Loading...
HomeMy WebLinkAboutC-8163-1 - Storm Drain System Repair/RehabilitationMay 28, 2020 Sancon Technologies, Inc. Attn: Chuck Parsons 5841 Engineer Drive Huntington Beach, CA 92649 Subject: Storm Drain System Repairs/Rehabilitation — C-8163-1 Dear Mr. Parsons: 100 Civic Center Drive Newport Reach, California 92660 949-644-3005 1 949-644-3039r-nx newportbeachca.gov On May 28, 2019, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 30, 2019 Reference No. 2019000183803. The Surety for the contract is Hanover Insurance Company and the bond number is 1069431. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure CY� May 28, 2020 Sancon Technologies, Inc. Attn: Chuck Parsons 5841 Engineer Drive Huntington Beach, CA 92649 Subject: Storm Drain System Repairs/Rehabilitation — C-8163-1 Dear Mr. Parsons: 100 Civic Center Drive Newport Reach, California 92660 949-644-3005 1 949-644-3039r-nx newportbeachca.gov On May 28, 2019, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 30, 2019 Reference No. 2019000183803. The Surety for the contract is Hanover Insurance Company and the bond number is 1069431. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT B CITY OF NEWPORT BEACH BONG) NO. 1069431 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 626,975.009 being at the rate Of $ 9.90 PER $500m AND $8.10 FOR BAL^� thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Sancon Technologies, Inc. hereinafter designated as the "Principal," a contract for; (1) distributing construction notices to affected businesses and residents; (2) cleaning, inspecting and closed circuit television ("CCTV") recording the storm drain lines; (3) lining of existing corrugated metal pipe ("CMP"); (4) potholing and exposing existing storm drain lines and utilities; (5) trench excavating and replacing pipe sections; (6) installing a polyvinyl chloride ("PVC") storm drain; (7) resurfacing trenches in the roadway and/or parkway, including installing pavement striping and markers; (8) enlarging pipe connections at two existing catch basins; (9) grouting and filling voids within existing CMP; and (10) all other Incidental items of warts as described in the Contract Documents, 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 HANOVER INSURANCE COMPANY 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 Six Hundred Twenty Six Thousand Nine Hundred Seventy Five Dollars and 00/100 ($626,975.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify. defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. Sancon Technologies, Inc. Page B-1 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of _ March, 2018 120 SANCON TECHNOLOGIES, INC. Name of Contractor (Principal) HANOVER INSURANCE COMPANY Name of Surety 5 HUTTON CENTRE DRIVE, #1060 Address of Surety SANTA ANA, CA 92707 714-415-3808 Telephone APPROVED AS TO FORM; CITY ATTORNEY'S OFFICE Date:---vril )_._-- .f i By Aaron C. Harp City Attorney Michael R. Langan, Attorney in Fact Print Name and Title k NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Sancon Technologies, Inc.,. Page 13-2 A notwy P is ar affm office can{det. Vris cermcide Mems 0* Vie idmw of Ula trrdiuid W *w signed Vre docarrerrt b W" Vrs OWWWAs is agar cand notfm UtdhkkmmM S=xa y'. or State of Callionda catuty of Las Angeles t On MWO, �� �i I U beforeme6 NEVINE F. AYAD f NOTARY PUBLIC (rnsext name and lIe of Uri dfiioarj Persw* appeared NNdR Langan who Proved b me an -am' R of sliidba ry evidence b be to peramMpj wroee rwtw j is W su embed to We WINM kmbu w t and admowtadVd to me Ural hmftk w==*d #* saw in Penxw*t . as width � gW e edgwknkmal I cw* carder PENALTY OF PEPJURY rarderthe Fawn of the Stere of Cat%rrrs that Ura Paragraph is true and correct. wr NESS my and eframl seal. NEVINE I 82AYAD `► COMM. 024775 SR �j Ndary PuENc-CalHomia m LOS ANGELES COUNYY a Conor. . Op. 24, 2020 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Michael R. Langan of Pasadena, CA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: 'RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 23rd day of January 2013. THE HANOVER INSURANCE COMPANY q (f: '""`MASSACHUSETTS BAY INSURANCE COMPANY wu+uwnCITIZEN$ URANCE OMPANY OF AMERICA 4 ) Robert Thomas„ Vice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )as. Joerenstrom, is Presidem On this 23rd day of January 2013 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company ofAmerica, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bey Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. BARBARAA. BARLICK Notary Pablin uycon,n.ma�ra�rsror.z,.zoie .. _ Barbara A. Garlick, Notary Public My Commission Expires September 21, 2018 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of/dIorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile.' (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001- Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 28TH day of March 2018,_ THE HANOVER INSURANCE COMPANY N:' 4864 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO AMENDED Certificate of Authority Tars Is To CFWITFY, That, pursuant to the Insurance Code of the State of California, The Hanover Insurance Company Of Bedford, New Hampshire , organized under the laws of New Hampshire subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tins CmmriceTE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WILIMEOF, effective as of the.-.-- . 20th day af......... _October,_ __ - I986_- I have hereunto set my hand and caused my official seal to be affixed this_.40111 day of-- -OctoberI9-8.6- n. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On April 2, 2018 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Chuck Parsons who proved to me on the basis of satisfactory evidence to be the person(e) whose name(s) is/awe subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/#aew/#K* authorized capacity(ies), and that by his/kee 494 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) CO8URA .2166943CAR Notary Poohc - Ce111voie Oienge County Comm. Exoos Oct. 30 2020 August 5, 2019 Sancon Technologies, Inc. Attn: Chuck Parsons 5841 Engineer Drive Huntington Beach, CA 92649 Subject Storm Drain System Repairs/ Rehabilitation C-8163-1 Dear Mr. Parsons: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAx newportbeachca.gov On May 28, 2019 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 30, 2019, Reference No. 2019000183803. The Surety for the bond is Hanover Insurance Company and the bond number is 1069431. Enclosed is the Labor & Materials Payment Bond. Sincerely, afi� 4,APIA- Leilar-d I. Brown, MMC City Clerk Enclosure CITY OF NEWPORT BEACH BOND NO. 1069431 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Sancon Technologies, Inc. hereinafter designated as the "Principal," a contract for: (1) distributing construction notices to affected businesses and residents; (2) cleaning, inspecting and closed circuit television ("CCTV") recording the storm drain lines; (3) lining of existing corrugated metal pipe ("CMP"); (4) potholing and exposing existing storm drain lines and utilities; (5) trench excavating and replacing pipe sections; (6) installing a polyvinyl chloride ("PVC") storm drain; (7) resurfacing trenches in the roadway and/or parkway, including installing pavement striping and markers; (8) enlarging pipe connections at two existing catch basins; (9) grouting and filling voids within existing CMP; and (10) all other incidental items of work as described in the Contract Documents, 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, HANOVER INSURANCE COMPANY' duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Twenty Six Thousand Nine Hundred Seventy Five Dollars and 00/100 ($626,976.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the Sancon Technologies, Inc. Page A-1 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 9600 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 terns of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 28th day of March, 2018 , 20_ SANCON TECHNOLOGIES, INC. Name of Contractor (Principal) HANOVER INSURANCE COMPANY Name of Surety 5 HUTTON CENTRE DRIVE, #1060 Address of Surety SANTA ANA, CA 92707 714-415-3808 Telephone APPROVED AS TO FORM: CITY ATTOORN„ E,Y'S OFFICE Date: /9 By: Aaron C. Harp City Attorney Michael R. Langan, Attorney in Fact Print Name and Title �__. NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 4-- x Sancon Technologies, Inc. Page A-2 ACKNOWLEDGMENT A cry pA*c or other dficer camptekV #0 ceff=te Verus 0* the i 1% tjr of the WmAndcral who sued the doamerd to which this certi mid is attadied, and not the dultdu wmM aaxracy, or vakfit of that doomnenL State of CaNiomia County of Leos Angeles � On Alw'-f.Z1 0 (Kew NEVINE F. AYAD, NOTARY PUBLIC (`msett mune and We of the oflioer) — personany appeared Kkhae! R. Langan who proved to me on the basis of salksfac tory evidence tD be the person(!] whose nam*) Ls/ subsml)ed to the morin irmbunerct aid admomeckled b me that hdahefiWay wed the same in hisJ:heelhheir a6harzed capaca4fj=) and that by h SignatLgeM on the ffa8unwo the Pte*& ur the enW upon behalf of vA icn the person(y) ached, exp go irtsUunert I cer67y under PENALTY OF PMRMY uxler the kms of the Stade of CaMorras fiat the foregoing paragaph is true and cw":L wITNE3S mY heW and offnw seal. NEVINE F. AYAD `r COMM. #2024775 Notary Public - California e `CJU yu A LOS ANGELES COUNTY a M Comm. Exp. Od. 24, 2020 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Michael R. Langan of Pasadena, CA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys-in4act of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attomeys-in-fad shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 23rd day of January 2013. THE HANOVER INSURANCE COMPANY q 2,r+"" "coy,MASSACHUSETTS BAY INSURANCE COMPANY ++CITIZENS UR}ANCE OMPANYOFAMERICA e * 14174 � ji)_ Robert Thomas„ Vice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )as. J renstrom, ieie President On this 23rd day of January 2013 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged thatthe seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations.. ,,,,tt BARBARAA. GARLICK / aPFlr 1 NotaryPublicmal" ��.°/1 / toonnarweaMoTTM' BW.21.ifis 201 f�. .�1�i/JL��I.�L x..s✓`-� i''( i rhCMunisslm Ergriatiep5.21,205a Barbara A. Garlick, Notary Public My Commission Expires September 21, 2018 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, eventhough one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14,1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001- Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 28TH day of March 2018 . THE HANOVER INSURANCE COMPANY MAVSA�HUSEAY_IfJBt{RAHCE COMPANY CIT EN SPUME 9♦AMFW0 OF AMERICA Y! 4864 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO AMENDED Certificate of Authority Tits Is ro CFRTwy, That, pursuant to the Insurance Code of the State of California, The Hanover Insurance Company Of Bedford, New Hampshire , organized under the laws of New Hampshire subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tuns CmvnFieaTE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNEss WHEREOF, effective as of the---- _ . 24tih day October ---------_--- Iy 86--- I have hereunto set my hand and caused my official seal to be affixed this _.20t h day °f -------October - --- 19-86_. n. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On April 2, 2018 before me, C.Vizcarra, A Notary Public name and title of the officer) personally appeared Chuck Parsons who proved to me on the basis of satisfactory evidence to be the person(e) whose name(s) is/are- subscribed .to the within instrument and acknowledged to me that he/sheAhey executed the same in his/hef/th& authorized capacity(ies), and that by his/he•'oathe# signature(s) on the instrument the person(&), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) G MCARRA COMM. x2166943 Notary PuDDc Cahfanie Orange County Comm. es 0.i. . Batch 4630322 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 2 of 8 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIII'IIIIIII 11 NO FEE «$ R 0 0 1 0 8 6 7 3 1 3$« 2019000183803 8:45 am 05/30/19 90 SC5 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Sancon Technologies, Inc., Huntington Beach, California, as Contractor, entered into a Contract on March 13, 2018. Said Contract set forth certain improvements, as follows: Storm Drain System Repairs/Rehabilitation - C-8163-1 Work on said Contract was completed, and was found to be acceptable on May 28 2019, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Hanover Insurance Companv. 