Loading...
HomeMy WebLinkAboutC-9451-2 - Underground Utilities Assessment District No. 124 (Central Balboa Island - Phase 2)CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 9:30 AM on the 16th day of October, 2024, at which time such bids shall be opened and read for UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND ® PHASE 2) CONTRACT NO. 9451-2 $8,300,000 Engineer's Estimate Approves! M. Hou- 11han putt' PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/12ortal/portal.cfm?CompanylD=22078 MANDATORY PRE -BID MEETING A mandatory pre -bid MEETING will be conducted for this project on SEPTEMBER 23, 2024 at 10:30 am., at the Civic Center Community Room located at 100 Civic Center Drive, Newport Beach, CA. 92660. Bidders who do not participate may be considered non- responsive. Hard copy bid documents will be available September 4, 2024, from: Mouse Graphics, 659 W. 19th Street, Costa Mesa, CA 92627 Email INFO(@SENDMOUSE.COM or call (949) 548-5571 for shipping information ALL GENERAL CONTRACTORS ARE REQUIRED TO ORDER ONE SET TO BID PROJECT Contractor License Classification(s) required for this project: "A" For further information, call Alfred Castanon, Project Manager at (949) 644-3314 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND — PHASE 2) CONTRACT NO. 9451-2 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES..........................................10 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIAL PROVISIONS............................................................................................ SP-1 2 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND — PHASE 2) CONTRACT NO. 9451-2 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 211 Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 3 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — induding, 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 cornpl"rance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 of seq. of the Public Contracts Code, °SublIetting and Subcontracting Fair Practices Act'. 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work 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: rd A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. E. MANDATORY PreL-B%il Mleetingl attendance is, regkired for this Project. The meeting will be conducted on SEPTEMBER 23, 2024 at 10:30 am. Information regarding the mandatory Pre -Bid Meeting will be noticed to registered bidder. All contractors wishing to bid on this project shall be represented by its CEO/Owner who will be signing the contract documents, or Superintendent who will be managing the Project, at this mandatory meeting. Bidders who do not participate may be considered non -responsive. The signature below represents that the above has been reviewed. 1028802 A, C 10, C-61 /D31 Contractor's License No. & Classification 1000052788 / 06/30/2025 DIR Registration Number & Expiration Date Asplundh Construction, LLC. Bidder Signature/Title NkU_LALN LVA1i AS, 10/16/2024 Date City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND — PHASE 2) CONTRACT NO.9451-2 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Amount Bid Dollars ($ 10%— ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of Underground Utility Assessment District No. 124 (Balboa Island — Phase 2), Contract No. 9451-2 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 9th day of September , 2024. ASPLUNDH CONSTRUCTION, LLC Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety One Tower Square, Bond/5PB Hartford CT 06183 Address of Surety 215-255-2000 Telephone Authorize Si na re II C!C.K MO WJ SL Authorized Agent Signature Patricia E Dorsaneo, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & SuretV must be attached) L CALIFORNIA ALL-PURPOSE 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 N W " [U County of &00% - On 2 bq before me, & ��personally appeared N,M ltDfS who proved to me on the basis of satisfac ory 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 msrneritneir autnonzea capacirykies), ana mar oy msinentneir signaiureksq uu Lue IMUMUCIA the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ALYSSA L SABEL NOTARY PUBLIC -STATE OF NEW YORK Signature; � � �� No. 01 SA6408666 Signature of Notary Public Qualified in Suffolk County My Commission Expires 09-08-2028 CALIFORNIA ALL-PURPOSE 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 New Jersey County of Camden September 9tb. On 2024 before me, Sara P Owens Notary Public, personally nroved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is re subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity(ies), and that by her 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 New Jersey that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public SARA P OWENS NOTARY PUBLIC STATE OF NEW JERSEY ID # 2435514 MY COMMISSION EXPIRES JUN. 25, 2028 Travelers Casualty and Surety Company of America - Travelers Casualty and Surety Company TRAVELERS.] St. Paul Fire and Marine insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint PATRICIA E DORSANEO of PHILADELPHIA , Pennsylvania , their true and lawful Attorneys) -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. U,: *Ltt aN0 F a FA�Hq � , ��} CUiO►J.=t 7 y�•� j�4{ fr * ,i� State of Connecticut 2y%` By: City of Hartford ss. Robert L. Rane,ltenjor Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. lac Anna /7• /!/1ry — Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now In full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 9th day of September , 2024 ���., ��Lt♦ AMA' �� 4 G'i rwrrrao, �` GYfL $ � COtYI. o t� .p Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880, Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power ofAttorney is attached, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CONNECTICUT 06183 FINANCIAL STATEMENTAS OF DECEMBER 31, 2023 CAPITAL STOCK 3 6.460,000 ASSETS BONDS S 5.104,395,801 LOSSES S 1,495,036.900 STOCKS 119.333.643 LOSS ADJUSTMENT EXPENSES 146.791,770 CASH AND INVESTED CASH 30.541,608 COMMISSIONS 55.734,579 OTHER INVESTED ASSETS 8,355.939 OTHER EXPENSES 55.546,499 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 13,350.613 TAXES, LICENSES AND FEES 15,857,431 INVESTMENT INCOME DUE AND ACCRUED 43.617,243 CURRENT FEDERAL AND FOREIGN INCOME TAXES 5.300,838 PREMIUM BALANCES 325.304,977 UNEARNED PREMIUMS 1,515,112,686 REINSURANCE RECOVERABLE 27,997,684 ADVANCE PREMIUM 4,091,249 NET DEFERRED TAX ASSET 72.421.341 POLICYHOLDER DIVIDENDS 21,388,522 GUARANTY FUNDS RECEIVABLE OR ON DEPOSIT 1,798,901 CEDED REINSURANCE NET PREMIUMS PAYABLE 62,914,516 OTHER ASSETS B18,309 AMOUNTS WITHHELD / RETAINED BY COMPANY FOR OTHERS 21,072,858 REMITTANCES AND ITEMS NOT ALLOCATED 7,201.721 PROVISION FOR REINSURANCE 9,891.783 PAYABLE FOR SECURITIES LENDING 13,350,613 OTHER ACCRUED EXPENSES AND LIABILITIES 409380 TOTAL LIABILITIES $ 3.429,701,342 CAPITAL STOCK S 6,480,000 PAID IN SURPLUS 433.803.760 OTHER SURPLUS 1,877,950,956 TOTAL SURPLUS TO POLICYHOLDERS S 2.318.234,716 TOTAL -ASSETS TOTAL UA$ILTIES-&SiopLI'll 5 574793GAS8_ STATE OF CONNECTICUT COUNTY OF HARTFORD )SS' CITY OF HARTFORD MICHAEL J. DOODY. BEING DULY SWORN, SAYS THAT HE IS VICE PRESIDENT -FINANCE, OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF. THE FOREGOING IS ATRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31ST DAY OF DECEMBER. 2023. SUBSCRIBED AND SWORN TO BEFORE ME THIS 15TH DAY OF MARCH, 2024 -w UBLIC, L1'4 2vj? MOEPRESIDENT -FINANCE i7 1 V V ✓ram � �Z J' 7 NOTARY PUBLIC SUSAN M WEISSLEDER hotaty Public My Commission apires November 30, 2027 No. 6516 S'i'A'I'1{ OF CAI.Ii"ORlNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIF'1', That, purxtrcrin ro the lltsurancu Code of the S'r a of CuJifarniu. Travelers Crisattlt)• and Surety Company ofanterica of Hartford, Connecticut, otgani=ed uneler the luu-s ofC•onnecnc ur, subiert to its.-lrrieles 01,111corporution or othel•Jiwrdarnerual orizani_anonal dort:nients, is herehr authorized to u•ansnet wahin this State, subject to all provisions ofthis Certificute, thefollou•ing classes of iasw•once: Fire, Marine, Surery, Disability, Plate Class, Liability, Workers' Compensation, Common Carrier Liability, Boiler and machinery, Burglary, Credit, Sprinkler, 1'eam and Vehicle, Automobile, Aircraft, and miscellaneous cis sru•h classes are riow or nun hereafter be defined in the Insurance Laus ofthe.4r,aC fC:7lifvrniu. THIS CERTiFiCATF is expressll- conditioned upon the holder hereof nosy and hereafter being wt furl COnrpll,rttCe with all, and nor in Violation of awl', of the applirtrble lau-s turd hnlfwl r•equirenr211L5 n ilide wider rrutitorin of the lcrl,s of die Slitte o/'CaliJoraia cis long as sneh lairs or r, quirenit:nrs are in effec•r and apnlicuhie. and us slick Ln 's cavil reduirentewts now are, or mitt• hereafter he char: cd or untende(L Fee S92.00 Rec. No. IN 11'I7-NESS WHEREOF, eifective as of tine 1st da-v of Juls•. 1997. 1 have hereunto set nnY hand and caused Inv official seal to he ujixed this 16th dar of Jrare, 1997. Chuck Quackenbush f n.;urantt• C':x+unissinnt, Filed 5r38'9' By I'ictorio S. Sidhrw-1 term!: Certification 1• the urulersigned Insurance Conuuissioner tf die Slate ed Coliitbruia, do herehr certtli- that 1 hate „np,n'N I tha ub-'a coP , of Ccrnlicute of Awhoritr with the dirrltr',;%--pli•igrtrrd uos.' or: the in nrr office, tau! Mal M., s:nne is a Jitll, trrr_, tout cnrw�n n2uRSCript tArreuj, utrt! ,,f;h� nlrnle o/ start ,l::nlicute, and swd tf.luthorrtt is now ur ful(Jurr c atid.:f ecj IN \\1 F\ESS WHEREOF, l have hereunto set nn• hmrrl and ecursed in_r r{flicictl seal to be affixed ;his i l st duv O/ Decelnber, _?007. Steve Poi_rrer ptnswunrc Cc•um:siir•:xr Pcurlure U'-inrlreu City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND — PHASE 2) CONTRACT NO. 9451-2 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the 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. Asplundh Construction, LLC.c..J,�'1 Bidder Authorized Signature/Title 1vlCK c1�G�IQXS r IA City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND — PHASE 2) CONTRACT NO. 9451-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name Asplundh Construction, LLC. 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 $1,000,000 and which relate to utility underground work, provide the following information: Contractor must have past or present experience working directly for the Southern California Edison Company (SCE) constructing underground civil improvements in order to qualify for this contract. No. 1 Project Name/Number UD#65 Underground Utility District Phase 2 Sycamore Project Description I Inderiprounrl 19k\/ nictrihiitinn Sgctamc Straaflight Inatallatinn ';P.rylrP. Conversions and Removal of Overhead Facilities. Approximate Construction Dates: From 02/04/2021 To: June 2024 Agency Name City of Anaheim Contact Person David Alvarez Telephone (714) 765-4394 11,660,963.38 Original Contract Amount $ Final Contract Amount $ 11,755,963.38 If final amount is different from original, please explain (change orders, extra work, etc.) Change and/or added scope resulting in FCO's Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 10 No. 2 Project Name/Number UD#67 Underground Utility District #67 Project Description Underground 12kV Distribution Systems, Streetlight Installation, Service Conversions an emova o ver earl iiITO. Approximate Construction Dates: From 04/13/2022 To: July 2024 Agency Name City of Anaheim Contact Person David Alvarez Telephone (714) 765-4394 $10,463,595.46 Original Contract Amount $ Final Contract Amount $ $10,463,595.46 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 No. 3 Project Name/Number Underground Utility Assessment District #4 Project Description Underground 12kV Distribution Systems, Streetlight Installation, Service Conversions and Removal of Overhead Facilities. Approximate Construction Dates: From 01/13/2020 To: 09/20/2022 Agency Name City of Manhattan Beach Contact Person Jeff Fijallka Telephone (310) 802-5358 $3,998,890.00 4,241,709.81 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Change and/or added scope resulting in FCO's Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO 11 No. 4 Project Name/Number Underground Utility Assessment District #111 UUAD#22 Phase II Project Description Underground 12kV Distribution Systems, Streetlight Installation, Service Conversions and Removal of Overhead Facilities. Approximate Construction Dates: From 05/19/2020 To: 03/27/2024 Agency Name City of Newport Beach Contact Person Michael Sinacori Telephone (949) 644-3342 $6,969,777.79 Original Contract Amount $ Final Contract Amount $ $10,708,228.21 If final amount is different from original, please explain (change orders, extra work, etc.) Change and/or added scope resulting in FCO's Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. No. 5 Project Name/Number Direct Buried Cable Replacement Project Phase 14 Project Description Underground 12kV Distribution S stems, Streetlight Installation, Service Conversions and Removalot Uverheadaci ides. Approximate Construction Dates: From 11/01/2021 Agency Name City of Anaheim Contact Person Rodolfo Villalva To: 99% complete as of 2024 Telephone (714) 765-4234 $7,294,265.83 Original Contract Amount $ Final Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) Change and/or added scope resulting in FCO's Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 12 No. 6 Project Name/Number Underground Utility District #69 Nutwood/Cerritos Project Description Under round 12kV Distribution S stems Streetlight Installation Service Conversions an emova o ver ea Facilities. Approximate Construction Dates: From 12/08/2023 To: In Progress Agency Name City of Anaheim Contact Person Vinh Tran Telephone (714) 765-4273 $17,505,120.59 Original Contract Amount $_ Final Contract Amount $ TBD 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 Contractor's current financial conditions. Asplundh Construction, LLC. Bidder 13 Authorized Signature[Title WW13 �OW , City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND - PHASE 2) CONTRACT NO. 9451-2 NON -COLLUSION AFFIDAVIT Nav- WA_ State of Gelifemia ) ) ss. County of Sujwl (_ ) axgl 'R_ q ' being first duly{ sworn, deposes and says that he or she is of 9 ) i ��It �(1SAr 1lf Yi 11� the party making the foregoing bid; that the bid is no 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. declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. ��1hr�ll� (t,>'&Ar ) fl' PLC Bidder Autl-ionzed Signature/Title N'0-0 Cti )LY( r ASl�tr�1� sxK-1101--- Subscribed and sworn to (or affirmed) before me on thisday of .2024 by L • proved to me on the basis of satisfactory evidence to a 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. ALYSSA L SABEL NOTARY PUBLIC -STATE OF NEW YORK [SEAL] No. 01 SA6408666 Qualified in Suffolk County My Commission Expires 09-08-2028 14 Notarywit Public My Commission Expires: q I `_ City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND — PHASE 2) CONTRACT NO. 9451-2 DESIGNATION OF SURETIES Bidder's name Asplundh Construction, LLC. 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): Travelers Casualty and Surety Company of America Patricia Rambo One Tower Square, Bond/5 PB, Hartford, CT 06183 (215) 255-1724 15 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND — PHASE 2) CONTRACT NO. 9451-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Asplundh Construction, LLC. Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2023 2022 2021 2020 2019 Total 2024 No. of contracts 100 55 49 34 27 23 288 Total dollar Amount of Contracts (in $101 mil $102mil $74mil $47mil $38mil $15mi1 $377 mil Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 1 0 0 0 0 0 1 No. of lost workday cases 0 0 0 0 0 0 involving 0 permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder Asplundh Construction, LLC. Business Address: 7431 Walnut Ave Buena Park, CA 90620 Business Tel. No.: State Contractor's License No. and Classification: (562) 509-7939 1028802 1 A, C10, C-61031 Title Assistant Secretary 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 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 partnershipfjoint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED, 17 CALIFORNIA ALL-PURPOSE 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 r County of 1K On `7. before me, , Notary Public, personally appeared ej�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 New York that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ALYSSA L SABEL NOTARY PUBLIC -STATE OF NEW YORK No.01SA6408666 Co Qualified in Suffolk County Signature My Commission Expires 09-08-2028 Signature of Notary Public City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND — PHASE 2) CONTRACT NO. 9451-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Asplundh Construction, LLC. 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 Addendum 1 10/07/2024 18 Page 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Po -qJ �P ADDENDUM NO. 1 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND - PHASE 2) CONTRACT NO 9451-2 DATE: October 7, 2024 BY: 1 PVVD/City Engineer TO: ALL PLANHOLDE€:S The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. SPECIAL PROVISIONS 2-1 AWARD AND E ECUTION OF THE CONTRACT Replace the second paragraph with the following: Contractor must have past (last 5 years) or present experience working directly for the Southern California Edison Company (SCE) constructing joint trench underground civil improvements in order to qualify for this contract. MANDATORY PRE -BID MEETING INFORMATION The attached minutes are hereby incorporated into the contract documents. The PowerPoint presentation from the Mandatory Pre -Bid meeting will be posted on PlanetBids but is NOT attached to this addendum. Page 2 of 2 Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Asplundh Construction, LLC. Bidder's Name (Please Print) 10116/2024 Date rNo Division Manager, Adam Lederman Aut rized Signature & Title ATTACHMENTS: Mandatory Pre -Bid Meeting Minutes Qualified Bidders List City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND — PHASE 2) CONTRACT NO. 9451-2 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: Asplundh Construction, LLC. Business Address: 7431 Walnut Ave Buena Park, CA 90620 Telephone and Fax Number: (562) 509-7939 California State Contractor's License No. and Class: 1028802 - A, C10, C-61031 (REQUIRED AT TIME OF AWARD) Original Date Issued: 07/10/2017Expiration Date: 07/31/2025 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: Adam Lederman, Division Manager 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 See attached Officer's List Corporation organized under the laws of the State of New York The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A 19 ASPLUNDH CONSTRUCTION, LLC (New York Limited Liability Company) OFFICERS President Frank V. Giordano 9/12/1955 Vice President Brett W. Martin 7/1/1958 Vice President Kenton D. Eatherton 09/23/1974 Vice President Michael A. Forrest 12/25/1978 Vice President James A. McNulty 9/26/1964 Secretary -Treasurer Brian R. Bauer 12/17/1977 Assistant Secretary Chris J Macsisak 02/02/1967 Assistant Secretary Nickkia S. Sellers 10/11/1978 Assistant Secretary Gregory E. Staton 03/18/1972 Asst. Secretary (Title Clerk) Kurt A. Meiers 04/07/1965 Asst. Secretary (Title Clerk) Joseph A. Zito, III 08/25/1966 Asst. Secretary (Ins./Bonds) Ann P. Ercolani 08/02/1956 Asst. Treasurer (Taxes) Ronald S. Simpson 12/17/1958 Updated May 20, 2022 All are current employees All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. N/A Have you ever failed to complete a project? If so, explain. N/A 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 compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No Are any claims or actions unresolved or outstanding? Yes 19 If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A 20 Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. TanL V . hI oydow (Print name of Owner President of Corporation/Company) Biddee Authoriz e r�d nn 4nature/Title�� Title Date' On 9 1111. before me, �(,� L �Y YI JC..� Notary Public, personally appeared j jcw —jp JJQA() 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. SA!m _ r ! 0 Notary Pubic in and for said State My Commission Expires.- 21 (SEAL) ALYSSA L SABEL NOTARY PUBLIC -STATE OF NEW YORK No.01SA6408666 Clualified in Suffolk County My Commission Expires 09-08-2028 CALIFORNIA ALL-PURPOSE 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 Mw � County of On 42 before me, `� Notary Public, personally appeared NALL a � 0 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 New York that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ALYSSA L SABEL NOTARY PUBLIC -STATE OF NEW YORK No. 01 SA6408666 (� Qualified in Suffolk County SignatureS�Q,I My Commission Expires 09-08-2028 Signature of Notary Public City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND — PHASE 2) CONTRACT NO. 9451-2 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. 9451-2 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: 10/16/2024 Date Asplundh Construction, LLC. Bidder (562) 509-7939 %,� WICILLt ?� V";, Bidder's Telephone and Fax Numbers Bidder's Authorized Signature and Title JY�S RS`11 111—�T 1028802 / A, C10, C-61/D31 7431 Walnut Ave, Buena Park, CA 90620 Bidder's License No(s). Bidder's Address and Classifications) 1000052788 DIR Registration Number Bidder's email address: alederman@asplundh.com PR-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND - PHASE 2) CONTRACT NO. 9451-2 PART 1 - GENERAL PROVISIONS SECTION 1—TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.1 General 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-2.1 Abandoned Utilities 5-2.2 Protection of Existing Utility Crossings 5-4 RELOCATION SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule 6-7 TIME OF COMPLETION 6-7.1 General 6-7.2 Working Days 1 1 1 2 2 2 2 3 3 4 4 5 7 7 7 7 7 7 7 7 7 8 8 8 9 9 9 10 10 10 10 11 11 11 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 12 6-9 LIQUIDATED DAMAGES 12 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 12 7-1.2 Temporary Utility Services 12 7-2 LABOR 13 7-2.2 Prevailing Wages 13 7-5 PERMITS 13 7-7 COOPERATION AND COLLATERAL WORK 14 7-8 WORK SITE MAINTENANCE 14 7-8.1 General 15 7-8.4 Storage of Equipment and Materials 15 7-8.4.2 Storage in Public Streets 15 7-8.6 Water Pollution Control 17 7-8.6.2 Best Management Practices (BMPs) 17 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 20 7-10 PUBLIC CONVENIENCE AND SAFETY 22 7-10.2 No Parking Signs 23 7-10.3 Street Sweeping Signs 23 7-10.4 Notices to Residents and Temporary Parking Permits 23 7-10.5 Steel Plates 24 SECTION 9 - MEASUREMENT AND PAYMENT 24 9-3 PAYMENT 24 9-3.1 General 24 9-3.4 Mobilization. 24 PART 2 - CONSTRUCTION MATERIALS 25 SECTION 200 — ROCK MATERIALS 25 200-2 UNTREATED BASE MATERIALS 25 200-2.1 General 25 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 25 201-1 PORTLAND CEMENT CONCRETE 25 201-1.1 Requirements 25 201-1.1.2 Concrete Specified by Class and Alternate Class 25 201-2 REINFORCEMENT FOR CONCRETE 25 201-2.2 Steel Reinforcement 25 201-2.2.1 Reinforcing Steel 25 SECTION 203 — BITUMINOUS MATERIALS 25 203-6 ASPHALT CONCRETE 25 203-6.5 Type III Asphalt Concrete Mixtures 25 SECTION 214 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 26 214-4 PAINT FOR STRIPING AND MARKINGS 26 214-4.1 General 26 214-6 PAVEMENT MARKERS 26 214-6.3 Non -Reflective Pavement Markers 26 214-6.3.1 General 26 214-6.4 Retroreflective Pavement Markers 26 214-6.4.1 General 26 PART 3 - CONSTRUCTION METHODS 27 SECTION 300 - EARTHWORK 27 300-1 CLEARING AND GRUBBING 27 300-1.3 Removal and Disposal of Materials 27 300-1.3.1 General 27 300-1.3.2 Requirements 27 SECTION 302 - ROADWAY SURFACING 28 302-5 ASPHALT CONCRETE PAVEMENT 28 302-5.1 General 28 302-5.4 Tack Coat 29 302-5.8 Manholes (and Other Structures) 29 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 29 302-6.7 Traffic and Use Provisions 29 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 29 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 29 303-5.1 Requirements 29 303-5.1.1 General 29 303-5.4 Joints 30 303-5.4.1 General 30 303-5.5 Finishing 30 303-5.5.2 Curb 30 303-5.5.4 Gutter 30 SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 30 306-1 GENERAL 30 306-1.1 Pipe Laying 30 306-3 TRENCH EXCAVATIONS 31 306-3.1 General 31 306-3.1.1 Trench Excavation and Subgrade 31 306-3.1.2 Backfill of Trenches 33 SECTION 314 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 34 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 34 314-4.1 General 34 314-4.2 Control of Alignment and Layout 34 314-4.2.1 General 34 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 34 314-4.4.1 General 34 314-4.4.2 Surface Preparation 35 314-5 PAVEMENT MARKERS 35 314-5.1 General 35 SECTION 315 — PULL BOXES, HANDHOLES, UTILITY BOXES, VAULTS AND COMPONENTS 35 315-1 GENERAL 35 PART 6 - TEMPORARY TRAFFIC CONTROL 36 SECTION 601— WORK AREA TRAFFIC CONTROL 36 601-1 GENERAL 36 APPENDIX A. AT&T REQUIREMENTS B. OCSD - SPECIAL PURPOSE DISCHARGE PERMIT APPLICATION & SAMPLE C. TIME WARNER CABLE & SPECTRUM VAULT INFORMATION D. DISCHARGE LOCATION POINTS TO STORM DRAIN SYSTEM E. OCSD PLANT NO. 2 STAGING AREA F. NEWPORT DUNES STORAGE AREA G. LIMITS OF CONSTRUCTION FOR NORTH BAY FRONT ALLEYS H. EXHIBIT FOR CAST IRON WATER MAIN REMOVAL IN ALLEY 402-A CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND — PHASE 2) CONTRACT NO. 9451-2 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans; (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2021 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach Page 1 of 36 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class A, General Engineering, Contractor's license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. Contractor must have past or present experience working directly for the Southern California Edison Company (SCE) constructing underground civil improvements in order to qualify for this contract. 