Loading...
HomeMy WebLinkAboutC-9924-1 - Irrigation Controller Replacement Phase 3CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Before 3:00 PM on the 9th day of October, 2025, at which time such bids shall be opened and read for IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 $720,000.00 Project Estimate Approved by James M. Houlihan putt' PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids-com/portal/portal-cfm?ComDanylD=22078 Contractor License Classification(s) required for this project: Minimum "R'; "C27"' AND/OR a "C10" For further information, call Kevin Pekar, Proiect Manager at (949) 644-3069 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 IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S) ................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................................... 10 NON -COLLUSION AFFIDAVIT..................................................................... 14 DESIGNATION OF SURETIES...................................................................... 15 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 16 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER.....................................................................19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIALPROVISIONS............................................................................................ SP-1 2 City of Newport Beach IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 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; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening. The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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. 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, 3 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. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Cone Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Pair 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 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 4 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. The signature below represents that the above has been reviewed. 1074243 A,C-27 Contractor's License No. & Classification PW-LR-1001102935 Expires 06/30/2027 DIR Registration Number & Expiration Date Superb Engineering, Inc. Bidder A President Authorized S ature/Title 10/09/2025 Date City of Newport Beach IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 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 Bid Dollars ($ 10% of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of IRRIGATION CONTROLLER REPLACEMENT PHASE 3, Contract No. 9924-1 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 2nd Superb Engineering, Inc. Name of Contractor (Principal) United Fire & Casualty Company Name of Surety 118 Second Avenue SE Cedar Rapids, Iowa 52407 Address of Surety 800-655-7942 Telephone day of October 2025. Authori Z>od gnature/Title Authorized Agent Signature Ricardo Crispin,Attomey-In-Fact Print Name and Title (Notary acknowledgment of Principal & SUretV must be attached) A CALIFORNIA ALL-PURPOSE ACKNOWLEDGEIIAFNT "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: County of California Ventura On O I a / A4�5 before me, Susana G Rodriguez Notary Public, personally appeared Ricardo Crispin 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. SUSANA GUADALUPE RODRIGUEZ Notary Public • California Ventura County Z ..r ` Commission ; 2484243 • . o. My Comm. Expires mar 15. 2028 WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLES(S) ❑PARTNERS ❑LIMITED ❑GENERAL ®ATTORNEY -I N-FACT ❑TRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 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 D County of VC;-_jj de- ss. On 16 e ri , 1-5 20 Z s before me, JeJc 611-1-c, I 3f i I? Z cz Notary Public, personally appeared 6-S.4)C\ r l G, , d , 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. _ DOSE SMAN ESair+ozA Nctarye -California IL z Riverside County Cemmissian # 24162414 445 My Comm. Exwes Sep 1, I026 vje �gnature (seal) OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Thumbprint of Signer I Check here if no thumbprint or fingerprint is available. *Please see Notary Acknowledgment Attached ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 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 (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 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 M. (seal) gu(I UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department Uf UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duty organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint KEVIN P.. REED, JESSICA GARCIA, AARON FOSBURG, JODIE LEE DONER, RICARDO CRISPIN, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 1st day of April, 2026 unless sooner revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attomey-in-fact. 1111,°I,,, IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its ,,,4F�'"°"N�r, IN vice ; vice president and its corporate seal to be hereto affixed this 1 St day of Apr i 1 , 2024 CORPORATE 3% CORPORATE 10= 3ii26 �F•: �, =z 3= ,uLYz; °;i=_ UNITED FIRE & CASUALTY COMPANY =' sEAL SEAL loss ia9 UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY IIIIIRI1111\\�` `10��`• ""'llllll1111111101 State of Iowa, County of Linn, ss: By: Vice President On 1st day of April, 2024, before me personally came Kyanna M. Saylor to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. o OAr m Judith A. Jones Iowa Notarial Seal Commission number 173041 NO Public 'wlrr. My Commission Expires 04/23/2027 mrY My commission expires: 04/23/2027 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In.testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this, 2nd day of October 2025 s�.``4e�\1N°sa,,yi `V�F\C INSUy,' -_:'C �'�� Qer.4�PPOggT :O�s �p CORPORATE gz `g• 2 �VLY 7� �0:o' 'By:��r�,-J"'/,[�'' G7 a= S�$ =s SE '., °yam` AL - EAI. 2Z•.,p P.•'2� 4 w IF Assistant \�•�````` '',''�PBSiEfl TEf'*\�`` ���i �• Assistant Secretary, '�nlruan+"• ",mRRnaa\P "",l,°RRRu„11O` OF&C & OF&I & FPIC BPOA0045 122017 City of Newport Beach IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 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. Superb Engineering, Inc. President Bidder Authorized gngnatureffitle M City of Newport Beach IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name Superb Engineering, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 1 Project Name/Number _ Maywood Beautification Project - Project ID 7101 Monument signs and associated lighting, concrete work, tree planting, landscape Project Description planting, irrigation, and electrical work. Approximate Construction Dates: From January 2024 To: May 2024 Agency Name City of Maywood Contact Person Rudolph Rodriguez, PM Telephone (gog) 59 -8599 Original Contract Amount $ 830,331 Final Contract Amount $ 945,328 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders, Extra Work 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 10 No. 2 Project Name/Number River's Edge Golf Course Project Description Install of new Irrigation service lines, sprinkler heads, and valves Approximate Construction Dates: From March 2024 To: August 2024 Agency Name City of Needles Contact Person Kathy Raasch Telephone (760) 326-5700 x126 Original Contract Amount $711,487 Final Contract Amount $727,302.17 If final amount is different from original, please explain (change orders, extra work, etc.) Owner initiated change orders. Did you file any claims against the Agency? Did the Agency file any claims avgainst you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number Las Lunas and Calle Bouganvilia Retention Basins Project Description Irrigation, Planting, Rock Approximate Construction Dates: From August 2023 To: October 2023 Agency Name City of Coachella Contact Person Alberto Rodriguez Telephone (760)501-8107 Original Contract Amount $177,039 Final Contract Amount $173,105.00 If final amount is different from original, please explain (change orders, extra work, etc.) Owner initiated change orders. Did you file any claims against the Agency? Did the Agency file any claims NO inst you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 4 Project Name/Number Landscape Rehabilitation CDBG Project Project Description Demo, Irrigation, Planting, Rock Approximate Construction Dates: From February 2024 To: March 2024 Agency Name City of Perris Contact Person David Morones Telephone (90 44 - 55 Original Contract Amount $185,498 Final Contract Amount $204,011 If final amount is different from original, please explain (change orders, extra work, etc.) Owner initiated chanqe orders. 