'M1 Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on FM City at Newport Beach, California. https:Hgs.secure-recording.com/Batcli/Confirmation/4630322 05/30/2019 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Sancon Technologies, Inc., Huntington Beach, California, as Contractor, entered into a Contract on March 13, 2018. Said Contract set forth certain improvements, as follows: Storm Drain System Repairs/Rehabilitation - C-8163-1 Work on said Contract was completed, and was found to be acceptable on May 28, 2019, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Hanover Insurance Company. BY Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Exec 110 at Newport Beach, California. Cliy C' m CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 7th day of February, 2018, at which time such bids shall be opened and read for STORM DRAIN SYSTEM REPAIR / REHABILITATION Contract No. 8163-1 $ 635,000.00 Engineer's Estimate Approved by Mfirk Vuko evic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: hftp://www.planetbids.com/portal/portal.cfm?CompanylD=22078 Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" OR "C-34" For further information, call Kathryne Cho, Project Manager at(949)644-3014 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca. gov/govern me nt/open-transparent/onli ne-services/bids-rfps- vendor-registration City of Newport Beach STORM DRAIN SYSTEM REPAIR / REHABILITATION Contract No. 8163-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: IZNSTRUCTIONS TO BIDDERS BWDER'S BOND (Original copies must be submitted to the City Clerk's Office) ✓6 SIGNATION OF SUBCONTRACTORS (Contractor shall also submit info via PlanetBids) rNFORMATION NTRACTOR'S INDUSTRIAL SAFETY RECORD REQUIRED OF BIDDER ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO ,,�,EJ0 OPENING DATE (if any; Contractor shall confirm via PlanetBids) ✓J�TECHNICAL ABILITY AND EXPERIENCE REFERENCES ✓✓yT N -COLLUSION AFFIDAVIT /An' OF SURETIES PROPOSAL ((LINE ITEMS to be completed via PlanetBids, Acknowledgement form must be signed) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the wards "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original copies must be submitted to the City Clerk's Office by the Bid Opening Date. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated 3 quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may 'be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to 4 provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been ev we I. 7 7 4i O Ss— ,q Contractor's License No. & Classification Authorized Signatureffitle U o C, 0 0 gF 77 6 /3 d/ocP z h— DIR Reference Number & Expiration Oate Date Bidder City of Newport Beach STORM DRAIN SYSTEM REPAIR / REHABILITATION Contract No. 8163-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE TOTAL AMOUNT OF THE BID IN ------Dollars ($10% OF BID AMT. ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of Storm Drain System Repair/Rehabilitation Project, Contract No. 8163-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this SECONDday of FEBRUARY, 2018 2018. SANCON TECHNOLOGIES, INC. Name of Contractor (Principal) Authorized Signature/Title HANOVER INSURANCE COMPANY Name of Surety 5 HUTTON CENTRE DRIVE, #1060 SANTA ANA, CA 92707 Address of Surety 714-415-3808 Telephone Authy,zea 'Atent Sign rre AQAAr-l.- R. 1..Rn(c�AT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the ffWaduhi who signed the docranent to which this certificate is attached, and not the truthfulness, accuracy, or valqq of that documerrL State of California County of Los Angeles On FeCJ -2) before me NEVINE F, AYAD r NOTARY PUBLIC (insert name and tille of the officer) personally appeared MKR. Langan - who proved to me on the basis Of satisfactory eve to be the whose namefj) is/me' subscribed to the witun instrurnent and acknowledged to me that helshagt eq executed the same in his/fie authorized capacity(), and got by htsNra~ signahmeA on the instrument the person(, OF the entity upon behalf of which the persan(If acted, executed the ins6ranemt 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. NEVINE R AYAD COMM. #2024775 R `j Notary - CalilorTY ao LOS ANGELES S COUNTY o Signature (Seal) Comm. Exp. Oct. 24,202o THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the Slate of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Michael R. Langan of Pasadena, CA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: 'RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 23rd day of January 2013. THE HANOVER INSURANCE COMPANY +*" `". ,�+ .... MASSACHUSETTS BAY INSURANCE COMPANY y,)t'A4U```a CITIZENS SURANCE OMPANY OF AMERICA 74 Robert l'honlas, Vice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. ti !de renstrom, is President On this 23rd day of January 2013 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged thatlhe seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. BARBARA A. GARLICK Notary Public �1 y CanvnonxeaM ofTM'asaftso, alY comm+nan Eagr�f Saps 21,216 r' - w.—.... •S- Barbara A. Garlick, Notary Public My Commission Expires September 21, 2018 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies by the President or any Vice President in conjunction with any Vice Pri signatures therein were manually affixed, even though one or more c Hanover Insurance Company; Adopted Apnl 14,1982 - Massachusetts America) granted and executed e same extent as if all )ctober 7, 1981 -The InsuranceCompanyof GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 2nd day of February 2018 . THE HANOVER INSURANCE COMPANY MAWSATHUSETTWBAY_I- RAyCE COMPANY CIT EN Ifs CE QQ�f' OF AMERICA ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On February 6, 2018 before me, C.Vizcarra, A Notary Public nsert name and title of the officer) personally appeared Chuck Parsons who proved to me on the basis of satisfactory evidence to be the person(s4 whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/taer/their authorized capacity(ies), and that by his/4erftheir 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. C. V11CARRA WITNESS my hand and official seal. COMM. 02166943 Notary Kbhc Cddan4 anile County c Signature (Seal) City of Newport Beach STORM DRAIN SYSTEM REPAIR / REHABILITATION Contract No. 8163-1 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work °roof Number Total Bid PP Name: l� n Address: to�- ca(te� &Okl Ove- a, ahr� Q01.,/� - , /✓i Phone: '4''^ c -e-"—, CA q2-6, 93 ?l(Ms ?m- 07-23 State License Number: '1T3'_351:/f DIR Reference: tOvece) it. C -e Email Address: efA, vp., Name.. r �l , ,� T". -1 r Address: SUS �'7iv�/ /w'W q y rl/ i- 'r Phone: ftvwf �i„ PeA 4 e-� State License Number B 7" 2 i �J DIR Reference: tfx20Ig77-7 Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address .S /L%✓f(7i✓ I EG /r/MOS. 00 /L',C Iv'. c' -4,1W Bidder Authorized Signature[Title City of Newport Beach STORM DRAIN SYSTEAN REPAIR / REHABILITATION Contract No. 6163-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name o'✓FAILURE OF THE BIDDER TO ALL REQIRED INFOMATION IN A L�Y�{ SOL° ��cr ire• VIDE COMPLETE AND ACCURATE MANNEOR MAY BE CONSIDERED NONRRE PONS VE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $100,000, provide the following information: No. 1 Z Project Name/Number Project Description G I PP tiK �, c490 r Approximate Construction Dates: From L � To: 2�8 Agency Name II // aa- v -Ham—^ Contact Person kg /dal ns Telephone Original Contract Amount $Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 No. 2 ` Project Name/Number Z-0 Project Description GIP t,r��i�Y /.y `;cT-'v Civ Approximate Construction Dates: From (L p� _To: 0 Agency Name Contact Person LIA� �tnTelephone Mq) 6'-Y 2- 975 - Original Contract Amount $inal Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number �O�✓gR Project Description Approximate Construction Dates: From Agency Name a f- LIC1042 9965r - Contact Person0-k'-f. Afi/l� Telephone original Contract Amount $t;7 'Final Contract Amount $ G 9_OOdD If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 4 Project Name/Number Project Description Approximate Construction Dates: Agency Name Contact Person Original Contract Amount Telephone (iZ * 6-90-2-5aJ Contract Amount $ 67640 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No.5 .e / Project Name/Number cr�[ 6i1ei D 1/ � Project Description _Z;' X -e r ov, Approximate Construction Dates: Frroom//--��f� �—To: C% / Agency Name �� ��� Wd Contact Person MI)tiY Telephone 6 Original Contract Amount $ *4V Final Contract Amount $ VOO BUD If final amount is,different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 12 No. 6 Project Name/Numbei Project Description Approximate Construc Agency Name Contact Person >�i�r��e/i0 �y✓#/!�� Telephone Original Contract Amount $Final Contract Amount $ Z6l✓�Gbf If final amount)s different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 140 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 C tractor's current financial conditions. S'r7nicd�✓ TtrcFl.����o y/�=J' rnro Bidder — Authorized Signature/Title 13 City of Newport Beach Contract No. 8163-1 NONCOLLUSION AFFIDAVIT State of California ) ) ss. County of /3A.V - ) being first duly sworn, deposes and says that he or she is % of S v ✓CL . 7-tLH�v6dgir'iht party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the Stat f Ca(!!! 'iaI at the foregoing is true and correct. S%�'VLON TNC P%Nd�O�(6'1 /n/G' Bidder Aut orized Sig aturelTitle Subscribed and sworn to (or affirmed) before me on this�day of O A 2018 by /.lhzCG� ���✓SJYLS' proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. C. VIICAARA SEAL COMM. N21669N9 ) Nolary Puelic • Cdilpnio Osenge Caunry Comm. es Od. �q 14 Notary Publi My Commission Expires: / °13012,0 City of Newport Beach Contract No. 3163-1 DESIGNATION OF SURETIES Bidder'sname in -c• 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): ,,6l A,GSI -'-4K-2 15 City of Newport Beach STORM DRAIN SYSTEM REPAIR / REHABILITATION Contract No. 81631 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name 6e --('a" Jti-c. Record Last Five (5) Full Years Current Year of Record 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 Current Record Record Record Record Record Year of for for for for for Record 2017 2016 2015 2014 2013 Total 2018 No. of contracts (� 7� Y3 (N to Z-0 Total dollar Amount of Contracts (in 3, 00 ��.j r f y00 (p '00 r� Thousands of $ No. of fatalities 0 0 0 0 0 dD No. of lost Workday Cases p o O a o 0 o No. of lost workday cases involving permanent o 6 0 a O O 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 Sr7,✓co Al % « IA1010 4I A`J Business Address: C� 9,� Business Tel. No.: 7/,/ F%l 232.3 — State Contractor's License No. and Classification: 7 7 Title 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 2 Title Clo-v 1XJvt W Signature of bidder Date Title Signature of bidder / n Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. 17 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On February 6, 2018 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Chuck Parsons and Gary Drew 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 t ekhe/they executed the same in 4WheF/their authorized capacity(ies), and that by 4Whef/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 m hand d official seal y an VICFA r-6'ARmy, COMM. #2166543 Notary Publrt California 4 :Orange CountyComm. E. an Qi. ]g Signature lie` (Seal) City of Newport Beach Contract No. 8163-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name/tic- The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: ANo. Date Received Signature M? M City of Newport Reach STORM DRAIN SYSTEM REPAIR/ REHABILITATION Contract No. 8963-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: ,;'/9Tt 2& is r 14 -6 - Business Address: S 6'y / L` mai ✓rez ol? ��v� tilt>� .?erkN if+ 9zGy9 Telephone and Fax Number: 7r5' -P y/ -R 123 /--AX 2e I - RS A California State Contractor's License No. and Class: 7 > L 40 s s f/ (REQUIRED AT TIME OF AWARD) Original Date Issued: /Z - i -/-/59f Expiration Date: /' 3 / 2020 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: 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 "MOVIA Corporation organized under the laws of the State of CAP if Aon k 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: EON All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)?Yes / No 20 Are any claims or actions unresolved or outstanding? Y / No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL.requested information in a complete and accurate manner may be considered non-responsive. �S rl.✓c Gv SEG /i^�a <op/v� � �' Bidder /'ff v6K PA,5�6„-S (Print name of Owner or President of CorP ora ion ompany) Autfforized Signature/Title Prn- Title Date F� On before me, Notary Pyblic, personally appeared who .proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/a a ubscribed to the within instrument and acknowledged to me that he/she/they executed the, in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrugiedthe person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the Paws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and'for said State My Cp irnission Expires: 21 (SEAL) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On February 6, 2018 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Chuck Parsons who proved to me on the basis of satisfactory evidence to be the person( -s) whose name(s) is/we subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/4w/iiie4 authorized capacity(+es), and that by his/keMhe+F 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. — 1 n.,Al A COMM. u2166943 : Notary Public California G Gunge County Canrn. ' K Od. 30 WITNESS my hand and official seal. Signature 2� (Seal) City of Newport Beach STORM DRAIN SYSTEM REPAIR / REHABILITATION Contract No. 8163-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 STORM DRAIN SYSTEM REPAIRS/REHABILITATION CONTRACT NO. 8163-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 13th day of March, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and SANCON TECHNOLOGIES, INC., a California corporation ("Contractor"), whose address is 5841 Engineer Drive, Huntington Beach, California 92649, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of: (1) distributing construction notices to affected businesses and residents; (2) cleaning, inspecting and closed circuit television ("CCN") recording the storm drain lines; (3) lining of existing corrugated metal pipe ("CMP"); (4) potholing and exposing existing storm drain lines and utilities; (5) trench excavating and replacing pipe sections; (6) installing a polyvinyl chloride ("PVC") storm drain; (7) resurfacing trenches in the roadway and/or parkway, including installing pavement striping and markers; (8) enlarging pipe connections at two existing catch basins; (9) grouting and filling voids within existing CMP; and (10) all other incidental items of work as described in the Contract Documents (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. 