2-5 PLANS AND SPECIFICATIONS 2-5.1 General Add the following. - The included plans have been prepared by the three utility companies (Southern California Edison Company, AT&T Telephone, and Spectrum). The intent of the project is to use a joint trench to place electrical, telephone and cable television in the ground within the public right-of-way and easements as shown on the plans. The design for the use of joint trench was not optimized or even addressed in some areas. Contractor shall resolve such inconsistencies by identifying a joint trench alignment from the alternatives presented by the owning utilities and then placing all utilities into this joint trench. The resolution of these inconsistencies shall be considered included in the lump sum cost for the work and shall include but not be limited to realignment of main conduit runs, vaults, handholes, pullboxes, risers, service laterals and related facilities. The only exception to this requirement shall be in such places that a joint trench cannot be used because of physical constraints, utility companies design or operational characteristics, safety or where otherwise prohibited by law or other regulation(s). Such coordination work shall be performed in advance of actual construction to allow the utility companies time to provide input. Such work shall also include coordination necessary to align or realign that proposed facilities with existing utilities (such as water, sewer, storm drain, among others) that may be in conflict with the proposed facilities. Note that the advance notice requirements for utility mark -out has been extended to allow Contractor time to plan out the route of the joint trench along the various streets and utility corridors. Do not commence trench excavation until the City's representative has had an opportunity to review and provide input on the final joint trench location and alignment. For undergrounding of AT&T and Spectrum facilities, the Contractor shall comply with AT&T and Spectrum specifications included in the Appendices of these Specifications. Although the Spectrum plans may not clearly specify, please note that a Spectrum service will be required at every property where SCE and AT&T plans show a new underground service lateral. Page 2 of 36 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract includes, but is not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, dewatering, removing an abandoned 12-inch cast iron water main in Alley 402-A, furnishing and installing conduit with poly -pull ropes including service lateral runs, utility pullboxes, handholes, vaults and all associated items necessary for the conversion of existing overhead electrical power, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T and Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (PHASE 2). Any costs resulting from work performed that was directed by Southern California Edison, AT&T and Spectrum engineers, inspectors or other personnel will not be compensated unless said work was approved by the Engineer prior to work commencing. Contractor shall perform all trenching, backfill, pavement restoration, resurfacing and replacement of existing improvements (public or private including but not limited to driveways, fences, walls, signs, landscaping, mailboxes, and other such items) associated with or resulting from the work identified herein. In areas where SCE plans show existing handholes are being upsized to accommodate additional conduits or where new conduits are being installed to accommodate the undergrounding efforts, SCE handhole and intercept work shall be included in the Contractor's bid, however the SCE source contractor for this area (Arizona Pipeline) will be required to install all handholes and intercept vaults where live or dead electrical wires are to be encountered at service handhole and intercept locations. SCE requests that at least three locations be made available when Arizona Pipeline's efforts are required. Contractor is required to give (7) seven calendar days' notice of planned service hand hole or intercept efforts required by Arizona Pipeline. Limits of construction for alleys adjacent to the North Bay Front Alleys shall be limited to 10-feet short of the existing right-of-way line as previous utility undergrounding construction (Phase 0) has extended all sweeps into the (Phase 2) North/South "T" alleys. Refer to the attached exhibit (Appendix G) showing these limits adjacent to the North Bay Front Alleys. There are two existing locations within AD 124 (Phase 2) that will require boring underneath the sidewalk to extend underground services to homes nonadjacent to alleys. The contractor shall include in their bid a $25,000 allowance for this work. Sidewalk Borinq Locations: 1. 1109 Balboa Avenue 2. 200 Apolena Avenue Page 3 of 36 The allowance will be in addition to the lump sum bids and expended at the discretion of the Engineer. Any funds not expended from this allowance will not be paid to the Contractor. As part of this contract, the contractor will be required to use JPT Construction, of Newport Beach, CA for this easement work: JPT Construction 409 62"d Street Newport Beach, CA 92663 (714) 336-1966 Also, part of this package will include sewer main point repairs to rehabilitate broken or deteriorated sewer mains and manholes located on Balboa Island. The contractor shall include in their bid a $100,000 allowance for these repairs. The allowance will be in addition to the lump sum bids and expended at the discretion of the Engineer. Any funds not expended from this allowance will not be paid to the Contractor. As part of this contract, the contractor will be required to use GCI Construction, Inc. of San Clemente, CA for this sewer main point repair work: GCI Construction, Inc. 1031 Calle Recodo San Clemente, CA 92673 (714) 957-0233 Additionally, part of this bid package includes removing an abandoned 12-inch cast iron water main in Alley 402-A. This work includes excavating, removing and disposing of the 12-inch water main; and trench restoration, including placing and compacting backfill and 6-inch minimum hot -mix asphalt. Refer to the attached exhibit (Appendix H) showing the location of the existing water main and the work required for this item. The Contractor shall include this work as part of their lump sum bid. Contractor may include standard markups for both of these sub -contracting efforts. 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The contractor shall include in their bid a $150,000 allowance for survey work detailed below in AD-124 (Phase 2). The allowance will be in addition to the lump sum bids and expended at the discretion of the Engineer. Any funds not expended from this allowance will not be paid to the Contractor. Page 4 of 36 As part of this contract, the contractor will be required to use Coast Surveying, Inc. of Tustin, CA for the survey work: Coast Surveying, Inc. 15031 Parkway Loop, Suite B Tustin, CA 92780-6527 (714) 918-6266 The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor will: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall contact the City's representative in the field to confirm that the existing monument has been located, can be removed and the Contractor shall restore the affected survey monuments at his sole expense. If the monument has not yet been located and prior to excavating trenches, Contractor shall allow not more than 2 days for City to locate the monument and tie it out. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. The cost of any replacement work resulting in a failure by Contractor to notice the City or City's surveyor of the existing monument(s) or allow reasonable time to tie the monument out, shall be deducted from payment(s) due to Contractor. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service Delete this section and replace with the following: The underground cable and conduit system will not be staked for line or grade. It shall be the Contractor's responsibility to determine the depth of trenching required to maintain the minimum cover required by the utility owner in paved and unpaved areas and also to avoid interference with existing utility lines, mains and services. The drawings may or may not indicate construction of a joint trench in which to place the utilities. Except for service laterals, connections and adjustments to construct vaults, risers, or other such boxes, the intent of this contract is to place the existing overhead utilities underground in a single joint trench. The Contractor will ensure that the location of new work is within the right of way and/or easements of abutting and affected properties. Page 5 of 36 Page 6 of 36 SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided for in this subsection, one (1) percent may be added for compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours Page 7 of 36 minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The location of existing underground utilities or substructures was determined from a search of each of the utility company's records. No guarantee is made or implied that the information is complete or accurate. The Contractor shall excavate, expose and protect all high -risk underground facilities. The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. It shall further be the Contractor's responsibility to modify any trench alignment - including conduit depth and structure alignment— necessary to protect and provide required minimum cover and clearance from existing underground utilities or structures. The cost of any re -alignment necessary to complete the work will be considered as part of the conduit and structure installation. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings by a method that does not damage existing surfaces. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better at the contractor's expense. The Contractor shall notify the owners of all utilities and substructures as set forth in Section 7-10 Public Convenience and Safety of the Standard Specifications and these Special Provisions. The plans are schematic in nature. Contractor shall furnish and install all conduit required per the plans or the standards of the utility companies including bends, couplings, and pole risers and encase with concrete where shown on the plans. All conduits shall have '/4 inch polypropylene pull rope installed including all service lateral runs to property line or other such designated point(s). Page 8 of 36 Stake or otherwise mark the terminus point of all conduit runs not terminating in a junction box, handhole or other such structure. Use a nail, metal stake, rebar or spike flush with the ground with orange or red colored flagging or paint (in paved areas) to depict the terminus of the conduit. Secure the conduit ends with tape or other such plug to avoid contamination. 5-2 PROTECTION Insofar as practicable during the progress of the work, no pipeline, conduit, sewer, culvert, storm drain, drainage ditch, flood control channel, pole line, street lighting system, overhead wires or cables, or underground wires or cables, either main line structures or laterals and services, or any other structure or facility, shall be disturbed, but all should be supported and protected against injury and maintained in good operating condition at the expense of the contractor. In no case shall any such property be disturbed or removed without the consent of the Owner. The Contractor shall be responsible for and make good all damage due to his operations. All operations of the contractor affecting flood control channels and drainage ditches, and the restoration thereof, shall conform to the requirements of the agency having jurisdiction. All services shall be maintained throughout the course of the construction. In the case of a disruption of service, Contractor shall work diligently to restore the service with minimum outage and disruption. In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. Tunneling under existing water meter boxes will not be allowed. 