installed by the Contractor, at Contractor's expense. However, the Engineer shall not be responsible for detecting the inadequacies of the Contractor's warnings and protective measures. Public safety by furnishing proper warning and protective devices shall be the sole responsibility of the Contractor. Page SP 34 of 34 o <i g�s 4Gpo HBYQaneWPi5W=N l lA oOs f o� 8�o o; o `< •< i= �a ��� w� a a 3 §F m _�+ o'aa �W' of a� 3i" �< vgo gg < Q 1. s Y aF "� qq qq 7 z< 'm^9�nu �� < o "F o ?�z cFiS dig i zd i. C3 a a a w y5 2 ^$`r� s" g zooBmbl �� ��8 ag 8� oho <8 g g w "- L)rz Z mo umw �, �i gi s� F"F i�� y�i �— y I �i_¢ a 7 o c� _ �Q w a 6Fw g�i �a go zgc4�ZZ ?¢aF gmBi oo� gm X ZzZ cpo qq a b z w� �°d U" O20 <O m g 8 Hm< 3 w O F N N O W SgSm� w RUM W Nw8 �� � wow 3� 0 m F� mpg <�` o� Z s o o i F w � �r �d NULL o�oza< €g RE.. z- `s <� omN � w Z� •za Imo? o S "aY3 osa 88 o�tl$ iw �oi�o w a g < < m ° �0 z 3 El � w s N a z U U �� �<� g F� �` z _ w a oU Fo z 500< p� � Z7 �n �i.3 f 3 3 3 z m" b8 PRO c3" �8pza 6aa�•" 2 g �__` s w" v� 1. gpswa owx 6,>.s M� �s o�w �� "w <�_� U;g o a a a a a 5215� ��"�� a= _� - s o o Qom, ``B�N o mS £g axx Zo: gm " �oF s �5 fi � F oa�V 7"s�o� asU 'w O _ s _ S _ O o 6 wi� g QI _< N i m l I I I w w�2 �oFz� �Fm Ys9` Go�� z� Sg �6w S 33 � �"6= Fz bg in ��Wo ���� 5� * ��b 2� $��� ;�� 30 S r s o a o 3 8 66 ygrg <��iSffi 88 �oo < � <8�=5 -m R£s� < 8� oz d d d d d d d d Ei83 �868 g s e U�S N v4� 09 5W o �- �wR 0wx mCl) F W Z a W z z N j QO A. g t R 9 ca ./ L) C CH N (D z w w fL� V1 �QF-z N \ I2 W6$ ti w w Y� CJ w Z i a O Q w z a \\ l o Q�s 8_ "s (D LL \\ J rl f4 w 41 g iuo 6i � n ,, N z o F 9a gm� U= wNo anwuxnra rvoexon � _N \ ||■2 �} , § §k § # ®1 I |§ S r! i m, ■ e �� § = d § �� ; !| s� S, » s ,£ § §!>§ § | \ t ° ( \ j| is e W. IL E}/}\ƒi$$§22Z2=� m �¥�§ d� § P � §� : � § § ° � §§ � • ( j \ H Mua Ra HSI /ng -Mzl\/\-.3fl / b \\a&2a/ 3@22 beaab32z3 , � § i �§ §;, ))||§|§| &§|*� | #2 lPm�) §,�,I } u§§|k�z§§Y§)§)§§§|§§| \ 0 a o o 0 1 w I e..e..;. �i �11TII li T �°°� ' ]il illy}II .!°eYnw wtlYZ �LI - K/BL/Ol b.P'l0-]B - LIKI\u61ve0 soil vnwl.d-\OtlJ-9\Iwwwnld.tl SI6 vy°ry u°Iwl�w.y eulvvop n°B - ZIKI\Woeg ImweN\auy..u�..! to N - F r Q UJ Oa^i a C9 Ll « Q oCF Wm /ji Ua EL w2o. 3 0 w 10 =v,pa..v ,vT w+yev i..v x d J — Q fn t7 2 ,, 3 oZI 1,2 Q o a Im I i „ I c Q C: ,Ltytl Y U m \ k ti W I` QSV o Y1------- o �1 8 I I � Yao LY e i I Q�LL