8163-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 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. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Six Hundred Twenty Six Thousand Nine Hundred Seventy Five Dollars and 00/100 ($626,975.00). 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 Ryan Helmuth 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. Sancon Technologies, Inc. Page 2 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 Sancon Technologies, Inc. Page 3 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Chuck Parsons Sancon Technologies, Inc. 5841 Engineer Drive Huntington Beach, CA 92649 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. Sancon Technologies, Inc. Page 4 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. Sancon Technologies, Inc. Page 5 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project and/or Services 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 and/or Services, 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 Sancon Technologies, Inc. Page 6 negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 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"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. 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. Sancon Technologies, Inc. Page 7 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. 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. Sancon Technologies, Inc. Page 8 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attornev'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] Sancon Technologies, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE In Aaron C. Harp City Attorney ATTEST: �/ Date: i o'W g CITY OF NEWPORT BEACH, a California municipal corporation Date: Y� Marshall no &Xy" Duffied Mayor CONTRACTOR: Sancon Technologies, Inc., a California corporation Date: Signed ii-, C unterpart By: Leilani 1. Brown Chuck Parsons City Clerk President Date: Signed in Counterpart Bv: Gary Drew Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Sancon Technologies, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Aaron C. Harp City Attorney ATTEST: Date: 22 Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: -\C( By: °31-t'2°e Marshall "Duffy" Duffield Mayor CONTRACTOR: Sancon Technologies, Inc., a California corporation Date:4121 V By: Chuck Parsons President Date: j\ ' / By; Z-) GaryDr v Secret ry [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C - Insurance Requirements Sancon Technologies, Inc. Page 10 �L1Lt�l1� CITY OF NEWPORT BEACH BOND NO. 1069431 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Sancon Technologies, Inc. hereinafter designated as the "Principal," a contract for: (1) distributing construction notices to affected businesses and residents; (2) cleaning, inspecting and closed circuit television ("CCN") recording the storm drain lines; (3) lining of existing corrugated metal pipe ("CMP"); (4) potholing and exposing existing storm drain lines and utilities; (5) trench excavating and replacing pipe sections; (6) installing a polyvinyl chloride ("PVC") storm drain; (7) resurfacing trenches in the roadway and/or parkway, including installing pavement striping and markers; (8) enlarging pipe connections at two existing catch basins; (9) grouting and filling voids within existing CMP; and (10) all other incidental items of work as described in the Contract Documents, 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, HANOVER INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Twenty Six Thousand Nine Hundred Seventy Five Dollars and 00/100 ($626,975.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the Sancon Technologies, Inc. Page A-1 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 28th day of March, 2018 , 20_ SANCON TECHNOLOGIES, INC. Name of Contractor (Principal) HANOVER INSURANCE COMPANY Name of Surety 5 HUTTON CENTRE DRIVE, #1060 Address of Surety SANTA ANA, CA 92707 714-415-3808 Telephone APPROVED AS TO FORM: CITY Y' ATjORN ,S OFFICE Date:_ Ly{ L By: Aaron C. Harp .Hlwlur City Attorney Michael R. Langan, Attorney in Fact Print Name and Title NO TAR Y ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Sancon Technologies, Inc. Page A-2 On 1ACH `I1z61 (Kbefore meNEVINE F. AYAD, NOTARY PUBLIC (wised rine and We of the officer) personality appeared Whad R. Langan who proved to me an the oasis of safisfectory, evidence to be the per"Kill whose rte) Wmv subscribed to the within estrunerd and admOwledged to me ttat beJaoalmy e>eailed the Same in hisbedibm awhorized capaciWjmb and that by limNFANtelf, sg jF) on the gisiru raent the person(, or the entity upon behalf of which the persoriN acted, e� the a,strarhent_ I cer* under PENALTY OF PERKY under the laws of the State of California that the foregoing paragraph "s true and correct. WETNESS my hand and official sem. NEVINE F. AYAD /d COMM. #2024775 m v Notary Publk - CaMomia 9 IIA11 m - LOS ANGELES COUNTY a Sgrahs'e i i M Comm. Exp. Oct. 24, 2020 I 1 t (Seat) THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Michael R. Langan of Pasadena, CA and each is a true and lawful Attorney(s)-in-tact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United Slates, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-tact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 23rd day of January 2013. THE HANOVER INSURANCE COMPANY yww y�+`w"1Mcutja MASSACHUSETTS BAY INSURANCE COMPANY aYdy'r"a'rFY� CITIZENS SURANCE OMPANY OF AMERICA Robert "fhomas, Vice President THE COMMONWEALTH OF MASSACHUSETTS ) R �„.-�" COUNTY OF WORCESTER )as. Ice renstrom, ie Prc:sidenl On this 23rd day of January 2013 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged thatthe seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. BARBARA A. GARLICK Notary PabliC Canon oahh M Masaarla80a M1 Cwninrricn Eapir�sbspr 2f,201a .. 'fir Barbara A. Garlick, Notary Public My Commission Expires September 21, 2018 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Companyand Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14,1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001- Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 28TH day of March 2018 . THE HANOVER INSURANCE COMPANY MAVSA�HUSETT4BAY I_ RA CE COMPANY CIT EN I SUR CE 9MtAq OF AMERICA J. N:' 4864 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO AMENDED Certificate of Authority THIS Is To CERTIFY, That, pursuant to the Insurance Code of the State of California, The Hanover insurance Company of Bedford, New Hampshire , organized under the laws of New Hampshire subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEnEOF, effective as of the... 20th day of- ___—___ oc-tober__ _ _ ____ 19 66. - I have hereunto set my hand and caused my official seal to be affixed this 2 0 t h dayof----October -- -- I9 -BE_. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On April 2, 2018 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Chuck Parsons who proved to me on the basis of satisfactory evidence to be the personw whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/4ef/the4 authorized capacity(ies), and that by his/hei;4he# signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) Ow C VI ii ARRACOMM. #2166943 z Notary Pubbc - California s Orange County o Comm. Ea Res Oct. 30 2020 CITY OF NEWPORT BEACH BOND NO. 1069431 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 626,975.009 , being at the rate of $ 9.90 PER $500m AND $8.10 FOR BAL ` thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Sancon Technologies, Inc. hereinafter designated as the "Principal," a contract for: (1) distributing construction notices to affected businesses and residents; (2) cleaning, inspecting and closed circuit television ("CCTV") recording the storm drain lines; (3) lining of existing corrugated metal pipe ("CMP"); (4) potholing and exposing existing storm drain lines and utilities; (5) trench excavating and replacing pipe sections; (6) installing a polyvinyl chloride ("PVC") storm drain; (7) resurfacing trenches in the roadway and/or parkway, including installing pavement striping and markers; (8) enlarging pipe connections at two existing catch basins; (9) grouting and filling voids within existing CMP; and (10) all other incidental items of work as described in the Contract Documents, 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 HANOVER INSURANCE COMPANY 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 Six Hundred Twenty Six Thousand Nine Hundred Seventy Five Dollars and 00/100 ($626,975.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. Sancon Technologies, Inc. Page B-1 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of title, 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 28th day of March, 20_18 20_ SANCON TECHNOLOGIES, INC. Name of Contractor (Principal) Authorized Sign relfitle HANOVER INSURANCE COMPANY Name of Surety Auth,6rized A ent SiJrAure 5 HUTTON CENTRE DRIVE, #1060 Address of Surety SANTA ANA, CA 92707 714-415-3808 Telephone APPROVED AS TO FORM: CITY ATTORJdE ' ' OFFICE Date: By: _ Aaron C. Harp a. o"imuv City Attorney Michael R. Langan, Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Sancon Technologies, Inc. Page B-2 on �nw, NEVINE F. AYAD, NOTARY PUBLIC Cram manna and file of to after) R- tares wno Pored fo me on #w basis of se0sbclory evidence b oe ere personM wfrw r omeW 1&4w sabsc'3 m the wiJir kmftnneri and admaiedged Ar roe But terms meaded the same in But NSUMNEW � on sre �nmwd the or vie ertmY upon behaff of which tai ailed, afeaod #* vabuffot 1 terrify under PENALTY OF PERJURY under the kws of the ShAe of CaM mra gnat the th is true anis correct. NE flNE F. AYAD SSS M Hand and o�I seaL COMM- M2024775 RR NotaryPublic . CWdojnW m LOS ANGELES COUNTY A Carni. Fg.Oct. 24, 2020 si9nwurs—, 1p Aj Pe4 !4 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Michael R. Langan of Pasadena, CA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United Stales, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: 'RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Anysuch writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons.' (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2901 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 23rd day of January 2013, THE HANOVER INSURANCE COMPANY Ui MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS SURANCE OMPANY OF AMERICA %. Robert Thomas, Vice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )as. �n 1de� renstrom, iC President On this 23rd day of January 2013 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. BARBARAA. GARLICK Notary Public � ConvnM.laM of TiM''eeaedulMe ��� /�fJ�_ r� �i'7 /1 f �� e{Canmaim Exp:p 6p1. A, 201! {{ �{ elf Barbara A. Garlick, Notary Public My Commission Expires September 21, 2018 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001- Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 28TH day of March 2018 . THE HANOVER INSURANCE COMPANY N`: 4864 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO AMENDED Certificate of Authority THIS Is To CEmiFY, That, pursuant to the Insurance Code of the State of California, The Hanover Insurance Company Of Bedford, New Hampshire , organized under the laws of New Hampshire subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Spri-nkler, Team and Vehicle, Automobile, Aircraft and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tins C,EHT[FICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WrrNEss WHEREOF, effective as of the ----- _. 