5-2.1 Abandoned Utilities The contractor shall include in their bid a $100,000 allowance in AD-124 (Phase 2) for removal of abandoned utilities that interfere with proposed improvements that shall be compensated on a time and material basis at the direction of the City. The allowances will be in addition to the lump sum bids and expended at the discretion of the Engineer. Any funds not expended in this allowance will not be paid to the Contractor. Only work deemed unknown by the Engineer during construction will be paid to the Contractor on a Time & Materials basis. 5-2.2 Protection of Existing Utility Crossings The contractor will protect and prevent damage to existing city sewer mains and laterals, water mains and water service crossings during construction from potential hits/damages, trench settlement, compaction and other construction activities and be responsible to repair damages per City standards. Page 9 of 36 5-4 RELOCATION Utility relocations will be required within Assessment District No. 124 (Phase 2), as a result of the undergrounding improvements. Contractor shall coordinate with Southern California Edison, AT&T and Spectrum to schedule the noted relocations of utility pedestals, and adjustments/replacement of vault lids. Contractor shall field verify that existing sewer lateral cleanouts do not interfere with proposed conduit trench locations as shown on plans. Any interfering sewer lateral cleanouts shall be relocated to back of property line per City Std 406-L. All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. City will provide utility boxes at no charge to the Contractor. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Prior to issuing the Notice to Proceed for the Work, the Engineer will schedule a pre - construction meeting with the Contractor to review the proposed construction schedule and delivery dates, arrange utility coordination, discuss construction methods, discuss employee parking of personal vehicles, discuss construction staging areas and clarify inspection procedures. 6-1.1 Construction Schedule The anticipated Notice to Proceed for this contract will be January 13, 2025. No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule and cost breakdown, in bar chart form showing the proposed dates of commencement and completion cost of each of the various parts of the work and the anticipated amount of each monthly payment that will become due the Contractor in accordance therewith, to the Engineer for approval a minimum of five (5) working days prior to the pre -construction meeting. The schedule shall be supported by written statements from each supplier of materials or equipment indicating that all orders have been placed and acknowledged and setting forth the dates that each item will be delivered. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor Page 10 of 36 shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within Three Hundred (300) 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. Normal working hours are limited to 7:00 A.M. to 4:30 P.M., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. 6-7.2 Working Days The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) Page 11 of 36 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. The Contractor will be allowed to perform construction activities between May 26t" (Memorial Day Holiday) and September 1st (Labor Day Holiday), which is normally restricted. However, Contractor should take note of this busy summer season period and may elect not to work. The working days allowed for the project will not accrue if the contractor choses to shut their operation during that period or any portion of that period. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full-size set of as -built plans to the Engineer and the utility inspector(s) for approval prior to final payment or release of any bonds. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services Page 12 of 36 If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages Add the following: In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-5 PERMITS The text of Subsection 7-5 of the Standard Specifications is hereby deleted and replaced with the following. - The Contractor and all subcontractors shall each be licensed in accordance with State Business and Professions Code. The Contractor, at its own cost, shall also obtain any and all other permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. The Contractor shall pay all costs incurred by the permit and license requirements, unless specified in this section. All groundwater, pipeline dewatering and flushing shall be discharged to the nearest sewer facility. When the discharge to the sewer system is not feasible, the Contractor may discharge to the storm drain by meeting the reporting requirements of the City's NPDES diminimus construction permit. The Contractor will be required to apply for a Special Purpose Discharge Permit from the OCSD for discharging of all groundwater, pipeline dewatering and flushing to the nearest sewer facility. A copy of the Application Form, Certification of Accuracy of Information, Sewer Connection Verification Statement, Certification of Responsible Officer and Option to Designate Signatory are attached as Appendix B. The Contractor will need to obtain this permit and comply with all of its requirements in order to discharge to the nearest sewer facilities. The permit fee is $2,427.56 and shall be paid by the Contractor. The Contractor shall allocate a minimum of fifteen (15) working days for this process. The Page 13 of 36 Contractor will be required to analyze a representative sample of the groundwater to be dewatered by the Project, for Total Toxic Organics (TTO's), Volatile Organic Compounds, Selenium, Heavy Metals, Arsenic, and Total Dissolved Solids (as a minimum). In cases where chlorine addition is used for disinfection, the Contractor shall also monitor for chlorine. The Contractor will be required to install and maintain a desilting tank for settling and removal of solids in the groundwater before discharge to the sewer mains. Contractor will be required to install a flow meter on the discharge line from the desilting tank. The meter shall have a known accuracy of ±5%, and upon commencement of construction dewatering, the Contractor must report volume totals to OCSD on a weekly basis. A sample port with valve assembly shall be installed on the discharge line from the desilting tank, and in an accessible location for subsequent sampling by both the Contractor and OCSD. The Contractor will be prohibited from discharging during a rain/storm event. The Contractor shall conduct monitoring of the groundwater discharge as specified for the purpose of determining the status of compliance and suitability for discharge. For the purpose of monitoring the groundwater discharge associated with the Project, the Contractor shall collect grab samples from the desilting effluent discharge within the first week upon commencement of the discharge, and lastly, approximately one month before project shutdown. The constituents to be analyzed will include heavy metals (chrome, copper, nickel, zinc), plus arsenic and selenium (by EPA method 601013), total suspended solids, and total toxic organics (by EPA method 624). Copies of all sampling results/lab reports must be submitted to OCSD within 15 days of the sampling date. The project site is less than 1 acre, therefore, the preparation of a SWPPP is not required. The statewide general NPDES permit does not apply either to this project." 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shutdowns of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown of these City facilities. A four-hour shutdown of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shutdown between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shutdown must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shutdown. The Contractor is required to cooperate with utility companies and must coordinate work with utility company operations at no additional cost to the City. 7-8 WORK SITE MAINTENANCE Page 14 of 36 7-8.1 General The construction sites must be swept clean at the end of each workday. No unauthorized debris from the construction project site will enter the City's storm drain system, either through Contractor's forces or by any subcontractors of the Contractor, without prior written approval by the Engineer. 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. The Orange County Sanitation District (OCSD) Plant No. 2 located in Huntington Beach may be available for use as a staging area. It will be the contractor's responsibility to adhere and comply to the following OCSD conditions: This use of the OCSD staging area is for a period of 54-months from June 2024 through December 2028. At any given time and without any specific reasons, OCSD will provide a 5-day notice or immediate notice to the City and City's Contractor to demobilize, restore the area to its previous condition and vacate the area assigned by OCSD. 2. City's Contractor will maintain insurance requirements required by OCSD throughout the entire period that is occupying the staging area at Plant No. 2. 3. Prior to mobilization, City's Contractor shall take photographs of condition of staging area and submit to the City and OCSD for record purposes to restore area to previous conditions. 4. City's Contractor parking is not allowed in the staging area designated by OCSD. There shall be no parking of Contractor's employee and personal vehicles on the public streets (i.e. along Brookhurst Ave near Plant No. 2). 5. For the Staging Area, the City's Contractor shall provide privacy screen on the security fence surrounding the areas. The vision screening shall be clean green material in good condition, ninety (90) percent visibility blockage minimum, double - thick folded edge, securely attached to the fencing using grommets on all four sides. Privacy screen shall extend at least six feet high or to the top of fence, whichever is less. Screen and attachment shall be designed to withstand a wind speed of 50 miles per hour. Page 15 of 36 6. City's Contractor shall accommodate work performed by other Contractors at Plant No. 2. 7. City's Contractor shall comply with all Storm Water Pollution Prevention Requirements and shall install required BMPs. OCSD might direct the City and City's Contractor to install or maintain certain BMPs within their staging area. City's Contractor shall comply within 24-hrs of OCSD's request. There will be no dirt tracking within Plant No. 2 and in any public streets used as hauling routes. Contractor will have a street sweeper available at all times. 8. The provided area shall be for staging of construction equipment and materials only. Additionally, work involving coatings, hot work, grinding, sandblasting and other work activities is prohibited. 9. Noise generated by the Contractor in or around the Plant 2 facility shall be kept below 55db anytime outside of the hours of Monday through Friday 7:00 am to 5:00 pm. No work will take place on Saturdays and Sundays. 10. Access to Plant No. 2 / Security: a. The CONTRACTOR shall make adequate provisions for protection of the work area against fire, theft, and vandalism, and for protection of public against exposure to injury. b. The CONTRACTOR shall be responsible for protection of the Project site, and all Work, materials, equipment, and existing facilities thereon, against vandals and other unauthorized persons. c. No claim shall be made against OCSD by reason of any act of an employee or trespasser, and the CONTRACTOR shall make good all damage to OCSD's property resulting from CONTRACTOR's failure to provide security measures as specified. d. The CONTRACTOR shall provide security measures to protect OCSD's existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, watchman services, and other measures as required to protect the Project site. e. All CONTRACTOR, SUBCONTRACTORS and truck delivery drivers shall be required to sign in at the OCSD's security station at the Banning gate. The CONTRACTOR shall coordinate the Banning gate security guard coverage with Projects. The CONTRACTOR shall provide security services at the Banning gate through the contracted security vendor (Securitas) for all Work outside of normal scheduled working hours. Refer to Appendix E for OCSD Plant No. 2 Staging Area Location Map and insurance requirements. Page 16 of 36 In addition, the Contractor may elect to use the Newport Dunes Marina & Resort Storage area for equipment and material storage only. Refer to Appendix F for storage site use requirements, privacy screen and security fencing requirements, monthly site rental fees, and storage site exhibits. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. Full compensation for water pollution control shall be considered included in the various items of work and no additional compensation will be allowed therefore. 7-8.6.4 Dewatering Add the following to the end of this section: "Groundwater will be encountered during the excavation of the project for AD 124 (CENTRAL BALBOA ISLAND). The Contractorwill be responsible for providing, installing, maintaining, and operating a (well -point) dewatering system in the project area when groundwater is encountered. The contractor shall demonstrate experience with well point dewatering systems and their in-house capabilities or list a dewatering subcontractor who will perform these services. Lack of dewatering experience or not listing a qualified dewatering sub -contractor will be grounds for bid rejection. The Contractor's dewatering operations shall conform with all requirements of the OCSD's Special Purpose Discharge Permit. See Section 7-5, as amended, for specific requirements. The elevation of free Page 17 of 36 groundwater may vary depending on tides. For bidding purposes, the Contractor shall assume that free groundwater will be encountered at all excavations over three feet of cover. The Contractor shall provide and maintain, at all times during construction, ample means and devices to promptly remove and properly dispose of all water from any source, including groundwater, and water migrating through the bedding of existing sewers or storm drains or other existing utilities, entering the excavations. Costs for dewatering of all water shall be the Contractor's responsibility and shall be included within the Linear Foot Price for Project Dewatering and no additional compensation will be allowed therefor. The Contractor shall confirm that the receiving sewer system has the capacity to take the estimated flows during dry and wet weather conditions and whether or not the water quality is acceptable and will not cause any permit violations. The following discharges are prohibited: oil, grease, fuel, sludge, trash, chemicals, and any other items which would adversely affect water quality. Water shall not be discharged into OCSD sewer facilities during a wet -weather storm event. For all dewatering operations, each disposal point shall have a calibrated, non-resettable totalizing effluent flow meter with a flow accuracy of plus or minus 5 percent to track the dewatering discharges. The Contractor shall submit weekly reports showing total amount of discharge at each point with meter readings and other data necessary to support the quantity reported. Also, an accessible sample collection point shall be provided immediately upstream of all points of discharge. The Contractor shall provide OCSD's Source Control staff and Engineer unrestricted access to the facility and site to inspect, monitor, or verify compliance with OCSD's Permit requirements. All dewatering operations require the use of a desilting tank with a stainless -steel sampling port and a drip container so that the Engineer may collect periodic dewatering samples. Additionally, the desilting tanks shall be covered with sturdy and air -tight covers so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for silt removal or other maintenance activities. The desilting tank shall be located in a safe and easily accessible location. The system used for desilting the water shall be a baffled structure and shall provide not less than 5 minutes detention time and have a "flow - through" velocity not exceeding 0.2 foot per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow -through limitations specified above. The intent is to avoid any addition of soil materials from dewatering operations into the receiving sewer system. All dewatering operations with detectable levels of TTO's, or evidence of TTO's in the extraction zone, or significant amounts of volatile organics, may require the use of granular activated carbon (GAC) filters in lead -lag arrangement or other suitable Page 18 of 36 technology to meet OCSD's TTO limit of 0.58 mg/L and mitigate a Lower Explosion Limit (LEL) event. Note that additional particle filtration is typically provided upstream of the GAC filters to prevent fouling and to extend the life of the carbon. The GAC filters shall be equipped with a stainless -steel sampling port and a drip container on the final stage discharge outlet so that the Engineer may collect periodic dewatering samples. Additionally, the GAC filters shall be air -tight so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for carbon change out or other maintenance activities. The GAC filters shall be located in a safe and easily accessible location. Each GAC filter shall provide enough detention time to meet OCSD's TTO limit of 0.58 mg/L. The carbon shall be changed in the lead GAC filter when the TTO as measured in the discharge of the lead GAC filter is at 0.58 mg/L, or as required. The GAC filters and additional particle filtration equipment upstream of the GAC filters shall be cleaned as required to maintain the detention time and flow -through limitations as specified above. The intent is to avoid any addition of soil materials from dewatering operations into the receiving sewer system or fouling of the GAC filter carbon media. The method of pretreatment and point of disposal of water shall be subject to the District's Source Control staff and the Engineer's approval." If the contractor chooses to discharge construction site groundwater to the storm drain system, the contractor will be required to submit weekly flow data and monthly sample testing per the table shown below and meet all other requirements per the City's De Minimis Waste Discharge Permit with the California Regional Water Quality Control Board. For discharge points to the existing storm drain system, refer to Appendix D. Parameter Unit Sample Type Minimum Required Sampling Analytical Test Frequency Method Flow Gpd Measured Each See Note 1 discharge event Total p9/L Grab Monthly See Note 1 Petroleum Hydrocarbons Oil and Grease m /L Grab Monthly See Note 1 Total Residual mg/L Grab Monthly See Note 1 Chlorine Total mg/L Grab Monthly See Note 1 Suspended Solids Total Inorganic mg/L Grab Monthly See Note 1 Nitrogen TIN Sulfate m /L Grab Monthly See Note 1 H Std. Units Grab Monthly See Note 1 Total Dissolved mg/L Grab Annually See Note 1 Solids Page 19 of 36 Arsenic Total pg/L Grab Monthly See Note 1 Recoverable Cadmiun Total pg/L Grab Monthly See Note 1 Recoverable Copper pg/L Grab Monthly See Note 1 Dissolved and Total Recoverable Lead Dissolved pg/L Grab Monthly See Note 1 and Total Recoverable Mercury ug/L Grab Monthly See Note 1 Dissolved and Total Recoverable Nickel Total pg/L Grab Monthly See Note 1 Recoverable Selenium Total Ng/L Grab Monthly See Note 1 Recoverable Zinc Dissolved pg/L Grab Monthly See Note 1 and Total Recoverable Notes: All laboratory analyses shall be performed in accordance with test procedures under 40 CFR 136 (revised as of September 27, 2017) "Guidelines Establishing Test Procedures for the Analysis of Pollutants," promulgated by the USEPA, unless otherwise specified in this MRP. In addition, the Santa Ana Water Board and/or USEPA, at their discretion, may specify test methods that are more sensitive than those specified in 40 CFR Part 136. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Add the following. - PAVING RESTORATION: Alley pavement restoration will be "trench width" only with 4- inch thick of fine mix hot asphalt concrete flush with existing undisturbed alley. The City will return later to repave (P.C.C.) concrete alley areas. Final concrete pavement restoration for all street areas shall be T-trench per City standards and shall be a minimum width of six (6) feet for all trenching in the area. For trench lines that are within 2 feet of the curb/gutter or joint in alley, the existing concrete pavement shall be removed and replaced to edge of gutter or alley score line in addition to the trench line. For bidding purposes, City staff has estimated 12,000 square feet (SF) for concrete restoration and eight (8) inch replacement thickness in streets. Page 20 of 36 In addition, the Contractor is required to restore affected landscaping, hardscape and irrigation, concrete curb and gutter, sidewalk, cross -gutters and alley approaches impacted by the work as follows: 1. Curb and gutter — Any trench line that crosses under existing curb and gutter shall be replaced with a minimum 10' linear foot length (generally 5' on each side of the disturbed area) per City Standard Drawing No. STD-182. 2. Sidewalk — Any trench line that affects sidewalk, Contractor shall replace full - panels per City Standard Drawing No. STD-180. 3. Cross gutters — Any trench that crosses under an existing concrete cross -gutters, Contractor shall replace the cross gutter from joint to joint (on each side of the disturbed area) per City Standard Drawing No. STD-185. Cross -gutters shall be assumed 8-inches thick. 4. Alley approach — Contractor shall replace 6-foot minimum "T-trench width of all impacted alley approach per City Standard Drawing No. STD-142. T-trench restoration shall be assumed 18-inches on either side of trench line and concrete alley approach shall be assumed 8-inches thick. If saw cut lines are within 3-feet of a joint contractor shall replace concrete to the joint in addition to the minimum 6-foot width. On cross -gutter, alley approach and street concrete restoration Contractor shall join existing concrete improvements by core drilling % inch diameter epoxy coated rebar dowels placed at 24-inches on center. Private Improvements: Where private improvements appear to fall within the public right- of-way, Contractor shall request City to confirm the location of the right of way or easement line prior to removal of said improvements. In the event that subsurface, surface, or overhead utilities, fences, structures, or other facilities are required to be disturbed or removed to permit the construction of the improvements as provided hereunder, such disturbance or removal shall be done only with the approval of the City upon notification of the owner or owners involved by the City. The Contractor shall coordinate his operations with those of the owner or owners concerned with the disturbances or removal of facilities so as to minimize the inconvenience imposed on all affected parties. Contractor shall not remove any improvements until such removal is authorized by City. When authorized, improvements shall be removed in such a manner as to leave a clean neat appearance. Existing landscaping, trees, hedges, or other such items shall be pruned as necessary to allow for the work within the right of way without impacting the health of the landscaping. If pruning is not a feasible, viable alternative, the landscaping shall be removed in its entirety within the limits of the impact along that particular fronting property. The last paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted and replaced with the following: All costs to the Contractor for protecting, removing, restoring, relocating, repairing, replacing or reestablishing existing improvements as required above shall be considered included in the lump sum and no additional compensation will be allowed therefore. Page 21 of 36 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Street Closures, Detours and Barricades. Add to this section: 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 Engineer 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 Engineer 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) The traffic control and detours must meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with minimal inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent and all property owners. On trash collection days, the refuse company will start trash collection for alleys under construction at 7:00 AM. 5. Where work is performed, the contractor shall maintain a minimum one open travel lane at all times, unless otherwise specified by the City. Provide two flagmen around each excavation operation. Contractor will coordinate with the City in the preparation of detour plans for the various phases of work allowing only local resident traffic, if necessary. 