Q � s zo 8 7�>il n 1 o — 4 w `: =� �---�— p Z. 5, d ,lerrrf , ,iv3 ; n o i �O O owLL °u Z. g 8 4 0 <peVnu +m00:11 - 5i/5i/01 6+P'10-]B - 'i 6 Z nNg a g e Z=m t3��ai iV aga =�� g oAY �— �s J a m8 �6 ie F o Sg a = e A ga ggiaai -P ffi� m €a o z :aa o1 F" m baKg g W. "NE. i z �F:e xkl ib g;, mA 6191 61 <�F SSogow �-z z �mw � S'�p° k g<a �iw ��w w g H Zao �G O irc ig � Iizz i R. 54 io: z 0 S 0a E) 1 w Z� m 0 1 Ro aom U I 0 OJ Zo Q� a w U m s# QA-18 VOMV8 3 N 6 \ g a�N �zes oo? s z� B AYSIDE �R _ I Q•^ NnQ e� „.------------„ �YN O ;3p Z� x0 I 1 U ❑ 4 z O N 4 Wi o U N o Q Q'd al m W412o Q Z N r = CL x ULU'di W� 0 < W p N w 3 0Wo 3 ow aLL�: m?o U� oa U U) 2m U m� � a E Z O U W U) J F W Z O H J o O' g W• aCa� m �- z pS o�z n x Y's3 W C - �3 z 3 Q o0 ow NIIyo- J � �o W< 3N ❑ M ohm �a3u ao bm �o of w € Rz <exw 3� <o�m ao Na N-NN ON oZ w 0 __ RL. N z- F> a� r r n.NN� m ✓ R/W� W o a 5.6 Qoa o o z �__ Wa wN�•'orc zN �` joz oa "'o v�fV wOU wN WW_ �F o ^ jz o _ o2 NNm m2 Za �=�W ry J P. mein U N N U z n? a„a so ��o h`> , u uINoa >t zw `zFj� a z�o u�Qa-o 5� a.oa 8 < "szm z Im ��3u o V*5<. ?haw o iN jNa� z�z I\ _� - < QYuj �� U O o' Fay 3�g`�m '`�' w< jW o� iN � �zQ:M!.- �m �� as<waaai c�, 0oNo wm Z 51 o x w wow" o�' �% -w m oi• Nrc ow'" a N1 �<o W,- w� au g192"o 9�x��rnwaQ � i9w��a -z oa; w O �«oo o�yi� H ma�N ' m. _o �Qo z000 oa Zo 0�0�� "''o uN ^iawzaNBrc sN�Nni%o�Qo c O 7uU�O'Fg%iaw_za -'w F 3oi odJ o`'ewan oQa Ku2�22 rc�~iQ222j3 3w3Nti °diozojo^g�[oFi n z,cdaz_ w_z�w<o�zo z.� 1N3Y135Vi__ 34YJM l9-M. do 110 ..1 X3 ry U �x =a z. z- 1z0 w _ Z OQ <Gw �paOp uUQzmaa Nwz tiN ao oo od<oNo �m�zFji ao� F C 3 3N% V wC Na Na �� �waw OZ O in�ap aw av�o 3lwarc awi H z.,gz7i v�i�U �F ON N� v�i¢F bjU K zi•+zarc_ N NN �rcrco zoiam���u cocoa n1¢ u�cNiuoiw zoivai ` \ 9 a(a O Q a O O O 0 O �3 a cN '�a FaLL =sw - J Ifl w o�a �m =m im wYOG� um;o is Wmzo g12g �o�r y WF.m u �ia zz wa � Ov m� �C W (n GGG m F, m 'J' z F � w RRH w II m � co o9a w €� W x 0 8w (H) a z 2 4 moo: U rc m z w U 3 LLI t < n W z "w10 - N o O J 2 Q o o t V i a 3 a T= m r K U rnZRz K o xz� Zg3. °ay Wo �a,R LL3 z >Oj ~a - as u LL r m U Yh dssm - •ZAZA, s•a �a-nd - znci\�ma ••n ••w+d-�mo-cUrw•••is•n srs ••i•n wi..i�••u sw•••° �•e - aun\w••e w�•N�sw�•vs.� poi\•»•ff•�•woUw rca\\ Vie••��� ��'� 4 _� o Sig ga� Y saw U"•a io Ci=t� >a u$��a ' 9 j i U O m za m$ i55 M a `pfi$:¢w° $� �' g m� 12 �° ifs �`- ifs �° °c = a of x ~ g�6a fi��f�� �� G� 8 Z $S= a� �zE$ aKa $s$� "� K a� ��'� i m� <S w ¢ y, m g Z ME bw >' 5�.1€ s .