9th.. day of ... October1986I have hereunto set my hand and caused my official seal to be affixed this _.20t.h �c=_ day of ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On April 2, 2018 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Chuck Parsons who proved to me on the basis of satisfactory evidence to be the person( -F4 whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in hisAef:/the# authorized capacity(ies), and that by his/4e4ttae4 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) C. VIICARRA COMM. 42166943 a NolarY Pu6Lc CalMnia >: Orange County My Comm. Ea aes Oct. 30 220 EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees, and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees, and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an Sancon Technologies, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees, and volunteers, or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees, and volunteers, shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees, and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed Sancon Technologies, Inc. Page C-2 documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured Sancon Technologies, Inc. Page C-3 retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. Sancon Technologies, Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 4/10/18 Dept./Contact Received From: Raymund Date Completed: 4/15/18 Sent to: Raymund By: Jan Company/Person required to have certificate: Sancon Engineering, Inc. Type of contract: Other GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 7/3/17 — 7/3/18 A. INSURANCE COMPANY: _Admiral Insurance Company B. AM BEST RATING (A-: VII or greater): A+/ XV C. ADMITTED Company (Must be California Admitted): A. INSURANCE COMPANY: American Fire & Casualty Company Is Company admitted in California? ❑ Yes N No D. LIMITS (Must be $1M or greater): What is limit provided? $1M/$2M/$2M E. ADDITIONAL INSURED ENDORSEMENT — please attach N Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does Is Company admitted in California? not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) N Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) its officers, officials, employees and volunteers): Is it included? N Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be F. ADDITIONAL INSURED WORDING: included): Is it included? N Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A is not limited solely by their negligence) Does endorsement ❑ No H. include "solely by negligence' wording? ❑ Yes N No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): N N/A ❑ Yes ❑ No L NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No 11. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 7/1/18 — 7/1/19 A. INSURANCE COMPANY: American Fire & Casualty Company B. AM BEST RATING (A-: VII or greater) A / XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. ADDITIONAL INSURED WORDING: ❑ N/A N Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A N Yes ❑ No H. HIRED AND NON -OWNED AUTO ONLY: N N/A ❑ Yes ❑ No I. NOTICE OF CANCELLATION: ❑ N/A 0 Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 7/13/17 — 7/13/18 A. INSURANCE COMPANY: State Compensation Insurance Fund B. AM BEST RATING (A-: VII or greater): Not Rated C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY ® N/A ❑ Yes ❑ No V POLLUTION LIABILITY ® N/A ❑ Yes ❑ No V BUILDERS RISK ® N/A ❑ Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No IF NO, WHICH ITEMS NEED TO BE COMPLETED? Broker of record for the City of Newport Beach 4/15/18 Date RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Risk management approval is needed due to the General Liability carrier being non -admitted 4/10/18 Risk Management approved use of non -admitted carrier. Approved: Risk Management Date * Subject to the terms of the contract. City of Newport Beach Page 1 STORM DRAIN SYSTEM REPAIR / REHABILITATION (C-8163-1), bidding on February 7, 2018 10:00 AM (Pacific) Bid Results Bidder Details Vendor Name Sancon Engineering Address 5841 Engineer Dr. Huntington Beach, CA 92649 United States Respondee Ryan Helmuth Respondee Title Project Manager Phone 714.891-2323 Ext. Email ryan@sancon.com Vendor Type DGS License # 731797 CADIR Bid Detail Bid Format Electronic Submitted February 7, 2018 9:48:49 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 130789 Ranking 0 Respondee Comment Buyer Comment Line Total Comment Attachments File Title File Name File Type BID SUBMITTAL C-8163-1 SANCON TECHNOLOGIES INC BID SUBMITTAL C-8163-1 SANCON TECHNOLOGIES General Attachment INC.pdf Newport C 8163-1 Bid Bond Newport C 8163-1 Bid Bond.pdf Bid Bond Line Items Type Item Code UOM City Unit Price Line Total Comment MAIN BID C-81113.1 1 Mobilization and Demobilization LS 1 $32,850.00 $32,850.00 2 Traffic Control LS 1 $35,000.00 $35,000.00 3 BMPs LS 1 $1,000.00 $1,000.00 4 Cleaning, Exploratory Work, and Preliminary Inspection of Existing CMP Storm Drain, Including CCN Recordings LS 1 $38,325.00 $38,325.00 5 Install Cured -In -Place Pipe Lining within Existing 12 -Inch CMP Storm Drain LF 60 $330.00 $19,800.00 City of Newport Beach STORM DRAIN SYSTEM REPAIR/ REHABILITATION (C-8163-1), bidding on February 7, 2018 10:00 AM (Pacific) Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 6 Install Cured -In -Place Pipe Lining within Existing 18 -Inch CMP Storm Drain LF 230 $151.00 $34,730.00 7 Install Spiral -Wound Polyvinyl Chloride (PVC) Pipe Lining within Existing 18 -Inch CMP Storm Drain LF 240 $151.00 $36,240,00 8 Install Cured -In -Place Pipe Lining within Existing 24 -Inch CMP Storm Drain LF 140 $135.00 $18,900.00 9 Install Spiral -Wound Polyvinyl Chloride (PVC) Pipe Lining within Existing 24 -Inch CMP Storm Drain LF 1050 $135.00 $141,750.00 10 Install Spiral -Wound Polyvinyl Chloride (PVC) Pipe Lining within Existing 36 -Inch CMP Storm Drain LF 30 $240.00 $7,200.00 11 Install Cured -In -Place Pipe Lining within Existing 27 -Inch by 43 -Inch CMP Arch Storm Drain LF 100 $240.00 $24,000.00 12 Install Cured -In -Place Pipe Lining within Existing 29 -Inch by 18 -Inch CMP Arch Storm Drain LF 190 $97.00 $18,430.00 13 Expose and Remove Existing 12 -Inch CMP Storm Drain LF 75 $90.00 $6,750.00 14 Install 18 -Inch SDR 35 Polyvinyl Chloride (PVC) Pipe Including Bedding, Backfill, and Trench Resurfacing LF 75 $315.00 $23,625.00 15 Expose and Remove Existing 18 -Inch CMP Storm Drain LF 15 $525.00 $7,875.00 16 Install 18 -Inch CMP Storm Drain "Point Repairs" Including Bedding, Backfill, and Trench Resurfacing LF 15 $1,680.00 $25,200.00 17 Expose and Remove Existing 18 -Inch by 29 -Inch CMP Arch Storm Drain LF 70 $65.00 $4,550.00 18 Install 18 -Inch by 29 -Inch CMP Arch Storm Drain "Point Repairs" Including Bedding, Backfill, and Trench Resurfacing LF 70 $746.00 $52,220.00 19 Fill Storm Drain Pipe Voids CY 10 $4,830.00 $48,300.00, 20 Enlarge Existing Opening of Curb Inlet Pipe Connection EA 2 $2,100.00 $4,200.00 21 Remove and Construct Trash Rack - San Joaquin Hills Road EA 1 $10,500.00 $10,500.00 I,,iIIH,O1 .. Page 2 City of Newport Beach STORM DRAIN SYSTEM REPAIR/ REHABILITATION (C-8163-1), bidding on February 7, 2018 10:00 AM (Pacific) Bid Results Type Item Code UOM Qty Unit Price 22 Trim Tree and/or Brush EA 2 $1,500.00 23 Provide As -Built Record Drawings (Fixed) LS 1 $1,000.00 Subtotal ADDITIVE BID ITEMS C-6163.1 24 At Cleaning and Preliminary Inspection of Existing CMP Storm Drain, Including CCN Recordings EA 1 $6,090.00 25 A2: Install Cured -In -Place Pipe Lining within Existing 22 -Inch by 364nch CMP Arch Storm Drain LF 240 $106.00 Subtotal Total Subcontractors Name & Address GCI Construction, Inc. 1031 Calle Recodo Suite D San Clemente, CA 92673 United States Performance Pipeline Technologies 5305 Industrial Dr Huntington Beach, CA 92649 United States Description License Num Point repairs, Storm Drain 755356 R&R Clean and TV and grout voids 825824 CADIR 1000001150 1000014327 Line Total Comment $3,000.00 $1,000.00 $595,445.00 $6,090.00 $25,440.00 $31,530.00 $626,975.00 Amount Type $136,075.00 $90,300.00 Page 3 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS STORM DRAIN SYSTEM REPAIR / REHABILITATION CONTRACT NO. 8163-1 PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 - UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE 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 6-7.4 Working Hours 6-9 LIQUIDATED DAMAGES 6-11 SEQUENCE OF CONSTRUCTION SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENTAND FACILIITIES 7-1.2 Temporary Utility Services 7-8 WORK SITE MAINTENANCE 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.6 Water Pollution Control 7-8.6.1 General 7-8.6.2 Best Management Practices (BMPs) 7-8.7.2 Steel Plates 7-8.8 Storm Drain Flow Bypass 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access I 1 1 1 1 2 2 2 2 2 2 2 3 3 3 3 3 4 4 4 4 4 5 5 6 6 7 7 7 7 7 7 8 9 9 9 10 10 7-10.3 Street Closures, Detours and Barricades 10 7-10.4 Safety 11 7-10.4.1 Safety Orders 11 7-10.5 "No Parking' Signs 11 7-10.6 Notices to Residents 12 7-15 CONTRACTOR'S LICENSES 12 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 13 7-19 STORM DRAIN FLOW BY-PASS SYSTEM 13 SECTION 9 - MEASUREMENT AND PAYMENT 14 9-3 PAYMENT 14 9-3.1 General 14 9-3.2 Partial and Final Payment 19 PART 2 CONSTRUCTION MATERIALS 19 SECTION 200 — ROCK MATERIALS 19 200-2 UNTREATED BASE MATERIALS 19 200-1.1 General 19 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 19 201-1 PORTLAND CEMENT CONCRETE 20 201-1.1 Requirements 20 201-1.1.2 Concrete Specified by Class and Alternate Class 20 201-1.2 Materials 20 201-1.2.4 Chemical Admixtures 20 201-2 REINFORCEMENT FOR CONCRETE 20 201-2.2 Steel Reinforcement 20 201-2.2.1 Reinforcing Steel 20 201-7 NON -MASONRY GROUT 20 201-7.2 Quick Setting Grout 20 201-7.4 Contact Grout 20 201-8 SLURRY CEMENT BACKFILL 21 201-8.1 General 21 201-8.2 Materials 21 201-8.3 Mixing 22 SECTION 203 — BITUMINOUS MATERIALS 22 203-6 ASPHALT CONCRETE 23 203-6.4 Asphalt Concrete Mixtures 23 203-6-4.3 Composition of Grading 23 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 23 203-11.3 Composition and Grading 23 SECTION 210 — PAINT AND PROTECTIVE COATINGS 23 210-1 PAINT 23 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking 23 SECTION 214 — PAVEMENT MARKERS 23 214-1 GENERAL 23 214-4 NONREFLECTIVE PAVEMENT MARKERS 23 214-5 REFLECTIVE PAVEMENT MARKERS 23 PART 3 CONSTRUCTION METHODS 23 SECTION 300—EARTHWORK 23 300-1 CLEARING AND GRUBBING 23 300-1.3 Removal and Disposal of Materials 24 300-1.3.1 General 24 300-1.3.2 Requirements 24 300-1.5 Solid Waste Diversion 24 SECTION 302 — ROADWAY SURFACING 25 302-5 ASPHALT CONCRETE PAVEMENT 25 302-5.1 General 25 302-5.4 Tack Coat 25 302-5.8 Manholes (and other structures) 25 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 25 302-6.6 Curing 25 SECTION 303 — CONCRETE AND MASONRY CONSTRUCTION 25 303-1 CONCRETE STRUCTURES 25 303-1.8 Placing Concrete 25 303-1.8.4 Consolidating 26 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND 27 DRIVEWAYS 26 303-5.1 Requirements 26 303-5.1.1 General 26 303-5.4 Joints 26 303-5.4.1 General 26 303-5.5 Finishing 26 303-5.5.1 General 26 303-5.5.2 Curb 26 303-5.5.4 Gutter 26 SECTION 306 —OPEN TRENCH CONDUIT CONSTRUCTION 27 306-1 OPEN TRENCH OPERATIONS 27 306-1.1 Trench Excavation 27 306-1.1.5 Removal and Replacement of Surface Improvements 27 306-1.1.6 Bracing Excavations 27 306-1.2 Installation of Pipe 28 306-1.2.1 Bedding 28 306-1.3 Backfill and Densification 28 SECTION 307—STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 28 307-17 TRAFFIC SIGNAL CONSTRUCTION 28 307-17.7.3 Inductive Loop Detectors 28 SECTION 308 — LANDSCAPE AND IRRIGATION INSTALLATION 28 308-1 General 28 SECTION 310—PAINTING 29 310-5 PAINTING VARIOUS SURFACES 29 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 29 310-5.6.6 Preparation of Existing Surfaces 29 310-5.6.7 Layout, Alignment, and Spotting 30 310-5.6.8 Application of Paint 30 310-5.6.11 Pavement Markers 30 SECTION 312 — PAVEMENT MARKER PLACEMENT AND REMOVAL 31 312-1 PLACEMENT 31 PART 4 31 SECTION 400 — ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, 31 [III] PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 31 400-2 UNTREATED BASE MATERIALS 31 400-2.1 General 31 400-2.1.1 Requirements 31 PARTS 31 SECTION 500—PIPELINE SYSTEM REHABILITATION 31 500-1 PIPELINE REHABILITATION 31 500-1.1 Requirements 31 500-1.1.1 General 31 500-1.1.2 Submittals 32 500-1.1.4 Cleaning and Preliminary Inspection 32 500-1.1.5 Television Inspection 33 500-1.1.7 Miscellaneous 33 500-1.2 Pipeline Point Repair/Replacement 33 500-1.4 Cured -In -Place Pipe Liner 33 500-1.4.1 General 33 500-1.4.2 Material Composition and Testing 34 500-1.4.4 Chemical Resistance 34 500-1.4.5 Installation 34 500-1.13 Machine Spiral Wound Polyvinyl Chloride (PVC) Pipe Liner 34 500-1.13.2 Material Composition 34 500-1.13.3 Material and Equipment Acceptance 34 500-1.13.4 Marking 35 500-1.13.6 Installation and Field Inspection 35 500-1.13.9 Annular Space Grouting 35 500-1.14 Void Filling 36 500-1.14.1 General 36 500-1.14.2 Submittals 36 500-1.14.3 Materials 37 500-1.14.4 Construction 37 APPENDIX A I APPENDIX 8 II CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT r: SPECIAL PROVISIONS y oa�lq' STORM DRAIN SYSTEM REPAIR/ REHABILITATION CONTRACT NO. 8163-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. D -5391-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements, (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works 7 News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE Add to this section, 'The work necessary for the completion of this contract consists of (1) distributing construction notices to affected businesses and residents, (2) cleaning, inspecting and CCN recording the storm drain lines; (3) lining of existing Corrugated Metal Pipe (CMP); (4) potholing and exposing existing storm drain lines and utilities; (5) trench excavating and replacing pipe sections; (6) installing a Polyvinyl Chloride (PVC) storm drain; (7) resurfacing trenches in the roadway and/or parkway, including installing pavement striping and markers; (8) enlarging pipe connections at two existing catch basins; (9) grouting and filling voids within existing CMP; and (10) all other incidental items of work as described in the Contract Documents." 