6. Alleys can be closed to thru traffic, but pedestrian access shall be maintained to garages at all times except when excavating immediately adjacent to them. When excavation is immediately adjacent to garages, pedestrian access shall be restored at the end of each work week unless otherwise approved by the City. If necessary, the Contractor shall cover over the street sweeping "No Parking" signs on the streets immediately adjacent to the alley(s) under construction to allow for additional on -street parking with City provide "Permit Page 22 of 36 Parking Only" signs. Contractor shall arrange to sweep all streets with covered "No Parking" signs. In addition, the Contractor will distribute Parking Permits to the impacted residents. Permits to be provided by the City. 7. All unutilized, non -construction related vehicles shall be legally parked. 8. The Contractor shall schedule all work in a fashion that minimizes inconveniences to the public. The Contractor shall complete the underground construction in one street/roadway/alley prior to moving to another. The Contractor may have multiple crews, but no two adjacent streets or alleys may be under construction at any one time. 9. Sidewalk closures shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and detour path signs provided. 7-10.2 No Parking Signs. The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs), which he shall post at least forty-eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City Police Department's, Parking Control Division at (949) 644- 3717, for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs will be provided at no cost. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2-inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the City prior to posting. 7-10.3 Street Sweeping Signs After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. 7-10.4 Notices to Residents and Temporary Parking Permits Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent residents, within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Page 23 of 36 Forty-eight hours prior to the start of any construction, the Contractor shall distribute to the adjacent residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or alley, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. In addition to the forty-eight hour notice, the Contractor shall hand out two Temporary Parking Permits to each residence adjacent to the alley construction. The Temporary Parking Permits shall be filled out and signed by the Engineer and valid during the period of construction of the adjacent alley only. The written notices will be prepared by the City but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-10.5 Steel Plates Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards and type that minimizes noise (NO Welded bead type). In addition, steel plates shall be pinned and recessed flush with existing pavement surface when placed longer than one day. All trenching on street areas shall be base paved daily or utilize steel plates as defined here in. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General Revise paragraph one and two to read: Contractor shall submit a detailed Schedule of Values for the lump sum bid to the Engineer within 3 days after award of contract for review and approval. The agreed upon Schedule of Values will be used as a basis for monthly progress payments and will be agreed upon by the City and Contractor prior to the Award of contract. 9-3.4 Mobilization. Mobilization shall consist of preparatory work and operations including, but not limited to, those necessary for the movement of personnel, equipment, materials and incidentals to the project site necessary for work on the project and for all other work and operations which must be performed or costs incurred including bonds, insurance, and financing prior to beginning work on the various contract items on the project site. Mobilization shall also include the cost, time and labor to move the necessary construction equipment to and from the job site, supervisory time on the job by the Contractor's Page 24 of 36 personnel to keep the construction site in a safe condition and all other related work as required for all non -working days during the course of construction. Contractor is responsible for securing an adequate storage site for equipment and materials. The Contractor shall have on the work site at all times, as its agent, a competent English- speaking superintendent capable of reading and thoroughly understanding the plans, specifications, other related documents, and directions from the Engineer. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2-inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course shall be III-C3-PG 64-10 RAP. Asphalt concrete base course shall be III-B2-PG 64-10 RAP. Page 25 of 36 SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-4.1 General Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized thermoplastic. 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. Page 26 of 36 PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3-feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. 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 Engineer must approve final removal accomplished by other means. Page 27 of 36 SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General The Contractor shall furnish all equipment, labor, and materials required to remove and replace existing surface improvements in accordance with owning utilities Standard Specifications and these Special Provisions. Asphalt concrete for trench resurfacing shall be placed and rolled in accordance with the Plans, City of Newport Beach Standard Drawing No. STD-106 (A-E), the Standard Specifications and these Special Provisions. Cutting and Removal: Asphaltic concrete pavement shall be cut in a neat and workmanlike manner. Care shall be exercised so as to not damage adjacent pavement or other improvements. Existing Portland cement concrete surfaces to be removed shall be neatly sawcut. Cut existing pavement to the dimensions shown on the City of Newport Beach Standard Drawing No. STD-106 (A-E), the Standard Specifications and these Special Provisions. All asphalt concrete and Portland cement concrete removed from trench and structure excavations shall be removed from the site and disposed of by, and at the expense of, the Contractor. Subgrade Preparation: The subgrade shall be prepared by alternatively watering and cultivating the material until it is uniformly moistened to optimum moisture content for a depth of at least six (6) inches. The subgrade shall then be rolled with a steel roller or rubber tired roller until it is compacted to not less than 95 percent of maximum density as determined in accordance with ASTM D1556 or by nuclear methods, D 2922 or D 3017. The resulting surface shall be firm, hard, and unyielding, with a true, even, and uniform surface. Edges of existing pavement shall be sawcut to form a straight line. Crushed Aggregate Base: Crushed aggregate base shall meet the requirements of Section 200-2 and shall be constructed in accordance with Section 301-2.2 and 301-2.3 of the Standard Specifications. Place crushed aggregate base in accordance with the City of Newport Beach Standard Drawing No. STD-106 (A-E), the Standard Specifications and these Special Provisions. Temporary Resurfacing: Temporary bituminous resurfacing shall be replaced and maintained wherever excavations are made through pavement, sidewalk, or driveways. Temporary resurfacing shall be minimum of two inches in thickness. Aggregate for temporary resurfacing shall meet the requirements of Type II asphalt concrete, Class D, Section 203-6.3 of the Standard Specifications. Bitumen shall be Grade SC-800 liquid asphalt conforming to Section 203-2.4 of the Standard Specifications. Page 28 of 36 The mixture may be furnished from stockpiles or directly from the plant mixer and may be laid cold, at the option of the Contractor. Temporary resurfacing shall be placed to the grade of existing surfaces and rolled and compacted as soon as the condition of the backfill is considered by the City to be suitable to receive such surfacing. The Contractor shall maintain all temporary resurfacing in proper, usable condition until the permanent resurfacing operations are to be commenced. Temporary resurfacing shall be removed and disposed of by the Contractor. 302-5.4 Tack Coat Where stipulated on the plans and specifications or required by the Engineer, a SS-1 h type emulsified asphalt tack coat shall be applied. A tack coat may be used only when approved by the Engineer. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in Section 302-5.6.2. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of 2% PolarSet portland cement mix or other chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72 hours following concrete placement. Page 29 of 36 303-5.4 Joints 303-5.4.1 General The Contractor shall sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches. 303-5.5 Finishing 303-5.5.2 Curb The Contractor shall install or replace curb markings that indicate sewer laterals on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals. 303-5.5.4 Gutter The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 306-1 GENERAL This section includes specifications for trench excavation, construction of buried conduits, testing, backfill, and resurfacing. 306-1.1 Pipe Laying All conduit work shall be performed per the Plans, the Standard Specifications and these Special Provisions. Contractor shall furnish and install conduit to utility company specifications. Conduit work shall include all bends, couplings, sweeps, risers, fittings, connections, and all necessary appurtenances. All conduits shall have '/4 inch polypropylene pull rope installed including all service lateral runs to property line or other such designated point(s). Stake or otherwise mark the terminus point of all conduit runs not terminating in a junction box, handhole or other structure. Use a nail, metal stake, rebar or spike flush with the ground with orange or red colored flagging or paint (in paved areas) to depict the terminus of the conduit. Secure the conduit ends with tape or other such plug to avoid contamination. Installation of pull rope in all conduits shall comply with appropriate sizes and type per applicable utility company standards. Installation of plugs and markers shall comply with the applicable utility company standards. Mandrel all installed conduits to the satisfaction of the utility company inspector(s), including testing and re-mandreling as necessary. Page 30 of 36 306-3 TRENCH EXCAVATIONS This section includes specifications for trench excavation, construction of buried conduits, testing, backfill, and resurfacing. Installation of underground utility facilities shall conform to the requirements per City Standard Drawing No. STD-106-A, the Standard Specifications and these Special Provisions. Contractor shall submit trench shoring plan with design of shoring, sheeting, bracing or other provisions. Trench shoring shall be prepared by a State of California -licensed Civil or Structural Engineer. The acceptance of the trench shoring plans submitted is only an acknowledgement of the submission and does not constitute review or approval of the designs, design assumptions, criteria, completeness, applicability to areas of intended use, or implementation of the plans, which are solely the responsibility of the Contractor and it's California -registered Civil or Structural Engineer. 