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 Reclaimed Water System Install PES, RHES, GMS & SAEC Project Description Convert Potable Water Sytem to Recycled Approximate Construction Dates: From May 2023 To: August 2023 Agency Name Temecula Valley USD Contact Person Greg Page Telephone (951) 506-7929 Original Contract Amount $573,770 Final Contract Amount $578,176 If final amount is different from original, please explain (change orders, extra work, etc.) Owner initiated change orders. 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 12 No. 6 Project Name/Number Desert Willow Perimeter Landscape & Lighting Rehabiliation Phase 3 Project Description Irrigation, Planting and Aggregates Approximate Construction Dates: From November 2024 To: February 2025 Agency Name City of Palm Desert Contact Person Shawn Muir Telephone (760) 776-6481 Original Contract Amount $ 1,031,528Final Contract Amount $1,031,528 If final amount is different from original, please explain (change orders, extra work, etc.) N/A 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 Contract ' curr t financial conditions. Superb Engineering, Inc. President Bidder Authorized ignature/Title 13 EDUCATION Estela Candelario 1052 Oregon Trail Banning, CA 92220 Cell Phone: (909) 262-4626 Crafton Hills College — Yucaipa, California AA Degree in Liberal Arts Indiana State University B.S. Construction Management June 2015 June 2018 EXPERIENCE President May 2023 to Present Superb Engineering P.O. Box 3036 Beaumont, CA 92223 < Managed annual budgets. < Implemented pricing strategies that optimized profit margins while maintaining client satisfaction. < Directed day-to-day operations, including project management, scheduling, and quality control, ensuring on -time and on -budget project completion. < Identified and pursued new business opportunities, resulting in a 40% increase in the client base and a 30% growth in revenue. < Established strategic partnerships with key industry players to expand service offerings and geographic reach. < Cultivated strong client relationships through exceptional communication and problem -solving skills, resulting in a high rate of client satisfaction and repeat business. < Managed project timelines, subcontractors, and quality assurance to deliver projects on time and within scope. Construction Project Manager January 2022 to May 2023 Urban Habitat P.O. Box 1177 La Quinta, CA 92247 < Responsible for budgeting, scheduling, and contract administration < Execute all pre -construction, construction, quality control and post construction responsibilities < Monitor changes in scope/schedule and secure Change Orders, as required < Process/review submittals, shop drawings, etc. < Manage close-out: O&M's, warranty/guarantee, As-builts, etc. < Assess work being performed to ensure all contract specifications are being met met < Collaborate with participants to determine product timeline < Account for complete project lifecycle < Successfully manage more than 16 projects simultaneously < Anticipate, recognize and identify key project issues/problems and establish objectives and priorities in solving them and determine solutions < Ensured projects progress on schedule and in budget < Review and process monthly payment applications Construction Project Manager Conserve Landcare 72265 Manufacturing Road Thousand Palms, CA 92276 February 2018 to January 2022 < Responsible for budgeting, scheduling, contract administration and status reporting < Execute all pre -construction, construction, quality control and post construction responsibilities < Monitor changes in scope/schedule and secure Change Orders, as required < Process submittals, shop drawings, etc. < Manage close-out: O&M's, warranty/guarantee, As-builts, etc. < Assess work being performed to ensure that all contract specifications are being met < Collaborate with participants to determine product timeline < Account for complete project lifecycle < Successfully manage more than 20 projects simultaneously < Anticipate, recognize and identify key project issues/problems and establish objectives and priorities in solving them and determine solutions < Ensured projects progress on schedule and in budget < Review and process monthly payment applications Construction Project Engineer December 2016 to February 2018 Bernards 3633 Inland Empire Blvd. #860 Ontario, CA 91764 Richard R. Oliphant Elementary School - $23M < Process RFI's < Co -manage various aspects of project < Process submittals, shop drawings, etc. < Manage close-out: O&M's, warranty/guarantee, As-builts, etc. < Maintain procurement log < Distribute project correspondence < Maintain onsite as-builts < Coordinate BIM meetings < Coordinate meetings with subcontractors, owner, etc. Construction Project Engineer Pro -Craft Construction, Inc. 31597 Outer Hwy 10 Suite B Redlands, CA 92374 January 2016 to December 2016 < Process RFI's < Co -manage various aspects of projects: budget, contracts, and client needs < Oversee Change Order Management Process < Process project contracts, bonds, escrow agreements, etc. < Responsible to create and process submittals < Request building permits < Manage all insurance certificates and coverage < Prepare and process close-out: O&M's, warranty/guarantee, As-Builts, etc. Construction Project Coordinator May 2014 to January 2016 Bernards 3633 Inland Empire Blvd # 860 Ontario, CA 91764 < Intake and research client inquiries < Maintain records for Certificates of Insurance < Enroll sub -contractors in CCIP (On -site Insurance) < Help Project Manager with Change Orders < Review weekly subcontractor payroll reports for 40 sub -contractors and 10 sub -tiers < Process vendors invoices < Perform front office duties < Regularly use Prolog software < Process RFI's Offlce Clerk March 2013 to May 2014 Crafton Hills College — Transfer Center 11711 Sand Canyon Road Yucaipa, CA 92399 < Perform front office duties, answer phones, set up student appointments, make reminder calls < Maintain an organized and clean work area < Post informational flyers around campus bulletin boards < Set up and distribute workshop materials LANGUAGE/ Fluent in Spanish, able to read and write Spanish as an expert SKILLS Working knowledge in: Office 2013, Prolog, ProContractor, ProCore, Textura, Alliant, P6 Professional, Navisworks Freedom 2017, Bluebeam, Boss Strong organizational/administrative skills, innovative, articulate public speaker, able to multitask and work in a fast -paced environment ACADEMIC Alpha Gamma Sigma (AGS) Honor Society Member - Fall 2012 — Spring 2014 AFFILIATIONS Alpha Gamma Sigma (AGS) Honor Society Treasurer - Fall 2013 - Spring 2014 Walking Tall Club President — Fall 2013 — Spring 214 S.T.E.M. Program member — Fa112013 — Spring 2014 The Society for Collegiate Leadership and Achievement — Fall 2016 - Present AWARDS Deans List: Spring 2013, Spring 2016, Spring 2017, Fall 2017 and Spring 2018 REFERENCES Available upon request. Raul Ponce Redlands, CA 92374 Cell Phone: (951) 322-3352 OBJECTIVE Highly experienced and dedicated Construction Landscape Superintendent with a proven track record of successfully overseeing public works projects. Possessing extensive knowledge of construction processes SUMMARY OF QUALIFICATIONS < 20 years of experience as a Construction Landscape Superintendent, specializing in public works projects. < Deep understanding of landscape design principles, construction