2-9 SURVEYING 2-9.1 Permanent Survey Markers Page 1 of 38 Delete this section and replace with the following: "The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor." SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements Add Section 4-1.3.4 Inspection and Testing Page 2 of 38 4-1.3.4 Inspection and Testing "All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 - UTILITIES 5-1 LOCATION Add the following after the 3rd paragraph: "The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better." 5-2 PROTECTION Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. Add Section 5-7 ADJUSTMENT TO GRADE 5-7 ADJUSTMENTS TO GRADE Add the following: "All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes within paving area shall be Page 3 of 38 temporarily lowered and covered. Upon completion of paving operation, manholes shall be permanently adjusted to finish grade. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work." SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed'. 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section "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 construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6-7 TIME OF COMPLETION 6-7.1 General Add to this section: "The Contractor shall complete all work under the Contract within 45 consecutive working days after the date on the Notice to Proceed. Page 4 of 38 The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days Revise 3) to read: "any City holiday, defined as January 1St (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours Normal working hours are limited to 7:30 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 Saturday 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. For those locations where night work is required in order to minimize disruption to the community, the following requirements shall apply: A. Night work hours shall be considered to be from 9:00 p.m. to 5:00 a.m., Sunday night through Friday morning. No work is allowed Friday or Saturday nights. B. Contractor shall minimize noise after 11:00 p.m. during night work operations. C. The Contractor shall notify the Engineer two weeks prior to the start of any night work. D. All roads shall be open to traffic by 5:00 a.m. Page 5 of 38 Night work shall be required for construction activities at the following storm drains and corresponding locations: Storm Drain Ot 3715 2514 3532 3534 3534A 5266 ID I Location 6-9 LIQUIDATED DAMAGES Coast Highway at Seaward Road Jamboree Road southwest of Santa Barbara Drive Goldenrod Avenue at East Coast Highway Goldenrod Avenue at East Coast Highway Goldenrod Avenue at East Coast Highway East Coast Highway south of Goldenrod Avenue Revise sentence three to read: "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." Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. 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." Add Section 6-11 SEQUENCE OF CONSTRUCTION 6-11 SEQUENCE OF CONSTRUCTION Five days after bid opening, the Contractor shall submit a sequence of construction plan that shall include all work necessary for the completion of this contract. No work will be allowed to start until the Engineer has had enough time to review, make changes to, and approve the sequence of construction plan. In order to meet the contract schedule, the Contractor may perform construction activities at two work sites simultaneously. However, the Contractor shall not perform construction activities at multiple sites that have corresponding traffic control devices in conflict with each other. There shall be no more than one open trench at any one time. The Contractor shall note the influence of tidal conditions for construction activities along West Coast Highway and Marine Avenue. The sequence of construction plan shall take into account the tidal influence at these locations. Page 6 of 38 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services Add to the end of this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 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, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water." 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets Add the following: "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, materials and restroom facilities. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7-8.6 Water Pollution Control Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." Page 7 of 38 7-8.6.1 General Add to this section: "The Contractor shall notify all subcontractors, material suppliers, lessees, and property owners that dumping of chemicals into the storm drain system or the watershed is prohibited. Such dumping can and will result in a fine by the City of Newport Beach and other Agencies. The Contractor shall maintain the construction site in such a condition that an anticipated storm does not carry wastes or pollutants off the site. Potential pollutants include but are not limited to: soil or liquid chemical spills; wastes from paints, stains, sealants, glues, limes, pesticides, herbicides, wood preservatives and solvents; asbestos fibers, paint flakes or stucco fragments; fuels, oils, lubricants, and hydraulic, radiator or battery fluids; fertilizers, vehicle/equipment wash water and concrete wash water; concrete, detergent or floatable wastes; wastes from any engine/equipment steam cleaning or chemical degreasing; and superchlorinated potable water line flushings. During construction the Contractor shall dispose of such materials off-site in accordance with local, state, and federal requirements. The Contractor may discharge material other than storm water only when necessary for performance and completion of construction practices and where they do not: cause or contribute to a violation of any water quality standard; cause or threaten to cause pollution, contamination, or nuisance; or contain a hazardous substance in a quantity reportable under federal regulations 40 CFR Parts 117 and 302. Dewatering of contaminated groundwater or discharging contaminated soils via surface erosion is prohibited. Dewatering of non -contaminated groundwater requires a national pollutant discharge elimination system permit from the respective state regional water quality control board. The Contractor shall conform to all AQMD requirements for positive dust control. Grading and excavation shall be halted during periods of high winds. According to AQMD measure F-4, high winds are defined as 30 mph or greater, this level occurs only under unusually extreme conditions such as Santa Ana wind conditions. In the case of emergency, call the Public Works Department at (949) 644-3311 during business hours and the Newport Beach Police Department dispatch at (949) 644-3717 after business hours. Equipment and workers for emergency work shall be made available at all times during the rainy season. Necessary materials shall be available on site and stockpiled at convenient locations to facilitate rapid construction of temporary devices when rain is imminent. Twenty -four-hour contact information shall be provided to the City during the project pre -construction meeting. Erosion control devices shall not be moved or modified without the approval of the City of Newport Beach. All removable erosion protective devices shall be in place at the end of each working day when the five-day rain probability forecast exceeds 30 percent. After a rainstorm, all silt and debris shall be removed from streets, check berms, and basins. Page 8 of 38 The Contractor shall be responsible for and shall take necessary precautions to prevent public trespassing onto areas where impounded water creates a hazardous condition. The Contractor shall inspect the erosion control work and ensure that the work is in accordance with the approved plans." 7-8.6.2 Best Management Practices (BMPs) Add to this section: "The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-8.7.2 Steel Plates "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on asphalt pavement shall be pinned and recessed flush with existing pavement surface." 7-8.8 Storm Drain Flow Bypass "The Contractor shall bypass all storm drain flows during storm drain related construction operations, as required. The Contractor shall at all times be responsible for the operation of the temporary bypass storm drain system, including furnishing the necessary equipment and making arrangements to obtain power as required. Plans for bypassing shall be submitted by the Contractor to the Engineer for approval prior to construction. If at any time the temporary bypass storm drain system is damaged, it shall be the Contractor's responsibility to repair and replace any damaged or destroyed section to the satisfaction of the Engineer. The Contractor shall respond to any damages or Page 9 of 38 defects to the temporary bypass storm drain system within 30 minutes of discovery of such damages or defects. All costs associated with repair and replacement of the temporary bypass storm drain system shall be the sole responsibility of the Contractor." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access 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 (W.A.T.C.H.), published by Building News, Inc. Bike path access shall be maintained at all times. 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, up to four (4) changeable message boards (CMBs), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Messages for the CMBs shall be updated by the Contractor as directed by the Engineer. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." Vehicular access to all residential driveways along Cliff Drive shall be maintained at all times. 7-10.3 Street Closures, Detours and Barricades Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre -construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. For locations where night work with trenching operations is required, traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H.), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. For locations where night work with trenching operations is not required, typical closures shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H.), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all Page 10 of 38 pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. At a minimum, the Contractor shall maintain one lane of traffic in each direction when completing their work, except for work along Cliff Drive. The Contractor may elect to close all lanes of traffic while providing a traffic detour route for work along Cliff Drive during normal working hours, per subsection 6-7.4. 6. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 7. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure 8. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure." 7-10.4 Safety 7-10.4.1 Safety Orders Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." Add the following Section 7-10.5 "No Parking" Signs 7-10.5 "No Parking" Signs Page 11 of 38 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. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Add the following Section 7-10.6 Notice to Residents 7-10.6 Notices to Residents Ten (10) working days prior to starting work, the Contractor shall deliver a construction notice to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, 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. 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. Add the following Sections: 7-15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess a valid "A" and/or a Pipeline Specialty Contractor "C-34" license. If the Contractor only possesses a "C-34" license, then all roadway and parkway repairs shall be performed by a contractor with an "A" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. The Contractor shall submit the following documentation with the bid package: Page 12 of 38 a. Documentation that the Contractor is certified and licensed for the CIPP lining process. b. Documentation that the Contractor is certified and licensed for the spiral - wound lining process. c. Documentation that the Contractor has a minimum of two (2) years installation experience and has installed a minimum of 5,000 lineal feet of CIPP liner using the Contractor's own forces. d. Documentation that the Contractor has a minimum of two (2) years installation experience and has installed a minimum of 2,000 lineal feet of spiral -wound liner using the Contractor's own forces. e. Documentation shall list agency, project name, date installed, agency contact person and phone number. 