•�' c� Z 4a z a a '< xul $'2W_ °� 6 JSaSm �° ° S g H o O bong xR $eg o S ... a $$� $�i� "AS S og �% Z� 8' N z p <� w rc j gF o g€ & a aaao if Bob o °ZW s� a o g i mob!`<$ °D Cw7 zLL 0. Z �m ��: G S- �� w 6�9�� o€ $b a i Z.9 a LL w r O G°�d €° i3o'Glo$ Goy �e°a»: �io� �G i -� m U z<ss < z�z° a rcoLL = i _ d .i . •5 �A,t z O 0 0 00 0 0 b z_m /m° v w tS d — O 6 EL Ira �_ oe121w Y IE �g�6 a 1Ia I�am U ❑ z u, I 3R N � l a a> wow 'Z'z s.o-.c m o mm I w> z�Z 1 a Wg� L a oGLu a � w w < z m C _ w Z71= w —s- -� -Ir-- ea E BAY FRONT - - - _.---- AwS ZS > 05s _ _ F ° WD, \ \ZS W O u �W W q i' n. m1O a O w 1s �a n 'El II 1 O (D" 1NW o e ' �� O� two:I m I zz 0 0 ID J 0 6p v �g I a 3^n I �aN wp C„ z Im - I I bs o I$ s A-S / =x > a §= I I ii r l m m ° �Wa = ww w 5! _JuM _�_I z 0p'�;I so � o 3� 6--bE2 '�'LSS a o DA6 �z �s m 8 ZfE UN- F < gbLLz � €a Wg6 o g �S> a '-o ne a 62°$� �a' ag d w$a° 'alb $=< �m 2. LLwg�$°'-"r S'� _` ;g �awiS21 bo <° = i m �SQSa m€ ggm�oA�> '°i m S°�m� vaa blb`a. = wBa S aq $ aso� �o> > iS 5ss g2 � jm�>g Z q b< F �N o iiGf �jimoG'= "�> � � � 'im Mir sso�o LLb=93a isWd5�3CNN � o�<� g<�o=g$ _$� =s ao o��> �a =gym amR 15 0 0 0 �E 0 E E0 0 lLVYnuv -I.:1 - Ww/.' 6.p'lg-Ylf - ZIY[I\ufil,v0 ..1, vnugti \WJ-9\Iwwppvltleg gry5 calory uvivlu:uv.l 6ulasv9 Rog - Z4K1\Moog Ine.eMfiw.eou6Y3pvvp\\ p a W ZD U K O O n QZw W O ur zFQ 6 Do Ua O m Y�a1oZ 2o�,daa �U �¢ a W o U 0 N - wu F ai9 � o u n _ ww r'�wom z ��� ��€" io> �xz v m U��z F" u 1 m ^i arcia 9i ion- _awF 1'. p N tl In1O 0 \♦ u�QU ow -aaw Wotfw rcG ;I m c) Orz¢ O o �o Z Zmaz W z 22z6 F> W' mom cp �Na anx I I mq� _ x z rc¢iip�, a Z. 6 a i2i i owa 3��oWN ��^ -t� a m a¢ �� m D I i f \ ^7 om m w f wz ]� V\ O U� >> �icwi `ci >�ii�G SZW>���i 7j m (7 W zQZQZ I-pd % 2pgm QO .m�� w2 aU o € goa- yJ a.-tl'iF� - ip a o fn g KZ 0 u z i Q 30/$�V Z) mmW _'mSFx ;o� �uoa w Qoa omo i%zo _� aa� rc a. W U a w a o �tl oa ❑ 3m pia= ui O 9 �\ ` yRy'�� '��� `aS� <�j� 2 m 2_pa �oao�? Ig �o �N v CW9 �o z o Cww ar Xai c+ V fw d a� Sw boo m y ��Zw LL3 o -'_ou .zw I m Zaw Z "'0' _ : ���x Qa�=a�k' PEZ-.1 g3w =` gN ✓ n U m�� wd �a c9 �� m' �tl= oewm�mapw w a4 4Zo �a o w� x� �W�� z Nrco FlN LL W cpi U z 11 w e 31'0 3o �mo�ae coz wmiN z ❑ Z �I 1wz cz 0 1 ; \-Ly p� I (2) m« O; it g [ �� wI w a j g I o=s o p n Hl d E o� ;wmm g 1 111 CF m% 1aw ♦ ❑ � zwm u ♦♦♦ w ❑ z I a 1 ,1 60 , 1 6 1 1 0 Z ❑m uw m rc 1 w EX. 10' EITY F I - u I 1 NEYROBT 1 , y BEACH EASEIdETIT 11 , a ❑ /1 1 za z z 1�0 �. � I g_ w� 1. 