and techniques. Proficient in managing large-scale projects, coordinating with subcontractors, and ensuring compliance with safety regulations. < Strong leadership skills with the ability to effectively supervise and motivate diverse teams. < Excellent problem -solving abilities, adept at resolving project -related issues in a timely and cost-effective manner. < Exceptional organizational and time management skills, capable of multitasking and prioritizing tasks to meet deadlines. < Skilled in interpreting blueprints, specifications, and other project documents. EXPERIENCE Construction Superintendent January 2023 to Present Superb Engineering 1052 Oregon Trail Banning, CA 92220 < Oversaw all aspects of public works projects, ensuring adherence to project plans, timelines, and budgetary constraints. < Managed a team of 10 employees, including landscapers, laborers, and subcontractors. < Implemented quality control measures to ensure compliance with industry standards and project requirements. < Monitored and supervised all construction activities, including grading, excavation, irrigation installation, and planting. < Conducted regular site inspections to identify and address potential issues, ensuring project progress and safety. < Collaborated with vendors and suppliers to procure materials, equipment, and tools necessary for project execution. < Conducted regular safety meetings and enforced safety protocols to minimize accidents and promote a safe working environment. Construction Superintendent March 2022 to January 2023 Urban Habitat 47250 Washington St. Ste. B La Quinta, CA 92253 < Oversaw all aspects of public works projects, ensuring adherence to project plans, timelines, and budgetary constraints. < Managed a team of 25 employees, including landscapers, laborers, and subcontractors. < Implemented quality control measures to ensure compliance with industry standards and project requirements. < Monitored and supervised all construction activities, including grading, excavation, irrigation installation, and planting. < Conducted regular site inspections to identify and address potential issues, ensuring project progress and safety. < Collaborated with vendors and suppliers to procure materials, equipment, and tools necessary for project execution. < Conducted regular safety meetings and enforced safety protocols to minimize accidents and promote a safe working environment. Construction Superintendent Conserve Landcape 72265 Manufacturing Road Thousand Palms, CA 92276 December 2011 to February 2022 < Oversaw all aspects of public works projects, ensuring adherence to project plans, timelines, and budgetary constraints. • Managed a team of 48 employees, including landscapers, laborers, and subcontractors. < Implemented quality control measures to ensure compliance with industry standards and project requirements. < Monitored and supervised all construction activities, including grading, excavation, irrigation installation, and planting. < Conducted regular site inspections to identify and address potential issues, ensuring project progress and safety. < Collaborated with vendors and suppliers to procure materials, equipment, and tools necessary for project execution. < Conducted regular safety meetings and enforced safety protocols to minimize accidents and promote a safe working environment. Construction Foreman January 1995 to December 2011 Marina Landscape Inc. 1900 S Lewis St. Anaheim, CA 92805 < Assisted the Construction Landscape Superintendent in planning and executing public works projects. < Managed project schedules, ensuring timely completion of milestones and deliverables. < Conducted site inspections and maintained accurate documentation of project progress. < Acted as a liaison between the Construction Landscape Superintendent and project team members. < Provided support in resolving project -related issues and addressing client concerns. REFERENCES I Available upon request. City of Newport Beach IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 NON -COLLUSION AFFIDAVIT State of California ) County of Riverside ss. ) Superb Engineering, Inc. being first duly sworn, deposes and says that he or she is President of Superb Engineering, Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California t egoing is true and correct. Superb Engineering, Inc. President Bidder Authorize ignature/Title q r� Subscribed and sworn to (or affirmed) before me on this I day of ��}�bc�' 2025 by Ci f�L c� t�Ctil ) Ck.r- l o proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. /dtar�y blic JOSE BRIAN ESPINO ■ [SEAL] Notary Public - CaHr°mia [ i Riverside County CommissionExo1 2°"aa5 - My Commission Expires: ' My Comm. Ex°fires Se° 1, 2026 14 City of Newport Beach IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 DESIGNATION OF SURETIES Bidder's name Superb Engineering, Inc. 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): Assured Partners I Aaron Fosburb 1 (714) 808-2524 1 1300 Dove St, Newport Beach, CA 92660 15 City of Newport Beach IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Superb Engineering, 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 2024 2023 2022 2021 2020 Total 2025 No. of contracts 14 15 4 N/A N/A N/A 33 Total dollar Amount of $15,119,634 $8,060,803 $789,954 N/A N/A N/A $23,970,391 Contracts (in Thousands of $ No. of fatalities 0 0 0 N/A N/A N/A 0 No. of lost Workday Cases 0 0 0 N/A N/A N/A 0 No. of lost workday cases 0 0 0 N/A N/A N/A 0 involving permanent transfer to another job or termination of employment ICILIUH reyuneu iur tnese 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 Business Address: Business Tel. No.: State Contractor's License No. and Classification: Superb Engineering, Inc. 2947 W. Lincoln St, Unit 105, Banning, CA 92220 (909) 269-2333 1074243 A, C-27 Entity Type: S Corporation The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. _ Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title President 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 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 g ive, ) r d e On ry _ l d �� � 0before me, ����? r,Ow1 �J -I-Q1�i '410 Ais C � %. _ (insert name and title of the officer) personally appeared e�sltdti CaM M4, w r 6 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. 0MY JOSE BRIAN ESPINOZA Notary Public -California �Riverside County } Commission z 2414445 1 Comm. Expires Sep 1, 2026 Signature /`'�� �� Seal �w— City of Newport Beach IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Superb Engineering, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature NONE ffA City of Newport Beach IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 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: Superb Engineering, Inc. Business Address: 2947 W. Lincoln Street, Unit 105, Banning, CA 92220 Telephone and Fax Number: (909) 269-2333 California State Contractor's License No. and Class: 1074243 A, C-27 (REQUIRED AT TIME OF AWARD) Original Date Issued: 03/24/2021 Expiration Date: 10/31/2025 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: Raul Ponce, Superintendent I Estela Candelario, President 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 Estela Candelario President 2947 W. Lincoln St, Unit 105, Banning, CA 92220 (909) 269-2333 Corporation organized under the laws of the State of California 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: None All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: Superb Engineering, Inc. 