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS A stamped set of approved plans and specifications shall be on the job site at all times. In addition, 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 bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material." Add the followina Section: 7-19 STORM DRAIN FLOW BY-PASS SYSTEM "The Contractor shall bypass all storm drain flows during storm drain related construction operations, as required. The Contractor shall at all times be responsible for the operation of the bypass system, including furnishing the necessary equipment and making arrangements to obtain power as required. If pumping is required, the Contractor shall provide redundant pumping capabilities to remain on site if the primary system fails. Primary bypass system and backup bypass systems shall be designed to handle 120 percent of the peak flow as specified by the City. The effluent level in the bypass pumping manhole shall not be allowed to rise more than 1 foot above the crown Page 13 of 38 of the incoming storm drain pipe. Plans for bypassing shall be submitted by the Contractor to the Engineer for approval prior to related construction activity, allowing at least 10 working days for review and return of comments. Approval by the Engineer does not in any way relieve the Contractor of its responsibilities provided for in this section of any public liability under this Contract. If at any time the bypass system is damaged, it shall be the Contractor's responsibility to repair and replace any damaged or destroyed section to the satisfaction of the Engineer. The Contractor shall respond to any damages or defects to the bypass system within 30 minutes of discovery of such damages or defects. All costs associated with repair and replacement of the bypass system shall be the sole responsibility of the Contractor." SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: 'The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization and Demobilization: Work under this item shall include, but not be limited to, the cost of all labor, equipment, and material for mobilization, providing bonds, insurance, submittals and financing; obtaining an equipment and material storage site; potholing utilities; preparing and updating the construction schedule; preparing the storm drain bypass plan; installing and operating the storm drain bypass system; attending all construction meetings; completing all reporting documents; and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site, including but not limited to, site cleanup; uninstalling the storm drain flow bypass system; removing USA markings; and providing any required documentation as noted in these Contract Documents. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, the cost of all labor, tools, equipment, and material for delivering all required notifications; posting signs; covering conflicting existing signs; and all costs incurred notifying businesses and residents; preparing traffic control plans; and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K -rail, temporary striping, and flag persons. This item includes providing four CMBs as requested by the Engineer. In addition, the Contractor shall submit to the Engineer, at least five working days prior to the pre - construction meeting, traffic control plans and detour plans for each street. The Page 14 of 38 Contractor shall have a licensed Traffic Engineer prepare traffic control plans for locations noted in these Contract Documents. The Contractor shall be responsible for processing and obtaining approval of traffic control plans form the City's Traffic Engineer. The Contractor shall adhere to the working hours per Contract Documents and the conditions of the traffic control plan. Traffic control plans shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H.), Latest Edition. Item No. 3 Best Management Practices: Work under this item shall include establishing provisions for collecting and disposing of fallen construction debris to protect public and private properties including, but not limited to, Newport Bay, underground and above ground utilities, landscaping, waterways and animal habitats. Item No. 4 Cleaning, Exploratory Work, and Preliminary Inspection of Existing CMP Storm Drain, Including CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for locating the existing pipe inlets and/or outlets by removing excess sand, dirt, debris, tree branches, brush, and all other items which may interfere with the subsequent work; and performing the preliminary cleaning and television inspection described in the Contract Documents. Once the pipe is exposed, the excess materials shall be disposed of by the Contractor. The Contractor shall use a vacuum truck when performing the preliminary cleaning for the storm drains noted in these Contract Documents. All water used for cleaning shall be collected before entering Newport Beach waterways or bay. This item shall include a brief written report on each location noting existing conditions and pipe condition. Any observations made during the initial inspection and CCTV review shall be incorporated in the pipe lining installation and/or pipe point repair. Item No. 5 Install Cured -In -Place Pipe Lining within Existing 12 -Inch CMP Storm Drain, Including CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; by-passing existing storm drain; controlling surface water and groundwater fluctuations; performing all required material testing and post- installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to material procurements and lining installation. Item No. 6 Install Cured -In -Place Pipe Lining within Existing 18 -Inch CMP Storm Drain, Including CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; by-passing existing storm drain; controlling surface water and groundwater fluctuations; performing all required material testing and post- installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to material procurements and lining installation. Page 15 of 38 Item No. 7 Install Spiral -Wound Polyvinyl Chloride (PVC) Pipe Lining within Existing 18 -Inch CMP Storm Drain, Including CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing spiral -wound PVC pipe; by-passing existing storm drain; controlling surface water and groundwater fluctuations; performing all required material testing and post -installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to material procurements and lining installation. Item No. 8 Install Cured -In -Place Pipe Lining within Existing 24 -Inch CMP Storm Drain, Including CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; by-passing existing storm drain; controlling surface water and groundwater fluctuations; performing all required material testing and post- installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to material procurements and lining installation. Item No. 9 Install Spiral -Wound Polyvinyl Chloride (PVC) Pipe Lining within Existing 24 -Inch CMP Storm Drain, Including CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing spiral -wound PVC pipe; by-passing existing storm drain; controlling surface water and groundwater fluctuations; performing all required material testing and post -installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to material procurements and lining installation. Item No. 10 Install Spiral -Wound Polyvinyl Chloride (PVC) Pipe Lining within Existing 36 -Inch CMP Storm Drain, Including CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing spiral -wound PVC pipe; by-passing existing storm drain; controlling surface water and groundwater fluctuations; performing all required material testing and post -installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to material procurements and lining installation. Item No. 11 Install Cured -In -Place Pipe Lining within Existing 27 -Inch by 43 -Inch CMP Arch Storm Drain, Including CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; by-passing existing storm drain; controlling surface water and groundwater fluctuations; performing all required material testing and post -installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe Page 16 of 38 shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to material procurements and lining installation. Item No. 12 Install Cured -In -Place Pipe Lining within Existing 29 -Inch by 18 -Inch CMP Arch Storm Drain, Including CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; by-passing existing storm drain; controlling surface water and groundwater fluctuations; performing all required material testing and post -installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to material procurements and lining installation. Item No. 13 Expose and Remove Existing 12 -Inch CMP Storm Drain: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for by-passing existing storm drain; controlling surface water and groundwater fluctuations; trenching and shoring; exposing, excavating, removing, and disposing of the existing 12 -inch CMP storm drain line and excavated materials; protecting existing utilities; and all other work items as required for performing the work complete and in place. Item No. 14 Install 18 -Inch SDR 35 Polyvinyl Chloride (PVC) Pipe Including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing an 18 -inch SDR 35 PVC pipe to match existing storm drain pipe grade; protecting existing utilities; backfilling and compacting excavation; temporary patching or trench plates; restoring roadway, parkway, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. Item No. 15 Expose and Remove Existing 18 -Inch CMP Storm Drain: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for by-passing existing storm drain; controlling surface water and groundwater fluctuations; trenching and shoring; exposing, excavating, removing, and disposing of the existing 18 -inch CMP storm drain line and excavated materials; protecting existing utilities; and all other work items as required for performing the work complete and in place. Item No. 16 Install 18 -Inch CMP Storm Drain "Point Repairs" Including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing a 18 -inch CMP to match existing storm drain pipe and grade; protecting existing utilities; backfilling and compacting excavation; temporary patching or trench plates; restoring roadway, parkway, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. Page 17 of 38 Item No. 17 Expose and Remove Existing 18 -Inch by 29 -Inch CMP Arch Storm Drain: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for by-passing existing storm drain; controlling surface water and groundwater fluctuations; trenching and shoring; exposing, excavating, removing, and disposing of the existing 18 -inch by 29 -inch CMP Arch storm drain line and excavated materials; protecting existing utilities; and all other work items as required for performing the work complete and in place. Item No. 18 Install 18 -Inch by 29 -Inch CMP Arch Storm Drain "Point Repairs" Including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing an 18 -inch by 29 -inch CMP Arch to match existing storm drain pipe and grade; protecting existing utilities; backfilling and compacting excavation; temporary patching or trench plates; restoring roadway, parkway, and curb and gutter; restoring roadway, parkway, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. Item No. 19 Fill Storm Drain Pipe Voids: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for filling voids in and around existing storm drain pipes with contact grout and slurry cement backfill as specified in the Contract Documents; protecting existing utilities; and all other work items as required for performing the work complete and in place. Item No. 20 Enlarge Existing Opening of Catch Basin Pipe Connection: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for enlarging the existing pipe connections to two catch basins to accommodate a new 18 -inch PVC pipe; protecting existing utilities; backfilling and compacting excavation; restoring pavement and/or parkway; and all other work items as required for performing the work complete and in place. Item No. 21 Remove and Construct Trash Rack — San Joaquin Hills Road: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for removing and disposing of the existing trash rack; removing interfering debris near the trash rack; making repairs to the existing concrete headwall and wing walls; installing a new trash rack; protecting existing utilities; protecting the adjacent slope; restoring concrete headwall and wing walls; and all other work items as required for performing the work complete and in place. Item No. 22 Trim Tree and/or Brush: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for trimming existing brush and/or trees as directed by the Engineer; disposing of excess materials; restoring surface to match adjacent area; and all other work items as required for performing the work complete and in place. This work shall be limited to areas directly adjacent to the storm drain pipe inlet, outlet, or access point. Item No. 23 Provide As -Built Record Drawings (Fixed): Work under this item shall include all actions necessary to provide as -built record drawings. These drawings Page 18 of 38 must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $1,000.00 is determined for this bid item. The intent of this pre- set amount is to emphasize to the Contractor the importance of as -built drawings. ADDITIVE BID ITEMS Item No. Al Cleaning and Preliminary Inspection of Existing CMP Storm Drain, Including CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials to perform the preliminary cleaning and television inspection described in the Contract Documents. This item shall include a brief written report on each location noting existing conditions and pipe condition. Any observations made during the initial inspection and CCTV review shall be incorporated in the cured -in -placed pipe lining installation. Item No. A2 Install Cured -In -Place Pipe Lining within Existing 22 -Inch by 36 -Inch CMP Arch Storm Drain, Including CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; by-passing existing storm drain; controlling surface water and groundwater fluctuations; performing all required material testing and post -installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to material procurements and lining installation. 