306-3.1 General The Contractor shall perform all excavation necessary or required for the construction of the improvements as shown on the drawings. Excavations shall include the removal and disposal of all materials of whatever nature encountered, including all obstructions of every nature that would interfere with the proper execution and completion of the work. The work shall include all pumping, ditching, and other required measures for the removal or exclusion of water. Add the following subsection: 306-3.1.1 Trench Excavation and Subgrade General: Trenches shall be excavated to a line and grade and be of a minimum width necessary for proper conduit installation. Where exclusive trench work is needed, the minimum conduit cover identified in each utility owner's current standard specification or installation guide may be followed. All trenches called for to be excavated in a utility easement which runs through private or public property shall be hand dug, unless otherwise approved by the Engineer. Except as otherwise provided herein, excavation for the improvements shall be in open - cut trenches. The maximum length of open trench shall not be greater than 300 feet, or the distance to accommodate the amount of conduit installed in a single day, whichever is the lesser. The distance is the collective length including excavation, conduit laying and backfill which has not been temporarily resurfaced. Trench width shall be outside diameter plus twelve (12) inches minimum or outside diameter plus twenty (20) inches maximum, including thickness of trench shoring or sheeting in conformance with City Standard Drawing No. STD-106. Page 31 of 36 Access to Trenches: Safe and suitable ladders which project two feet above the top of the trench shall be provided for all trenches over five feet in depth. One ladder shall be provided for each one -hundred feet of open trench, or fraction thereof, and be so located that workmen in the trench need not move more than 50 feet to a ladder. Public Access: Whenever required for the convenience of the public or individual residents, at saw crossings, at private driveways, or elsewhere, the Contractor shall provide suitable temporary bridges over unfilled excavations, except in such cases as the Contractor shall secure the written consent of the individuals or public authorities concerned to omit such temporary bridges. Contractor shall refer to Section 601-1 of the Standard Specifications and these Special Provisions for steel plates for temporary bridges. Temporary Surfacing: Immediately after completion of backfilling in paved streets and roadways, a two-inch layer of temporary asphalt concrete paving, the mix thereof to be approved by the City, shall be placed and rolled over the backfill. Temporary surfacing shall be of such quality and so placed and maintained as to provide a smooth surface level with adjacent existing paving. At no time shall excavation operations advance ahead of temporary paving by distance of 300 feet. Temporary surfacing shall remain in place until permanent resurfacing is placed. All streets and roads used shall be kept free from dust, mud, rocks, and gravel. Drainage: The Contractor shall take care of drainage water from the construction operations, and of storm water and wastewater reaching the site of the work from any source. The Contractor shall be responsible for any damage to persons or property on or off the right-of-way due to such drainage water or to interruption or diversion of such storm water on account of his operations. Contractor shall refer to Section 7-8.6 of the Standard Specifications and these Special Provisions for water pollution control. Supports: Excavations shall be supported in a safe manner meeting the requirements of the California Division of Industrial Safety. For supports for excavations five feet or greater in depth, Contractor shall submit a trench shoring plan in compliance with Section 306-3 of the Standard Specifications and these Special Provisions. Excess Excavation: Whenever excavation is made below the required trench bottom, suitable and approved bedding material (in conformance with City Standard Drawing No. STD-106 and Section 306-6 of the Standard Specifications) shall be used to bring the trench back to proper grades. Properly moistened approved bedding material shall be deposited in the trench in uniform layers not exceeding six (6) inches thick and compacted to 90% minimum relative compaction. The material shall be compacted by use of power driven tampers of an approved type and in a manner satisfactory to the Engineer. The trench bottom shall then be prepared to receive the conduits or other such structures as indicated by the plans. Rock: Where rock or similar hard and unyielding material is encountered, the trench shall be over excavated to provide a minimum of six (6) inches below all conduit and accessories, and refilled to foundation grade with granular materials, suitable for bedding. Page 32 of 36 Bell Holes: Conduit shall be laid only on properly prepared trench bottom shaped to provide continuous contact with the pipe. Bell holes are not required. Excess Material: Excess excavated material removed from site shall be disposed of by the Contractor at his expense at a disposal site approved by the Engineer. The route (through the City) for trucks hauling excess excavated material shall be approved by the Engineer prior to removal of any material from the project area. The amounts, type, and destination of disposed excess excavated material shall be properly documented in writing to the City. Compaction: After conduit installation, trench bedding and backfill shall include sand shading and compaction to the satisfaction of the Engineer, in conformance to the project plans, City Standard Drawing STD-106, Subsection 306-6 of the Standard Specifications, and these Special Provisions. Select material taken from excavation shall be free from stones or boulders larger than two inches in diameter, from chunks of pavement, and from large unbroken masses of earth, free of tree roots, branches and sticks. Imported granular backfill material shall be approved loose, granular materials, free from humus, and having a sand equivalent of not less than 30 as determined by laboratory tests. The Contractor, at their own expense, shall submit a certification of material quality to the Engineer prior to placement. Select or imported granular backfill shall be placed simultaneously on both sides of the conduit and shall be completely worked around the conduit and consolidated by sluicing or jetting with water. Before additional material is placed upon the portion of the backfill consolidated by sluicing or jetting, an adequate interval of time, as determined by City, shall be allowed to permit reduction of the water content to a degree affording maximum practicable compaction. After the water has drained out as required, the Contractor shall use water jets or other approved means to increase the consolidation until no further consolidation can be obtained. Only material susceptible to satisfactory consolidation by sluicing and jetting shall be used for granular bedding and backfill. Material used for the remainder of the backfill above the top of the conduit shall be selected from that removed from the excavation or shall be imported at the option of the Contractor, brought to near optimum moisture content and compacted by jetting with water or by mechanical equipment. Equipment used for compaction when earth cover on the conduit is three (3) feet or less shall be rollers or vibratory tampers. Use of equipment which compacts by impact will not be permitted. 306-3.1.2 Backfill of Trenches Preparation: Prior to placing backfill, the area to receive the fill material shall be cleaned to remove all trash and debris. Materials: Material used for trench backfill shall be selectively taken from the excavation or shall be imported granular material approved by the Engineer. Placement and Completion: Where supports of any nature are used in the trench, said supports shall be removed unless otherwise approved by the Engineer. Where tight Page 33 of 36 sheeting is used, it shall be removed systematically as soon as practicable after backfilling by pulling alternating pieces along each side of the trench, alternating also from one side of the trench to the other. Compaction: Structure and trench backfills shall be compacted to the specified relative percent of the maximum dry density as determined by ASTM D1557. Compaction tests performed in the field will be done in accordance with ASTM D1556 (sand cone) or by nuclear methods, ASTM D2922 or D3017. The Contractor shall perform, at its sole expense, all necessary testing to certify that material and sole compaction of the project meet these specifications. The Contractor shall conduct and provide compaction test results for every 150 linear feet of conduit from a lab approved by the Engineer. Compaction test are at the expense of the Contractor. The Contractor shall make all necessary excavations for compaction tests, as directed by the Engineer, and all work in connection with compaction testing by the Contractor shall be included in the various items of work and no additional compensation will be allowed therefore. SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been placed. 314-4.2 Control of Alignment and Layout 314-4.2.1 General The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight. Any existing alley yellow right-of-way striping or white stop bars that is removed due to trenching shall be replaced within 5 days of final paving operations. 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 314-4.4.1 General The final reflectorized thermoplastic striping shall not be applied until the finish course pavement or slurry seal has been in place for at least 15 days. The thermoplastic shall Page 34 of 36 be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. 314-4.4.2 Surface Preparation Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. 314-5 PAVEMENT MARKERS 314-5.1 General Raised pavement markers shall not be placed until the finish course pavement or slurry seal has been in place for at least 15 days. Section 315 is hereby added as follows. - SECTION 315 — PULL BOXES, HANDHOLES, UTILITY BOXES, VAULTS AND COMPONENTS 315-1 GENERAL The Contractor shall furnish and install all junction boxes and vaults as necessary or as shown on the Plans, Standard Specifications, these Special Provisions and the Utility Company's standards. If located in the roadway or traffic areas, traffic rated covers (to meet H-20 loading) are required. All junction boxes, handholes, vaults pull boxes, and components, such as vault covers, ladder, vents and vent pipes, shall meet or exceed the requirements of the utility companies. Contractor shall lay out all junction boxed, handholes, vaults, pullboxes, etc. to ensure that structures do not compromise street integrity and are located out of drainage courses and street flowline. Layout to be approved by the Engineer prior to construction. Backfill Around Transformer Enclosures: Backfill between the transformer enclosures and natural soil shall consist of a mixture of ten parts of sand to one part of Portland cement. Water shall be added to the mixture to produce a slurry which will fill voids when placed in the excavation. Page 35 of 36 PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, up to two (2) changeable message signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected areas. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. Additionally, steel plates utilized for trenching shall be the slip resistant type per Caltrans standards and capable of carrying H-20 wheel loading. Plates shall have a minimum width equal to the excavation width plus 24 inches. Contractor shall monitor the traffic control seven (7) days a week and provide an emergency contact phone number to be used for after-hours during weekdays and during weekends. Contactor is expected, as a minimum, to check the traffic control devices in the mornings every day and be available for any emergency related calls from the after-hours phone number. Page 36 of 36 City of Newport Beach Underground Utility Assessment District No. 124 (Central Balboa Island - Phase 2) (9451 =), bidding on 10/16/2024 9:30 AM (PDT) Page I of 4 Printed 10/16/2024 Bid Results Bidder Details Vendor Name Asplundh Construction LLC Address 7431 Walnut Ave. Buena Park, California 90621 United States Respondee Adam Lederman Respondee Title Division Manager Phone 562-509-7939 Email aeederman@asplundh.com Vendor Type CADIR License # 1028802 CADIR 1000OS2788 Bid Format Electronic Submitted 10/16/2024 8:07 AM (PDT) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 398689 Respondee Comment Buyer Comment Attachments File Title BID SUBMITTAL C-9451-2_ASPLUNDH CONSTRUCTION LLC.pdf Bid Bond C-9451-2 Asplundh Construction.pdf Bid Bond C-9451-2 Asplundh Construction.pdf File Name BID SUBMITTAL C-9451-2_ASPLUNDH CONSTRUCTION LLC.pdf Bid Bond C-9451-2 Asplundh Construction.pdf Bid Bond C-9451-2 Asplundh Construction.pdf File Type General Attachment Bid Bond Bid Bond Planel8ids City of Newport Beach Underground Utility Assessment District No. 124 (Central Balboa Island - Phase 2) (9451 2). bidding on 10/161_024 9:30 AM (PDT) Page 2 of 4 Printed 10/1612024 Subcontractors Showing 2 Subcontractors Name & Address DSC Construction 24441 HWY 74 Perris, California 92570 Rain For Rent 1301 East Spring Street Long Beach, California 90806 Desc License Num Saw -cutting 983303 Dewatering 904992 CADIR Amount Type 1000014165 $ 100,000.00 1000007030 $1,500,000.00 PlanetBids City of Newport Beach Underground Utility Assessment District No 124 (Central Balboa Island - Phase 2) (9451-2), bidding on 10/1012024 9:30 AM (PDT) Page 3 of 4 Printed 10/1612024 Line Items Discount Terms No Discount Item # Item Code Type Item Description Section 1 1 Underground utility Assessment District No. 124 (Central Balboa Island- Phase 2) UOM QTY Unit Price Line Total Response Comment $5,687,675.00 LS 1 $5,687,675.00 $5,687,675.00 Yes PlanetBids City of Newport Beach Underground Utility Assessment District No. 124 (Central Balboa Island - Phase 2) (9451-2), bidding on 10/1612024 9:30 AM (PDT) Page 4 of 4 Printed 10/1612024 Line Item Subtotals Section Title Section 1 Grand Total Line Total $5,687,675.00 $5,687,675.00 Planet8ids UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (CENTRAL BALBOA ISLAND — PHASE 2) CONTRACT NO. 9451-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 19th day of November, 2024 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and Asplundh Construction, LLC, a New York limited liability company ("Contractor"), whose address is 708 Blair Mill Road, Willow Grove, PA 19090, 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 includes, but is not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, dewatering, removing an abandoned 12- inch cast iron water main in Alley 402-A, furnishing and installing conduit with poly - pull ropes, including service lateral runs, utility pullboxes, handholes, vaults and all associated items, necessary for the conversion of existing overhead electrical power, telephone, and cable, television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T and Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124, (PHASE 2). (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 9451-2, 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 Five Million Six Hundred Eighty Seven Thousand Six Hundred Seventy Five Dollars ($5,687,675.00). 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 Adam Lederman 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. Asplundh Construction, LLC Page 2 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive Newport Beach, CA 92660 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Asplundh Construction, LLC Page 3 Attention: Adam Lederman Asplundh Construction, LLC 708 Blair Mill Rd Willow Grove, PA 19090 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 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. Asplundh Construction, LLC Page 4 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and Asplundh Construction, LLC Page 5 City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Asplundh Construction, LLC Page 6 Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to Asplundh Construction, LLC Page 7 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. Asplundh Construction, LLC 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 Attorney's 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] Asplundh Construction, LLC 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: 10 111,7-4- 02,Z-1 By: �,, l Aarok C. Harp ti4 Ga City Attorney �° A ATTEST: al. a� Date: /l. By: 44*dj��� Leilani I. Brown City ClerN-ftoft., IC CITY OF NEWPORT BEACH, a California municipal corporation Date: ty/9- /zd Zy By: Will O'Neill Mayor CONTRACTOR: ASPLUNDH CONSTRUCTION, LLC, a New York limited liability company Date: Bv: Signed in Counterpart Frank V. Giordano President Date: Signed in Counterpart By: Nickkia S. Sellers Assistant Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C - Insurance Requirements Asplundh Construction, LLC 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: 10/ 2 Z- / 7_ ()?_ 1-1 By: Aa n C. Harp City Attorney ATTEST: Date: By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Bv: Will O'Neill Mayor CONTRACTOR: ASPLUNDH CONSTRUCTION, LLC, a New York limited liability company Dater �02 By: J r[ Frank V. Giordano President Date: IOI�;sd 24 V kia SSe�llers Assistant Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Asplundh Construction, LLC Page 10 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 108140138 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Asplundh Construction, LLC hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract includes, but is not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, dewatering, removing an abandoned 12-inch cast iron water main in Alley 402-A, furnishing and installing conduit with poly -pull ropes including service lateral runs, utility pullboxes, handholes, vaults and all associated items necessary for the conversion of existing overhead electrical power, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T and Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (PHASE 2), in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Five Million Six Hundred Eighty Seven Thousand Six Hundred Seventy Five Dollars ($5,687,675.00) 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 Asplundh Construction, LLC Page A-1 exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 23rd day of October , 20 24. ASPLUNDH CONSTRUCTION, LLC Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety One Tower Square, Bond/5PB, Hartford CT 06183 Address of Surety 215-255-1724 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: ' - �, - AarA C. Harp City Attorney Authorized ignat e/Title j� Authorized A nt Signature Patricia A. Rambo, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Asplundh Construction, LLC Page A-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - PRINCIPAL 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 t*lk \[ . County of Sdnt On R 1►1 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. ALYSSA L SABEL NOTARY PUBLIC -STATE OF NEW YORK No. 0 1 SA6408666 Qualified in Suffolk County My Commission Expires 09-08-2028 I certify under PENALTY OF PERJURY under the laws of the State of Pennsylvania that the foregoing paragraph is true and correct. WITNESS my hand and official seal. _'&n � &a&� Signature Signature of Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - SURETY 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 NEW JERSEY County of CAMDEN On �O� /�a`�' before me, Dana L. Donahue ,Notary Public, personal y a eared Patricia A. Rambo 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 Pennsylvania that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ���_I • a_4� G ��lllli St, Signature of Notary Public Dana L Donahue Notary Public State of New Jersey Camden County Commission Number 50184265 My Commission Expires February 1, 2027 Travelers Casualty and Surety Company of America .A. Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Patricia A. Rambo of PHILADELPHIA , Pennsylvania , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. NNW SLNF7Y�, y,P (Y Arya tHASTFORD,l - = 00!j* WN.HARTFORD, * CONN.UAL State of Connecticut By: City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. Commission expires the 30th day of June, 2026 awt r%. � - Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 23RD day of OCTOBER , 2024 �� �r � our.• / = r 3 ....•' WVA Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached. EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 108140138 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 12,797.00 , being at the rate of $ 2.25 Per thousand thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Asplundh Construction, LLC hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract includes, but is not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, dewatering, removing an abandoned 12-inch cast iron water main in Alley 402-A, furnishing and installing conduit with poly -pull ropes including service lateral runs, utility pullboxes, handholes, vaults and all associated items necessary for the conversion of existing overhead electrical power, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T and Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 124 (PHASE 2). in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Five Million Six Hundred Eighty Seven Thousand Six Hundred Seventy Five Dollars ($5,687,675.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not Asplundh Construction, LLC Page B-1 exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 23rd day of October '20 24 . ASPLUNDH CONSTRUCTION, LLC — Name of Contractor (Principal) Authorized Signature/Title K,iCj ��,,_ _ . TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety Authorized A ent Signature One Tower Square, Bond/5PB, Hartford CT 06183 Address of Surety 215-255-1724 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: it J(6J o Lq By: C Aaron Oarp City Attorney Patricia A. Rambo, Attorney-in-Factg Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Asplundh Construction, LLC Page B-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - PRINCIPAL 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 V County of & On NO] F. IaV,L"iiy aYjjk.,aicu ly��AU a .jk VA , wno provea to me on the basis of satisractory 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 ALYSSA L SABEL State of Pennsylvania that the foregoing paragraph is true and NOTARY PUBLIC -STATE OF NEW YORK correct. No. 01 SA6408666 Qualified in Suffolk County WITNESS my hand and official seal. My Commission Expires 09-08-2028 ( & Signature Signature of Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - SURETY 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 NEW JERSEY County of CAMDEN On Id 93ja*4 before me, Dana L. Donahue , Notary Public, persona 11y appeared Patricia A. Rambo 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 Pennsylvania that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public � WE Dana L Donahue h Notary Public State of New Jersey Camden County Commission Number 50184265 My Commission Expires February 1, 2027 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 and employees. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary excess/umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate and four million dollars ($4,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). Asplundh Construction, LLC Page C-1 C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than two million dollars ($2,000,000) combined single limit for each accident. D. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability policies are used to meet the limits of liability required by this contract, then said policies shall be "following form" of the underlying policy coverage, terms, conditions, and provisions and shall meet all of the insurance requirements stated in this contract, including, but not limited to, the additional insured and primary & non-contributory insurance requirements stated herein. No insurance policies maintained by the City, whether primary or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until the Contractor's primary and excess/umbrella liability policies are exhausted. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees, or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess/umbrella liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as additional insureds under such policies. C. Primary and Non -Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its City Council, boards and commissions, officers, agents, volunteers and employees. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. Asplundh Construction, LLC Page C-2 D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed 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 sixty (60) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. Asplundh Construction, LLC Page C-3 D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Any self -insured retentions must be declared to and approved by City. City reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgement may be necessary for its proper protection and prosecution of the Work. Asplundh Construction, LLC Page C-4 k n o } ? § LU — k / Tv) $.7 U. ..K. .}.2 .� . . .7. .r . . .u.0 . u m 2 . k S / § \ \ "I 2 . . \ § \ § e . \ § / \ \ @ £ . � k. ) . ) $ . \ % k - . a � B . — f 2 ; \ j co/ k S § . C<L k . ) . a t & = 2 m § § . f ) ; a f ƒ / • $ � \ m t � — / \& \\ \ \ ) / k / / �/ a)