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; None Briefly summarize the parties' claims and defenses; None Have you ever had a contract terminated by the owner/agency? If so, explain. None Have you ever failed to complete a project? If so, explain. No 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 No 20 Are any claims or actions unresolved or outstanding? Yes No If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. Estela Candelario (Print name of Owfler or President of Corporatio any) 11 Superb Engineering, Inc. Pies tgen�' Bidder Author' d Signature/Title President Title 10/09/2025 Date On 'U Jti 2CZ� r1 ,r S rA before me, Vs` ` , Notary Public, personally appeared t�-7Jfzl L, (ct-1 d e 1 ac-i Z, 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), orthe 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. my hand and official seal. Public in and for said State My Commission Expires: "e Lj Zv L 6 21 JOSE BRIAN ESPINOZA (SEAL Notary Public - California ) x = Riverside County Cammissfon It 2414445 My Comm. Expires Sep 1, 20I5 ti City of Newport Beach IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Bests Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 IRRIGATION CONTROLLER REPLACEMENT PHASE 3 CONTRACT NO. 9924-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 4th day of November, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and SUPERB ENGINEERING INC., a California corporation ("Contractor"), whose address is 1052 Oregon TRL, Banning, CA 92220, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of the contractor to purchase and install Toro DXI Central Irrigation Controllers with Laguna software in various locations throughout the City of Newport Beach (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-Collusior 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. 9924-1, 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 Six Hundred Seventy Thousand Four Dollars ($670,004.00). 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 Estela Candelario 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. 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 Superb Engineering Inc. Page 2 requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Estela Candelario Superb Engineering Inc. 1052 Oregon TRL Banning, CA 92220 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 Superb Engineering Inc. Page 3 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. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of Superb Engineering Inc. Page 4 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 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 Superb Engineering Inc. Page 5 required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence orwillful 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 Superb Engineering Inc. Page 6 and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et 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 Superb Engineering Inc. Page 7 two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. 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. Superb Engineering Inc. Page 8 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorneys Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Superb Engineering Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 7 1 / 7,5 CITY OF NEWPORT BEACH, a California municipal corporation Da - By: By: A on C. Harp i City Attorney N ATTEST: Date: // //P.2.0 CONTRACTOR: SUPERB ENGINEERING California corporation Date-.— INC., a By: Signed in Counterpart By: Lena Shumway Estela Candelario City Clerk Chief Financial Officer, Chief Executive Officer, Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Superb Engineering 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:____ 7 L/ , 6 B y :L--- A� on C. Harp � City Attorney ATTEST: Date: Lena Shumway City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Joe Stapleton Mayor CONTRACTOR: SUPERB ENGINEERING INC., a California corporation Date:_ Ln �_3 i NA, By: Este a andelario Chief Financial Officer, Chief Executive Officer, Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Superb Engineering Inc. Page 10 'Bond issued in Two original instruments EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 54269557 Premium Amnt Incl I in Pert Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Superb Engineering Inc. hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of the contractor to purchase and install Toro DXI Central Irrigation Controllers with Laguna software in various locations throughout the City of Newport Beach, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, United Fire & Casualty Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Seventy Thousand Four Dollars ($670,004.00) 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 Superb Engineering 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 28th day of October 20 25 . Superb Engineering, Inc. Name of Contractor (Principal) United Fire & Casualty Company Name of Surety 118 Second Avenue SE Cedar Rapids, Iowa 52407 Address of Surety 800-655-7942 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: [ /imp � o Z- s By: +anC. Harp City Attorney 92 t es) 64 Aut rized Signat re/Title (71Auorized ature Jodie Lee Done r,Attorney-In-Fact Print Name and Title (Corporate Seal) NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Superb Engineering Inc. Page A-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT "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: County of California Ventura On W aop/QS before me, Susana G Rodriguez Notary Public, personally appeared Jodie Lee Doner 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(&) 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. a� ryf $USANA GUADALUPE RODRIGUEZ Notary Public California = Ventura County > Commission k 2484243 Comm. Expires Mar 15. 2028 WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLES(S) ❑PARTNERS ❑LIMITED ❑GENERAL ®ATTORNEY -IN -FACT ❑TRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 'Please see Notary Acknowledgment Attached ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California pp. County of I "VePs t Cf e )Ss. /, , r On Z 010C17 29 20 25 before me, JuSe hr:c� L'SP��tU2�• 1V UJg •� P It' c Notary Public, personally appeared E551-e ! Cc_ J 9 ) c- 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. Jose BRIAN ESPiNOZA Not Public - California a $ Riverside County Commission # 2414445 G My Comm. Expires Seo 1, 2026 ignature (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 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) Superb Engineering Inc. Page A-3 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE Uf guf I FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint KEVIN P. REED, JESSICA GARCIA, AARON FOSBURG, JODIE LEE DONER, RICARDO CRISPIN, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 1st day of April, 2026 unless sooner revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. T7ie President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attomey-in-fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its „��unR///,/ ova"RRuun// aR /,/,/,/ �\ xGlSugt ii� ;�P y.\NOEyN q� pv` / gol',\r �NSUggy,, vice president and its corporate seal to be hereto affixed this 1 St day of Apr i 1 , 2024 CORPoRAre ?w CORPORATE y_ _a;/r� 'Fo 0 UNITED FIRE & CASUALTY COMPANY sewL SEAL _ 1986 -aZ UNITED FIRE & INDEMNITY COMPANY v .� �� 8 s'••_o r 2 c FINANCIAL PACIFIC INSURANCE COMPANY BY: �C ak-�L State of Iowa, County of Linn, ss: Vice President On list day of April, 2024, before me personally came Kyanna M. Saylor to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pack Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. IC Judith A. Jones Iowa Notarial Seal Commission number 173041 Notary Public 1* Commission Expires 04/23/2027 My commission expires: 04/23/2027 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 28th day of October , 20 25 �``\\`•' �G'��i I,NOE 4 \G INsuq' i Qk OQ 4i �: aP,GQIWUR4'r-q'a �(a CORPORATE�z� �w CORPORATE ' 'e 2�VLY 2� �:•p_ A►�/7�lf.L,\Xn SEAL C` SEAL c2••., C` �P'2� v'ri 2 oar.