1 q> w " m a I 1 ; omU w Z 20 W ; agw I �m jZ 1 II o�w z W 5� �ma F- F= Q U^ mUF �Ip [.L�n 1KN w z � Z'- r 9a Q - Z1. w Q€s wz ON $ a 1 w , as 1 z EL W S _ ` ❑ Z JJ m1I; 111 2� ❑,1 ❑ 1 J n\ ' W am 1 Z \ Ei Fm X. II ; a N W�� Bcmi ❑ Oom mo 1 � 1 ><tJ ♦ � m 1 I , 1 , _ I a j 1 , � w ' A 1 � w 1 1 1 [ 1 FAVVnm =.aai - rz/so/zt won.ess-a - zusq.anea ..n .�wPT\P/]-9Vuumaolbtl SRS eyell uePvlu�uil bNemJ Fv9 — ZUf I\WvrB Mvv.ap\eWveyev3'IOq:d o o n 0 Z. 6 wU a R d' s 8 W por ? g cn ` Itlbiz g L d w a H d o 8 m LL d<R< �` _ _€ m 8 0 r3 8� RS 8 m R N oa�o z3. ff� a m i 8 8 vw 0S2 ul B Q. o � '� B B �0 ' B Wg nN o �o z 8 oQ Uis ff$� mCl ! * i� om �o i �d cf) Z s =_= w a4��ss a �� ms o o �g aF "- o g� R�R�«�wdw�g8"a Gi 3 G�a m S� - W OQ 666Q6 0;6666U a;6®6 0 @® Z ®N n i vi m r a �_ m r Bj-- I I * I I \ a fAu I 0 �a W T J-.s = =a I = I 'I n \ I a \ *II F71 3 < �i :F.01,1 o Z 5 O� U n e W % W is z is z 6 z yyI s S i W < U •� 30 13 �l 0 „ FN 9 _ o C I • Lp^q�w w401 - 1Z/[L/LO 6°P'•V•�6-(I - 21YR��P•0 •Wl •^•Yd10Y]-9\Iwwae�btl 51fi •Wow wivlWwaL Euwroq (e8 - LUCI�VavB V^�•MLW�•WLo3'101�•Pajm�^1^P\lul'MP^P\� r 4 u� 1-1 J < o y== U a X d U- OLU 0 LU mpg 7IS 10 LU V U s ] u J s� oW Ys �- m s I l l i i F in a o a s wurrnw Lsavw Q �& 3 ¢> u IE a< U) m gq ° e ZO�6 $$ o 3 m§ r Q Uwl 8 W d rc U> m r« �. H a H r H V) Y- 0< N n'� ` e e 8 0 Q S S 8 �@ �@ 0 N Q o Z CV g mo' <o J �g m� LU Gq g 3 z 5t:,=, F 1 .LF 3 S o2 rJ Z Fi 3�8 F`O O 2 F _ s___ F __ v_ ° o _v _ w _� a _ w i a e a J w J Q Es Pb o >>LLag �gs�z o K o O� UY W as O �� a Q wLL �� s �INN e s �� €e d za Q 3 A au as {n Fn o �F< zg ayWW W '�a i z � L{R RLS � fi J -zQ ouBa Ba �- a CL �l W oeaoss0so@ a LU HMO mill $� U) � Q 8 " �a� 0'. 9� sag0== ��"s; cw ag �< €offaZ.oe a€ N � a r) Z LU a- a- Q W- 4994-5 Bef. I OF 2 oL OZ OL � __ _ oG4dyoG H W - 5004-5 exr. 4 of to 3 o } � W �t ma j� ��vmas .six3 �b J ry. a +# n � •r aa� h � aN ' � � � � `•o a, W w Fn n di k _ 1 r N l tkf� �7 Z Q e w V I virrs via `V � � Y � pju \�a� Z - „\�• A y �„ L — 'e`o e ZS�4� —r °v � nk' i�il 1 Y io w ,�1J3d•LS--lv-wi ; .r :7AV - 377/A3S vp • � �, 3 i � x ' 1 I R+ NQ h �m 0 do ,� O Irl w-mu,�'/aa°a y. N F z o, � I 8 $ I II n� 411 U z 0 U 0 7 W �3 Ir-- —�" z j z 0wa <W W �$ U j = z0U c amp g 0 w z; mw o m ¢ O � [5 Z m = N z a: 4�1 In °• u� sF _ < mLLo -P5 - 8 y8 sm^ ea:€ =6�'2 "re�i Q 8 s: se z°°Pry z°° Wei -� -� in; _ _ u T - _ - im! p�oamm �°S h 5 _ All � 1f Ma .lh M E" Eav' R-a .4-6 _._ ° ° �za �P- " _ IN: Swam= RS"^ _'�J9•E Jo�°,. A p, SS a o z° dLJ dl'e �mMAIN!