` ' 'i y �•��� �' • qN• Assistant Secretary, in�,;p� �q%uilm"n,/RRmn`ao\d`• OF&C & OF&I & FPIC BPOA0045 122017 'Bond issued in Two original instruments EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 54269557 Premium Amnt: $13,400.00 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT WHEREAS, the City of Newport Beach, (hereinafter referred to as "City") has awarded to Superb Engineering Inc., (hereinafter referred to as the "Contractor') an agreement for: The work necessary for the completion of this contract consists of the contractor to purchase and install Toro DXI Central Irrigation Controllers with Laguna software in various locations throughout the City of Newport Beach. (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 November 4, 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 United Fire & Casualty Company 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 Six Hundred Seventy Thousand Four Dollars ($670,004.00), 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. am Superb Engineering 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: 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. 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. Superb Engineering 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, this instrument has been duly executed by the Principal and Surety above named, on the 28tn day of October 20 25 . Superb Engineering, Inc. �CQS�deh� Name of Contractor (Principal) Auth zed Signature/Title United Fire & Casualty Company ( r' Name of Surety \\!Att rney-in-Fa 118 Second Avenue SE Cedar Rapids, Iowa 52407 Address of Surety 800-655-7942 Telephone (Attach Attomey-in-Fact Certificate) Jodie Lee Doner ,Attorney -In -Fact Print Name and Title (Corporate Seal) The rate of premium on this bond is 20.00 per thousand. The total amount of Premium charges is $ 13,400.00 (The above must be filled in by corporate attorney.) Any claims under this bond may be addressed to: (Name and Address of Surety or United Fire & Casualty Company Agent for Service in California) 118 Second Avenue SE Cedar Rapids Iowa 52407 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 9 P4 ,7 5 By: A on�CHa�rp���� City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Superb Engineering Inc. Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT "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: County of California Ventura On 1,01 d2as before me, _ Susana G Rodriquez personally appeared Jodie Lee Doner Notary Public, 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(&) 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. JSUSANA GUADALUPE RODRIGUEZ r > Notary Pubiic •California Ventura County Commission M 24d4243 My Comm. Expires Mar 15, 2028 WITNESS my hand and official seal. T7 i Signature of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑INDIVIDUAL ❑CORPORATE OFFICER TITLES(S) ❑PARTNERS ❑LIMITED ❑GENERAL ®ATTORNEY -IN -FACT ❑TRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) TITLE OR TYPE OF DbCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE *Please see Notary Acknowledgment Attached ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of A I Ve t`^s;-d e } ss. r On __ Dc20 2�- before me, J05-e Notary Public, personally appeared EJ-fri%k 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 y hand and official seal. ature 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. DOSE BRIAN ESPINOZA ! Notary Public -California iWWI Riverside County � Commission Y 2414445 My Camm. Expires Seo 1, 2026 (seal) State of California County of } ss. On 20 before me, Notary Public, personally appeared ' 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) Superb Engineering Inc. Page B-4 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department ufvufl UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint KEVIN P. REED, JESSICA GARCIA, AARON FOSBURG, JODIE LEE DONER, RICARDO CRISPIN, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 1st day of A p r i 1 , 2026 u n I es sooner revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attomey-in-fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its �y °c�or "suggy, vice president and its corporate seal to be hereto affixed this CoRroanrE ° ' `' QP.GOFPOg9l'cF = 1 St day Of Apr 1 1 , 2024 3 =�o ocoRPoaATe y_ Q; a ioLYz Fo.o= UNITED FIRE & CASUALTY COMPANY SEAL o sEAt < y:, lees :ate; UNITED FIRE &INDEMNITY COMPANY %.,�da t°a.`' '' �'e y�`�' °'•; "''<,•%FOP........ PFINANCIAL PACIFIC INSURANCE COMPANY State of Iowa, County of Linn, ss: By: �L G/ Vice President On 1st day of April, 2024, before me personally came Kyanna M. Saylor to me known, who being by me duly swom, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insutrance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Judith A. Jones =�C Iowa Notarial Seal Commission number 173041 Notary Public owti MY Commission Expires 04/23/24l23/2027 My commission expires: 04/23/2027 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 28th day of October 2025 ``�IIIIIINIp I �h' o"°I\G •/o CORPORATE y ?L CORPORATE g? Q 2 SIJLY 2�? �O'•, o SEAL: SEAL e'er 'Q.'• I886 By: ra '�i�'•tb .....,�-�oa'��, 'q ks y � '.. �'`c'q[/FOP��P.'e2 Assistant Secretary, OF&C & OF&I & FPIC BPOA0045 122017 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. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against 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 Contract. 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 Contract. 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 Superb Engineering Inc. Page C-1 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 bodily injury, property damage, 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). Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. 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. Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. 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. Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. 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 of City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in Superb Engineering Inc. Page C-2 legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract 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, excess/umbrella 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 Contract 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, 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 Contract. 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 quired coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. E. Subcontractors. 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. Limits of liability for General Liability in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. 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 Superb Engineering Inc. Page C-3 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 notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given Superb Engineering Inc. Page C-4 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 of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies Superb Engineering Inc. Page C-5 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. Superb Engineering Inc. Page C-6 I � i I I 9�. O. `C W X�X W E I N .N U c6 SO •C $ oti e U o w' .0 d cis `r I to rn cli k � 'II U II I � I I j n C4 Ij aCi � a�i cn 5 C J I S QS LL © LO C,J W - C) ca I 0 I r '� m f.,) � 01 I ■ I � j I Q I I Ii :. (D a I ❑ G C G C u 'If CCC City of Newport Beach IRRIGATION CONTROLLER REPLACEMENT PHASE 3 Contract No. 9924-1 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. 9924-1 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: 10/09/2025 Date (909) 269-2333 Bidder's Telephone and Fax Numbers 1074243 A, C-27 Bidder's License No(s). and Classification(s) PW-LR-1001102935 DIR Registration Number Superb Engineering, Inc. Bidder President Bidder's uthorized Signature and Title 2947 W. Lincoln St, Unit 105, Banning, CA 92220 Bidder's Address Bidder's email address: estela@superb-engineering.com PR-1 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS IRRIGATION CONTROLLER REPLACEMENT Phase 3 CONTRACT NO. 9924-1 PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 - UTILITIES 5-1 LOCATION 5-2 PROTECTION 1 1 1 3 3 3 3 3 3 3 3 4 4 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 6-7 TIME OF COMPLETION 5 5 6-7.1 General 6-9 LIQUIDATED DAMAGES 67 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7 7-1.2 Temporary Utility Services 7 7-8 WORK SITE MAINTENANCE 7 7-8.4.3 Storage of Equipment and Materials in Public Streets 7 7-8.6 Water Pollution Control 7 7-8.6.2 Best Management Practices (BMPs) 8 7-10 PUBLIC CONVENIENCE AND SAFETY 8 7-10.1 Traffic and Access 8 7-10.4 Safety 8 7-10.4.1 Safety Orders 9 7-15 CONTRACTOR'S LICENSES 9 9 SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9 9-3.1 General 9 9 PART 2 CONSTRUCTION MATERIALS 24 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout 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 300-1.5 Solid Waste Diversion SECTION 308 --- LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General 24 24 25 25 25 25 25 25 25 25 25 25 26 26 26 26 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS IRRIGATION CONTROLLER REPLACEMENT MASTER FORMAL CONTRACT CONTRACT NO. 9924-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works 7 News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of the contractor to purchase and install Toro DXi Central Irrigation Controllers with Laguna software in various locations throughout the City of Newport Beach. Description of Project Furnish all labor, equipment, materials, and supervision to replace the listed (Attachment A) Toro DXi controllers with Laguna software located throughout the City of Newport Beach (City). Supervision of Contract ■ All work shall meet with the approval of the Project Administrator. Any specific problem area which does not meet the conditions of the specifications set forth Page 1 of 27 herein shall be called to the attention of the Contractor and if not corrected, payment to the Contractor will not be made until the condition is corrected in a satisfactory manner as set forth in the specifications. ■ This project requires the Contractor to possess a California Contractor License (B, C27 and/or a C10). ■ Work hours will be Monday through Friday 7:00 am-5:OOpm, excluding City holidays. Project Specifications ■ Duration of project shall be 90 days from execution of contract. ■ The City to provide information detailing the irrigation controller specifications and installation locations (Attachment A). ■ Contractor shall be responsible to provide the following: o All labor, equipment, materials, and supervision necessary to complete the project in a satisfactory manner. o Purchase (including all taxes and fees) and install Toro DXi Irrigation Controllers (per Toro DXi installation guide) with Laguna software at various locations throughout the City. o Install grounding rods and wire as needed (see controller location notes). o Replace concrete pedestal pads as needed (see controller location notes). o Complete function check on each Irrigation controller with city project manager. o Schedule of installation with a start and completion date. o One-year warranty on labor. o Return of all replaced equipment and parts from completed installations to the City. o Complete Site One Certification process for every DXi-Laguna controller. ■ City reserves the right to add or delete controllers as deemed necessary. In the event of adding an additional controller(s), the City will request the Contractor to provide a written proposal with equipment, material, and labor costs necessary to complete the installation. ■ The City to provide access to locked enclosures and controller rooms. ■ The irrigation valve control wire is to be re -connected as is. The Contractor is not responsible for nonfunctioning irrigation zone valves or existing damaged field wiring. ■ The Contractor is responsible to input for the initial set up information of the central controller. The City representative will download schedule programming upon completion of each controller installation. ■ Contractor to contact the City representative upon installation completion of each controller for inspection. ■ Contractor shall install per manufactures specifications: o https:Hcdn2.toro.com/en/-/media/Files/Toro/professional- contractor/ControIle rs/DXi-Controller/21-1196-IRC-DXi-ControIle r-SS- new.ashx o http://www.specifier.toro.com/manuals/dxi-installguide2023 pdf Page 2 of 27 SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 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 for in this subsection, one (1) percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Project Manager. The Contractor shall furnish the Project Manager full information as to the progress of the work in its various parts and shall give the Project Manager timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Project Manager 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 Project Manager, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." Page 3 of 27 SECTION 5 — UTILITIES/IRRIGATION UTILITIES 5-1 LOCATION Citywide Park, Median and Roadside locations: 038-00 Dover & PCH Bus Stop (P/GR) 039-00 Bayside & Jamboree (P/GR) 047-00 Ridge Park Rd. A 048-00 Ridge Park Rd. B 053-00 SJH Rd. J 055-00 SJH Rd. L 056-00 SJH Rd. M (P/GR) 057-00 SJH Rd. N 058-00 SJH Rd O 060-00 San Miguel B 065-00 Irvine Ave. B (GR) 066-00 Irvine Ave. A 073-00 Coast Hwy J 074-00 Coast Hwy K 075-00 Coast Hwy L 076-00 Coast Hwy M 087-00 Bristol St. South A 090-00 Jamboree Median B 091-00 Jamboree Median E 122-00 Jasmine Park (P) 123-00 Irvine Ave. C 124-00 Bayview Park 138-00 Coast Hwy. N 139-00 San Miguel C 140-00 San Miguel D 141-00 San Miguel A 142-00 Jamboree C 146-00 Jamboree F 147-00 Balboa Island Park 149-00 Irvine Ave. D (GR) 152-00 Coast Hwy B 154-00 Coast Hwy D (P/GR) 155-00 Coast Hwy F 156-00 Coast Hwy H 157-00 Coast Hwy 1 175-00 River Ave. (GR) 177-00 Seashore Street Ends 178-00 Dover and Westcliff (GR) 180-00 Spyglass Hill Rd. A Page 4 of 27 181-00 Spvalass Hill Rd. B 182-00 Spyglass Hill Rd. C 183-00 Spyglass Hill Rd. D 196-00 Cannery Parking Lot (GR) 210-00 Balboa Blvd. D (GR) 211-00 Balboa Blvd. C (P/GR) 212-00 Balboa Blvd. B (GR) 213-00 Balboa Blvd. A (GR) 233-00 Dover Median A 233-01 Dover Median B 237-00 Park Ave. D Notes: (GR) = Grounding rod and wire needed (P) = Concrete pedestal pad replacement needed "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better." 5-2 PROTECTION In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. 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 Project Manager. The Contractor shall submit a construction schedule to the Project Manager for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Project Manager will review the 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 schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such Page 5 of 27 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. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 90 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 for 100 percent completion of work. Normal working hours are limited to 7:00 a.m. to 5:00 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, the Contractor must first obtain special permission from the Project Manager. The request may be for 5:00 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 Project Manager reserves the right to deny any or all such requests. For those locations where night work is allowed in order to minimize disruption to the community, the following requirements shall apply: A. Night work hours shall be from 9:00 p.m. to 5:00 a.m., Sunday night through Friday morning. No work is allowed on Friday or Saturday nights. B. The Engineer must approve all requests for night work. C. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. 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 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11 th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th through 30th (City Office Closure) 12. December 31 st (New Year's Eve) Page 6 of 27 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. 6-9 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 $500.00. Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per 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. 