_� uu°a a giv' MGM _ °.mah• 8 gm85m obi x 1021 ° _ _>° "cam ° `m,�o mrSi�s my Yes ��_�Y ` _p x-jbnn =-^ k V "oYhm _ L mo _ c rTN �i_ S. �La o�N Abu # _ Som - me L`oohmu w'aum�c 05 � 11.11 ° gil gh _ .n '.t"' - - S 5 Ra m§p.>€ 8 - z lul e�'q'"° mkxd_- €a vea' _= �- •g rn oc INI - - - - _Y1 L: ae - - - - 3;° _.` A - 8 = '"u $ ... Pu��_ J P9 w•o 3� "ys£EN MARTIN - - _ Jas �..m Win _ _ p T{= .2N aR�_nNN SoS�3 `ns�S__=g$€ _ _ _ _ 'asm �W °�muS�PL ia's5P m =EUP! MHz 600 ut Cluj Ho -win a'°'=- it °. -` - ` `hSa`A-_ edr�'.'���w�'F�`oa =am `°m°L m x x x 53 h`m.�UM, x P S P �A :bin SL$wi W 5 5 5 5 5m 5z MUM, eu !no m aw Ego��e amm ��m`_mo s�°m= o' o•= 3 Q �� �` �zm c Qm �6 ������� F®©® �u �n �> . Q°_ ®J S-P •8 5 § XI 501 PIP AZAITITTLT z hillIU HIM20 � vU�' ice► o�w^a 1 y/� / 1 c OZ cd I 4 LL I 1 I I •; ,' SIRE ,,.' '`\ sg — W 09 I \ \ \ N I \ \ \ - NouvnNUN03 UO3 ZL 133NS 33S W- 4494-6 ---- - SMT. 1 OF 1 as 1$$Se N 44 ix4eto:1'e6r -L i7 �ffr�ump I I c±`J�Lf r 9/ ---071 oa ?era R-Saal-S N-/Z13 euerrL .f is "F t s � � l 1 g,y i�v � r t 4 �t � zc � •r. P 's" h7 >;rf�..?+�" � �r> # ; s.� �, � +"�1�,z '' pp,.,r�1,,�. .z•ty�+.�,� '�. fly LL - - - Ik _ I ❑ tit 3< _ _ • � ; tt 1 TI I I r : , I I i I ash- , : I 1 .� —I w , T -i --- - lN00.4 ✓,�° 3 UU d I ❑ S� . 2 CJi Z t S- 503a-s syT � oa i g i V X U � 7 � tQ 4 v It � I ✓./ � ti W m �� r lis, v J al I J }. •h L� 8NT- l- n x LL it 4 w L-• w m ■ w 1. oa s 2 — t i I I p a I g RL ! I I ! ! ~ c a I I m WO h \ I 2 W l gW it I I I o CD U W I I I• �� � V1 O� zQ \ Lt.la w 7 W ` NZ Uw j 3• II j I i! h i Q �•y, I I it I it I I v z c� N w1w a8 Rl I II li I ¢ y¢j W In 2��yF2--� I i pp i� zz F yyaa ° Rii z W � � � � 8mti8 i'I ii II I I I I I I I \ H El MEN] El 10, Rill -- ill I dill Q !' ! 6 133HS 33S N M >' Ali 1 'i WOO-9 V1S 9Nn Haim I I !I I :I I I•I P it 1 ! i lu I JET��— W I� xi �Cw wii�w C�F �?Wx2 CWC 1=iW� WG 3Fi-� Wid x � N li Ji f I I ! I! I � I IEt I I I!I /ij I INI III -- Ili L—lii 'tl i III III I III lil I III lil I III lil I I!I I III I III lil I I!I li,l I hl I11 I lil I I 11 I rl I O Q 0 W� W ti