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, he shall arrange for a meter and tender an $1,250 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a 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, 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 of such water 7-8 WORK SITE MAINTENANCE 7-8.4.3 Storage of Equipment and Materials in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Project Manager in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Project Manager'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 Project Manager may require new base and pavement if the pavement condition has been compromised during construction. Page 7 of 27 7-8.6 Water Pollution Control Surface runoff water, including all water used during saw cutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 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 of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. 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 Project Page 8 of 27 Manager to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Project Manager to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." 7-10.4 Safety 7-10.4.1 Safety Orders 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, and 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 Project Manager 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." 7-15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess a B, C27 and/or a C10 License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General The unit and lump sum prices bid 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. Page 9 of 27 The following items of work pertain to the bid items included within the Proposal: *Please see attached GIS link (https:Hcnb. maps. arcgis.com/apps/dashboards/bdb2a289d6b84306b77eaa889c4fe348) for map of controller locations. Item No. 1 Mobilization and Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for providing bonds, insurance and financing, construction schedule, and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site(s) 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 (038-00) Dover & PCH Bus Stop Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and grounding rod and concrete pad installation labor and hardware as needed for removing existing controller, calling out and passing inspection and certification from Site -One, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see examples). All electrical supply connections shall be completed in a safe and clean fashion per electrical code (see examples). Item No. 3 (039-00) Bayside & Dover Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and grounding rod and concrete pad installation labor and hardware as needed for removing existing controller, calling out and passing inspection and certification from Site -One, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see examples). All electrical supply connections shall be completed in a safe and clean fashion per electrical code (see examples). Item No. 4 (047-00) Ridge Park Rd. A Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing Page 10 of 27 existing controller, calling out and passing inspection and certification from Site -One, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see examples). All electrical supply connections shall be completed in a safe and clean fashion per electrical code (see examples). Item No. 5 (048-00) Ridge Park Rd. B Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller, calling out and passing inspection and certification from Site -One, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see examples). All electrical supply connections shall be completed in a safe and clean fashion per electrical code (see examples). Item No. 6 (053-00) SJH Rd. J Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see examples). All electrical supply connections shall be completed in a safe and clean fashion per electrical code (see examples). Item No. 7 (055-00) SJH Rd. L Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Page 11 of 27 Item No. 8 (056-00) SJH Rd. M Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and grounding rod and concrete pad installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 9 (057-00) SJH Rd. N Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 10 (058-00) SJH Rd. O Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 11 (060-00) San Miguel B Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and grounding rod installation labor and hardware as needed Page 12 of 27 for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 12 (065-00) Irvine Ave. B Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 13 (066-00) Irvine Ave. A Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and grounding rod installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 14 (073-00) Coast Hwy J Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 15 (074-00) Coast Hwy K Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per Page 13 of 27 WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 16 (075-00) Coast Hwy L Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 17 (076-00) Coast Hwy M Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 18 (087-00) Bristol St. South A Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Page 14 of 27 Item No. 19 (090-00) Jamboree Median B Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 20 (091-00) Jamboree Median E Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 21 (122-00) Jasmine View Park Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), concrete pad installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 22 (123-00) Irvine Ave. C Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing Page 15 of 27 inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 23 (124-00) Bayview Park Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and concrete pad installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 24 (138-00) Coast Hwy N Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 25 (139-00) San Miguel C Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 26 (140-00) San Miguel D Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the Page 16 of 27 existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 27 (141-00) San Miguel A Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 28 (142-00) Jamboree C Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 29 (146-00) Jamboree F Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Page 17 of 27 Item No. 30 (147-00) Balboa Island Park Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 31 (149-00) Irvine Ave. D Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and grounding rod installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 32 (152-00) Coast Hwy B Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 33 (154-00) Coast Hwy D Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and concrete pad and grounding rod installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Page 18 of 27 Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 34 (155-00) Coast Hwy F Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 35 (156-00) Coast Hwy H Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 36 (157-00) Coast Hwy I Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 37 (175-00) River Ave. Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the Page 19 of 27 existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and grounding rod installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 38 (177-00) Seashore Street Ends Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 39 (178-00) Dover & Westcliff Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and grounding rod installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 40 (180-00) Spyglass Hills Rd. A Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Page 20 of 27 Item No. 41 (181-00) Spvglass Hills Rd. B Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 42 (182-00) Spyglass Hills Rd. C Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 43 (183-00) Spyglass Hills Rd. D Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 44 (196-00) Cannery Parking Lot Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and grounding rod installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and Page 21 of 27 restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 45 (210-00) Balboa Blvd D Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and grounding rod installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 46 (211-00) Balboa Blvd. C Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and concrete pad and grounding rod installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 47 (212-00) Balboa Blvd. B Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and grounding rod installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 48 (213-00) Balboa Blvd. A Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the Page 22 of 27 existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and grounding rod installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 49 (233-00) Dover Median A Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and concrete pad and grounding rod installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 50 (233-01) Dover Median B Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see example). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Item No. 51 (237-00) Park Ave. D Replace Existing Irrigation Controller and install new DXi Controller: Work under this item shall include, but not be limited to, all labor, tools, equipment, traffic control (per WATCH manual) and material cost including taxes and delivery charges, removing the existing controller and bringing it back to the City Corporate Yard, replacement DXi Controller with Laguna software at location, including all mounting, re -wiring (valve and electrical power source), and installation labor and hardware as needed for removing existing controller and installing the new DXi controller, calling out and passing inspection and certification from Site -One Green Tech, and site clean-up and restoration work as needed. All station control wires shall be labeled and re -connected as is, in a clean and orderly fashion (see examples). All electrical supply connections shall be completed in a safe and clean fashion per electrical code. Page 23 of 27 Wiring Examples: Acceptable Not acceptable Monthly progress payments will be permitted based on the DXi controllers per line -item location that have been installed, inspected, and certified by Staff and Site One. 9-3.2 Partial and Final Payment. From each progress estimate, five (5) percent will be retained by the Agency, 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 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE Page 24 of 27 201-1.1.2 Concrete Specified by Class Portland Cement concrete for construction shall be Class 560-C-3250. 201-2 REINFORCEMENT FOR CONCRETE 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. 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout. 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 provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link "Franchise Haulers List." 300-1.3.1 General The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Project Manager must approve final removal accomplished by other means. 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 Project Manager. All areas of roadway removal and replacement shall have a minimum trench width of 3-feet to facilitate Page 25 of 27 maximum compaction. Contractor shall meet with the Project Manager to mark out the areas of roadway removal and replacement. 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 300-1.5 Solid Waste Diversion 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 waste 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 Project Manager and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Project Manager prior to release of final retention." SECTION 308 --- LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet for this work with the City's Arborist, John Nelson at (949) 644-3197 a minimum of five (5) workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The City's Arborist will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease work at that location and immediately contact the City's Arborist for inspection. Upon inspection, the City's Arborist may require the Contractor to formally submit a plan for removing the large roots to the City for review. Page 26 of 27 Page 27 of 27 C:ITY ( )I NEWPORT BEACH # ADDRESS AREA LOCATION STA. S1 PART NUMBER ENCLOSURE PHASE 3 NOTES 46 038-00 Roadside Dover & PCH Bus Stop 8 SA6-RM6-8-DXICA NEW SA6 1 Needs a Pad & Ground Rod 47 039.00 Roadside Bayside & Jamboree 16 SA6-RM6-16-DXICA NEW SA6 1 Needs a Pad & Ground Rod 55 047-00 Med/Roadside Ridge Park Rd. A 24 SA9-RM6-24-DXICA SS RETRO 1 56 048-00 Med/Roadside Ridge Park Rd. B 24 SA9-RM6-24-DXICA SS RETRO 1 61 053-00 Med/Roadside SJH Rd. J 24 SA9-RM6-24-DXICA SS RETRO 1 63 055-00 Med/Roadside SJH Rd. L 24 SA9-RM6-24-DXICA SS RETRO 1 64 056-00 Med/Roadside SJH Rd. M 40 SA9-RM6-40-DXICA SS RETRO 1 Needs a Pad & Ground Rod 65 057-00 Med/Roadside SJH Rd, N 32 SA9-RM6.32-DXICA SS RETRO 1 66 058.00 Med/Roadside SJH Rd. 0 16 SA9-RM6-16-DXICA SS RETRO 1 68 060.00 Med/Roadside San Miguel B 24 SA9-RM6-24-DXICA SS RETRO 1 73 065-00 Median Irvine Ave B 8 SA9-RM6-8-DXICA SS RETRO 1 74 066-00 Median Irvine Ave. A 32 SAll-RM6-32-DXICA BB RETRO-WIDE 1 Needs a Ground Rod 100 073-00 Median Coast Hwy J 16 SA9-RM6-16-DXICA SS RETRO 1 101 074-00 Median Coast Hwy K 16 SA9-RM6-16-DXICA SS RETRO 1 102 075.00 Median Coast Hwy L 16 SA9-RM6-16-DXICA SS RETRO 1 103 076-00 Median Coast Hwy M 16 SA9-RM6-16-DXICA SS RETRO 1 115 087-00 Roadside Bristol St. South A 24 SA6-RM6-24-DXICA NEW SA6 1 118 090-00 Med/Roadside Jamboree Median B 16 SA6-RM6-16-DXICA NEW SA 1 119 091-00 Med/Roadside Jamboree Median E 24 SA03-RM6-24-DXICA SMW 1 151 122-00 Park Jasmine View Park 16 SA9-RM6-16-DXICA SS RETRO 1 Needs a Pad 152 123-00 Median Irvine Ave. C 32 SA6-RM6-32-DXICA NEW SA6 1 153 124-00 Park Bayview Park 24 SA9-RM6-24-DXICA SS RETRO 1 167 138-00 Median Coast Hwy N 40 SA6-RM6.40-DXICA NEW SAG 1 168 139-00 Median San Miguel C 16 SA6-RM6-16-DXICA NEW SA6 1 169 140-00 Median San Miguel D 16 SA6-RM6-16-DXICA NEW SA6 1 170 141-00 Median San Miguel A 8 SA6-RM6-8-DXICA NEW SA6 1 171 142-00 Median Jamboree C 16 SA6-RM6-16-DXICA NEW SA6 1 175 146-00 Median Jamboree F 24 SA6-RM6-24-DXICA NEW SA6 1 176 147-00 Park Balboa Island Park 8 SA03-RM6-24-DXICA SMW 1 178 149-00 Med/Roadside Irvine Ave. D 16 SA6-RM6-16-DXICA NEW SA6 1 Needs a Ground Rod 184 152-00 Med/Roadside Coast Hwy B 32 SA6-RM6-32-DXICA NEW SA6 1 186 154-00 Med/Roadside Coast Hwy D 16 SA6-RM6-16-DXICA NEW SA6 1 Needs a Pad & Ground Rod 187 155-00 Med/Roadside Coast Hwy F 32 SA6-RM6-32-DXICA NEW SA6 1 188 156-00 Med/Roadside Coast Hwy H 24 SA6-RM6-24-DXICA NEW SA6 1 189 157-00 Med/Roadside Coast Hwy 1 40 SA6-RM6-40-DXICA NEW SA6 1 207 175-00 Roadside River Ave. 40 SA9-RM6-40-DXICA NEW SA6 1 Needs a Ground Rod 209 177-00 Roadside Seashore Street Ends 24 SA6-RM6-24-DXICA NEW SA6 1 210 178-00 Med/Roadside Dover and Westcliff 24 SA6-RM6-24-DXICA NEW SA6 1 Needs a Ground Rod 212 180-00 Roadside Spyglass Hills Rd. A 16 SA6-RM6-16-DXICA NEW SA6 1 213 181-00 Roadside Spyglass Hills Rd. B 16 SA6-RM6-16-DXICA NEW SA6 1 214 182-00 Roadside Spyglass Hills Rd. C 16 SA6-RM6-16-DXICA NEW SA6 1 215 183-00 Roadside Spyglass Hills Rd. D 16 SA6-RM6-16-DXICA NEW SA6 1 228 196-00 Roadside Cannery Parking Lot 8 SA6-RM6-8-DXICA NEW SA6 1 Needs a Ground Rod 242 210-00 Mod/Roadside Balboa Blvd D 40 SA6-RM6-40-DXICA NEW SA6 1 Needs a Ground Rod 243 211-00 Med/Roadside Balboa Blvd C 40 SA6-RM6.40-DXICA NEW SA6 1 Needs a Pad & Ground Rod 244 212-00 Med/Roadside Balboa Blvd B 32 SA6-RM6-32-DXICA NEW SA6 1 Needs a Ground Rod 246 213-00 Med/Roadside Balboa Blvd A 24 SA6-RM6-24-DXICA NEW SA6 1 Needs a Ground Rod 272 233-00 Median Dover Median A TW SA11-RM6-TW-DXICA BP RETRO-WIDE 1 273 233-01 Median Dover Median B TW SA11-RM6-TW-DXICA BP RETRO-WIDE 1 277 237-00 Roadside Park Ave. D 8 SA03-RM6-8-DXICA SWM 1 50