9-3.2 Partial and Final Payment Delete the third paragraph and replace with the following: "From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid." Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-1.1 General Add to this section: The Contractor shall use crushed miscellaneous base as the base materials. SECTION 201 - CONCRETE. MORTAR, AND RELATED MATERIALS Page 19 of 38 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Add to this section: Portland Cement concrete for construction shall be Class 560-C- 3250 unless shown otherwise on the Plans. 201-1.2 Materials 201-1.2.4 Chemical Admixtures Add the following subparagraph: " e) Specific Performance Admixtures (SPA). SPA shall conform to ASTM C494, specific performance admixtures (Type S). The use of SPA shall conform to the manufacturer's recommendation for dosage, redoes, and point of addition. SPA may be added at the batch plant or at the Work site, as approved by the Engineer." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Add to this section: 'Reinforcing steel shall be Grade 60 epoxy -coated steel conforming to ASTM A775 latest revision with 2 -inch minimum cover unless shown otherwise on the plans. All epoxy coated rebar patching material shall be compatible with the coating material, inert in concrete, meet the requirements of Annex 1 of ASTM A775, and obtained from the manufacturer of the epoxy resin that was used to originally coat the rebars. Ship epoxy -coated rebars with only plastic tags secured to rebars by nylon or plastic ties." 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout Add to this section: "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." Add Section 201-7.4 Contact Grout 201-7.4 Contact Grout Page 20 of 38 "The Contractor shall grout the voids below and around the storm drain in accordance with 500-1.14 Void Filling. Grout must consist of Type II Portland cement, fly ash, and water. Use from 2.4 to 2.7 parts fly ash to 1 part Portland cement by weight. Use enough water to produce the following grout efflux times determined under California Test 541, Part D: 1. From 10 to 26 seconds Cement. Portland cement shall comply with ASTM C150, except C3S content of Type II cement must not exceed 65 percent. Type II Portland cement shall comply with following: 1. Alkali content must not exceed 0.60 percent by mass of alkalies as Na2O + 0.658 K2O when determined under AASHTO T 105. 2. Autoclave expansion must not exceed 0.50 percent. Fly Ash. Fly ash must comply with AASHTO M 295, Class C or Class F. Fly ash sources must be on the most recent edition of the Caltrans "Authorized Material List for Cementitious Materials for use in Concrete". Chemical Admixtures. Chemical admixtures may be used. Use the dosage recommended by the admixture manufacturer. Chemical admixtures must comply with section 201-1.2.4, subparagraphs "a" through "c°, and "e". Type E water reducing and accelerating admixtures shall not be used. Use of a water -reducing admixture or a water -reducing and retarding admixture shall not reduce the specified cementitious material content by more than 5 percent by weight. The resulting concrete must contain at least 505 pounds of cementitious material per cubic yard. If the cementitious material content is reduced, use at least the admixture dosage used in authorizing the admixture as shown on the Caltrans `Authorized Material List for Chemical Admixture for us in Concrete."' Add Section 201-8 SLURRY CEMENT BACKFILL 201-8 SLURRY CEMENT BACKFILL 201-8.1 General The Contractor shall fill the voids in the materials below the invert of the storm drain as specified in 500-1.14 Void Filling. Slurry cement backfill shall be a fluid workable mixture of aggregate, cement, and water. 201-8.2 Materials Aggregate. The aggregate must be one of the following: 1. Commercial -quality concrete sand Page 21 of 38 2. Excavated or imported material in any combination, free of organic material and other deleterious substances and complying with the gradation requirements shown in the following table: Sieve Size Percentage Passing 100 1" 80-100 3/4" 60-100 3/8" 50-100 No. 4 40-80 No. 100 10-40 Cement. Portland cement must comply with ASTM C150, except the C3S content of Type II cement must not exceed 65 percent. Blended cement must comply with portland blast -furnace slag cement, Type IS (MS), or portland-pozzolan cement, Type IP (MS), specified in AASHTO M 240, except: 1. Maximum limits on pozzolan content do not apply 2. Blended cement must be composed of Type II or V cement and SCM produced by one of the following methods: a. Intergrinding of portland cement clinker and granulated blast furnace slag, GGBFS, or pozzolan b. Blending of Portland cement and either GGBFS or finely divided pozzolan c. Combination of intergrinding and blending Types II and V Portland cement must comply with the following: 1. Alkali content must not exceed 0.60 percent by mass of alkalies as Na2O + 0.658 K2O when determined under AASHTO T 105. 2. Autoclave expansion must not exceed 0.50 percent. Water. The water must be free from oils, salts, and other impurities that adversely affect the backfill. Proportion slurry cement backfill by weight or volume. The backfill must contain at least 188 pounds of cement per cubic yard and enough water to produce a fluid workable mix that flows and can be pumped without segregation during placement. 201-8.3 Mixing Mix materials thoroughly by machine. Use a pugmill, rotary drum, or other authorized mixer. Mix until cement and water are thoroughly dispersed. SECTION 203 — BITUMINOUS MATERIALS Page 22 of 38 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures 203-6-4.3 Composition of Grading Add to this section: "Asphalt Concrete for the finish course shall be C2 64-10 and B 64- 10 for the base course." 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-11.3 Composition and Grading Add to this section: "Asphalt rubber hot mix finish course shall be ARHM-GG-C." SECTION 210 — PAINT AND PROTECTIVE COATINGS 210-1 PAINT 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking Add to this section: 'Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized thermoplastic." SECTION 214 — PAVEMENT MARKERS 214-1 GENERAL Add to this section: "All pavement markers shall comply with Section 85 of the State of California Standard Specifications." 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass -covered reflective faces or be 3M Series 290." PART 3 CONSTRUCTION METHODS SECTION 300 — EARTHWORK 300-1 CLEARING AND GRUBBING Page 23 of 38 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: hftp://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List." 300-1.3.1 General Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the 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. 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, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1-'/z inch" of the last sentence with the words "two (2) inches". Add the following Section 301.5 Solid Waste Diversion 300-1.5 Solid Waste Diversion Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid 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." Page 24 of 38 SECTION 302 — ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General Add to this section: "All cracks Y4 -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1-1/2 inches of asphalt (finish course) shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302-5.4 Tack Coat Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one —tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302-5.8 Manholes (and other structures) Add to this section: "All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in 302-5.6.2." 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.6 Curing Add to this section: 'The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201-1.1-2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 — CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-1.8 Placing Concrete Page 25 of 38 303-1.8.4 Consolidating Add to this section: "The use of high frequency internal vibrators for consolidation of invert paving structural concrete shall be prohibited." 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Add to this section: "Sidewalk 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 patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303-5.4 Joints 303-5.4.1 General Add to this section: "The Contractor shall make a 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 303-5.5.1 General Add to this section: `The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb Add to this section: 'The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter Page 26 of 38 Add to this section: "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 OPEN TRENCH OPERATIONS 306-1.1 Trench Excavation 306-1.1.5 Removal and Replacement of Surface Improvements Add to this section: "The thickness of the existing pavement and base sections will vary. The Contract shall assume the following existing minimum pavement sections. The type and depth of the existing pavement and base sections shown below were obtained from improvement plans and the City does not guarantee the accuracy of this determination. All storm drain trenching and resurfacing shall be per the City's Standard Drawings STD -105 -L -B, STD -105 -L -C, STD -105 -L -D, and STD -105 -L -F. Street Cliff Drive East Coast Highway Jamboree Road 4" AC over 10" AB 10" AC over 12" base 6" AC over 22" base Section Storm drain trenching and resurfacing along Cliff Drive shall be per the City's Special Conditions for Moratorium Street/Alley Trenching and Standard Drawing STD -105 -L -F for Moratorium Roadway Trench Resurfacing. For areas where the existing pavement consists of asphalt rubberized hot mix (ARHM), ARHM shall be used for replacement. However, for areas less than 1,000 square feet, conventional asphalt may be used. Pavement fabric/Glasgrid shall be replaced in kind. Payment for pavement fabric/Glasgrid shall be per section 3-3." 306-1.1.6 Bracing Excavations Add the following: "Unless otherwise provided in the specifications, no payment will be made for trench shoring. The cost thereof shall be considered as included in the bid price for the construction or installation of the items to which such is required, incidental or appurtenant. Said cost shall include full compensation for all required labor, materials, and performing all work as specified to brace excavations or provide an equivalent method for protection of workers per Section 6707 of the California Labor Code. No other measurement or additional compensation will be allowed therefore. The Contractor shall use shoring complying with the CAL/OSHA construction safety orders for constructing the work shown on the Plans." Page 27 of 38 306-1.2 Installation of Pipe 306-1.2.1 Bedding Add to this section: "Pipe bedding shall conform to the City's Standard Drawing STD - 106 -L and as modified per these specifications. Bedding material shall be clean, well graded, imported sand having a minimum sand equivalent of 30 per ASTM D2419. Imported sand shall be granular material free from clay balls, organic material and other deleterious substances. The bedding material shall be compacted to a minimum relative compaction of 90 percent and shall be a minimum thickness of twelve (12) inches." 306-1.3 Backfill and Densification Add to this section: "Backfill material shall conform to the City's Standard Drawing STD - 106 -L." SECTION 307 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-17 TRAFFIC SIGNAL CONSTRUCTION 307-17.7.3 Inductive Loop Detectors Amend this Section to include: "Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -513 and shall be Type E spaced ten feet apart. Front loops shall be a 6' diameter, modified Type E per the Traffic Signal Specifications Supplemental and will be placed immediately behind the limit line/crosswalk. Loop wire shall be Type 2. Loop Sealant shall be Hot -Melt Rubberized Asphalt sealant. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement course placement." SECTION 308 — LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned of removed unless this submittal is returned to the Contract as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City's Urban Forester, Mr. Kevin Pekar, at the site to discuss City standards and requirements. If required, the submittal shall adhere to the following guidelines. Page 28 of 38 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. SECTION 310 — PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." Page 29 of 38 310-5.6.7 Layout, Alignment, and Spotting Modify and amend this section to read: "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 the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint Add to this section: "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 applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.25 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. 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. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Add the following Section: 310-5.6.11 Pavement Markers Page 30 of 38 All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290. SECTION 312 — PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT Amend this section with: " 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." PART 4 SECTION 400 — ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400-2 UNTREATED BASE MATERIALS 400-2.1 General 400-2.1.1 Requirements Add to this section: "The Contractor shall use crushed miscellaneous base as the base materials." PART 5 SECTION 500 — PIPELINE SYSTEM REHABILITATION 500-1 PIPELINE REHABILITATION 500-1.1 Requirements 500-1.1.1 General Add the following: "The Contractor shall field verify the existing pipe's diameter at the manholes and lengths prior to ordering liner materials. The Contractor shall notify the Engineer of any discrepancies between information obtained in the field and project specifications." Page 31 of 38 500-1.1.2 Submittals Add to this section: " 1. The Contractor shall submit the following documentation as part of the submittal package following award of the Contract by City Council: a. Submit shop drawings in accordance with the Standard Specifications for Public Works Construction, including points of insertion and methodologies. b. Submit documentation of initial stiffness testing for the proposed polyvinyl chloride spiral -wound system in accordance with ASTM F1697 or the Standard Specifications for Public Works Construction. c. Submit documentation of resistance testing for the proposed felt and resin system in accordance with ASTM 1216 and/or D5813 or the Standard Specifications for Public Works Construction. d. Submit documentation of design calculations and assumptions for thickness and hydraulic capacity in accordance with ASTM F1216 for fully deteriorated pipe, gravity flow. e. Submit liner size, liner and resin materials, and resin manufacturer's heating requirements. f. Submit manufacturer's installation instructions including recommendations for transportation, storage, temperature, control, handling, inserting, curing, trimming and finishing." 500-1.1.4 Cleaning and Preliminary Inspection Delete the second paragraph and replace with the following: "The Contractor shall assume that the pipes require normal cleaning (two to three passes). If the Engineer orders additional cleaning, the cost for the additional cleaning shall be paid per subsection 3-3." Add to this section: "Water shall be provided as defined in section 7-1.2. Water used for flushing during the cleaning operations shall be piped or conveyed into the storm drain or sewer system. The water shall not be allowed to flow onto any portions of streets or pedestrian travel way, or directly into Newport Bay. The Contractor shall use a vacuum truck or approved equal to pick-up all debris before it can continue downstream for the following storm drains: 1. Object ID: 1386 2. Object ID: 1387 3. Object ID: 4209 4. Object ID: 4209A Page 32 of 38 5. Object ID: 4210 6. Object ID: 3006 7. Object ID: 3009 The Contractor shall dispose of all debris removed from the pipeline, in accordance with current applicable regulations. Any hazardous waste material encountered during the project shall be considered as a changed condition in accordance with 3-4." 500-1.1.5 Television Inspection Add to this section: "Any obstruction encountered that will prevent liner insertion shall be called to the attention of the Engineer. If the obstruction cannot be removed by conventional cleaning equipment, then the Contractor shall excavate to uncover and remove or repair the obstruction as defined in section 500-1.2. The presence of an obstruction shall be demonstrated to the Engineer at the site of each obstruction. Removal of such obstructions shall be authorized in writing by the Engineer. Obstructions may include, but not be limited to, offset or separated joints, protruding laterals or other such obstructions not shown on plans or in Appendix A, or any sharp object which may damage the liner." 500-1.1.7 Miscellaneous Change (c) to read: " (c) Access/Insertion Pits. Access pits excavated in paved streets shall be covered with steel plates until resurfacing has been completed. The steel plates may be removed during the work hours at locations where entry is required but shall be replaced at the end of the work day. The plates shall be of a type that will support all types of vehicular traffic at the work location; and shall be pinned down to prevent displacement of the plate by traffic vibration. The steel plate shall overlap the maximum dimensions of any excavation to provide a minimum of 12 -inches of bearing support between the pavement surface and the plate. To prevent inflow of surface water and excessive vibration, the Contractor shall place and maintain a berm of temporary resurfacing material, equal to the thickness of the steel plate, around the entire perimeter. The berms shall be maintained daily and a stockpile of temporary resurfacing material shall be available at the job site during the entire period that plates are in use. The installation of steel plates shall in no way relieve the Contractor from the responsibility of installing proper and adequate barricades and warning devices adjacent to and around the excavations." 500-1.2 Pipeline Point Repair/Replacement 500-1.4 Cured -In -Place Pipe Liner 500-1.4.1 General Page 33 of 38 Replace the first sentence of this section with: "CIPP liner for the rehabilitation of pipelines shall use an approved thermosetting polyester resin, vinylester resin, or epoxy resin -impregnated flexible tube installed by an inversion method using a hydrostatic head." 500-1.4.2 Material Composition and Testing Revise this section to delete the term "epoxy resin" and replace it with the term "polyester resin, vinylester resin or epoxy resin. 500-1.4.4 Chemical Resistance Replace the first sentence of this section with: "The CIPP liner system furnished shall include a polyester resin, vinylester resin or epoxy resin meeting the resistance test requirements of ASTM 1216 and /or D5813 or the Standard Specifications for Public Works Construction. Proof of meeting these requirements shall be provided to the Engineer." 500-1.4.5 Installation Add after the first paragraph: "Voids in the host pipeline shall be filled prior to insertion of the liner as shown on the Plans. Voids in the host pipeline shall be filled in accordance with section 500-1.14. Slurry cement backfill shall be placed to conform to the shape of the structure without filling the bottom corrugation." 500-1.13 Machine Spiral Wound Polyvinyl Chloride (PVC) Pipe Liner 500-1.13.2 Material Composition Add to this section: " A. The extruded profile strip shall be made from unplasticized PVC compounds meeting the minimum requirements for cell classification 13354 as defined in ASTM D1 784. B. PVC profile strip shall conform to ASTM F1697, except as modified herein." 500-1.13.3 Material and Equipment Acceptance Add to this section: " A. At the time of manufacture, each lot of extruded profile strip shall be inspected for defects and tested for physical properties as specified. A "lot" is defined as a continuous extrusion run of a given profile designation on a spool. B. PVC profile strip shall have the following minimum dimensions and initial stiffness factors: Page 34 of 38 Profile Type Minimum Width Minimum Height Minimum Waterway Wall Minimum Initial Stiffness Factor EI mm (in.) mm (in.) mm (in.) MPa-mm3 (in' — lbf/in') 1 51.0 2.00 5.5 0.216 1.4 0.0551 21.2x103 188.0 2 80.0 3.14 8.0 0.314 1.4 0.0551 63.4x103 561.0 3 121.0 4.76 13.0 0.511 1.6 0.0630 242.7x103 2148.0 7 121.0 4.76 19.0 0.748 2.1 0.0830 450x103 3983.0 (vote: utner HVU protile contigurations may be accepted, provided similar details are provided as in the table above. C. The following values of modulus of elasticity of PVC shall be used in design: a. Short Term: 400,000 psi (2,750MPa) b. Long Term: 116,000 psi (800 MPa) D. Design stiffness values for a specified PVC profile strip are available from the manufacturer. E. Prior to installation of the liner, a sample profile from each production run shall be tested to confirm the value of initial stiffness defined in the table above exceeds the specified minimum values." 500-1.13.4 Marking Add to this section: "Each PVC profiled strip shall be distinctively marked on its inside surface at intervals not to exceed 60 feet measured longitudinally along the profile strip with a coded number which identifies the manufacturer, plant, date of manufacture and shift, cell classification and profile type. This information shall also appear on each reel." 500-1.13.6 Installation and Field Inspection Add after the first paragraph: "Voids in the host pipeline shall be filled prior to insertion of the liner as shown on the Plans. Voids in the host pipeline shall be filled in accordance with section 500-1.14. The slurry cement backfill shall be placed to conform to the shape of the structure without filling the bottom corrugation." Add to this section: 'Bypass pumping is not mandatory for installation of the spiral wound liner. The Contractor shall be responsible for deciding the need for flow diversion to allow successful liner installation." 500-1.13.9 Annular Space Grouting Add to this section: "Annular space grouting shall conform to ASTM F1741, Section 6.5. Structural grout shall be used for annular space grouting where Type 2 spiral -wound PVC liner is shown on the Plans. Page 35 of 38 A structural grout mix design shall be submitted to the Engineer in accordance with 2- 5.3 Submittals and shall have a minimum compressive strength of 5,000 pounds per square inch (34.5 MPa) in 28 Days when tested in accordance with ASTM 39. The submittal shall include the data listed in 500-3.1.10 Submittals and Required Calculations, subparagraphs "a" through j", "I", and "o", for structural grout. The entire annular space shall be grouted. Grout penetration shall be verified by the Contractor. The method verifying the penetration of the grout shall be submitted to the Engineer in accordance with 2-5.3 Submittals." Add Section 500-1.14 Void Filling 500-1.14 Void Filling 500-1.14.1 General Voids below and around the storm drain shall be filled as specified herein. Voids shall be filled before installation of pipeliners wherever pipeliners are shown on the Plans. Wherever there are voids in the materials below the invert of the storm drain that are greater than 3 -inches deep, one -sack slurry shall be used to fill the voids. Wherever there are voids in the materials around the culvert that are greater than 6 - inches deep, contact grout shall be used to fill the voids. If grout is used to fill voids, the Contactor shall submit a grouting plan as outlined in 500-1.14.2. 500-1.14.2 Submittals Submit a grouting plan in accordance with 2-5.3 Submittals. The grouting plan must include: 1. Order of work 2. Maximum injection pressures 3. Details and data for drilling and grouting equipment 4. Plans for controlling groundwater and existing storm drain flows 5. Pressure gauge, recorder, and field equipment certifications, including calibrations by an independent testing agency 6. Sample printout of the form for recording grouting operations. Form must show the following tabulated information for each grout port: a. Part location b. Pressure c. Volume d. Start and end time Page 36 of 38 7. Schedule of grout port installations and method for obtaining probe -depth dimensions at grout ports; tabulation of locations and dimensions 8. Storm drain strut details as necessary 9. Method for monitoring deformation of storm drain pipe or concrete lining 10. Grout mix design, including: a. Densities and viscosity b. Initial set time c. Materials and the independent testing agency's test data including: i. Time of initial setting under ASTM C266 ii. Compressive strength results at 1, 3, and 7 days for 10, 12, and 14 -second grout efflux times. d. Grout working time before 15 percent change in density or viscosity occurs. e. Compressive strength under California Test 551, Part 1 at 7 -days with 12 seconds efflux time. Follow the procedures for moist cure. The 7 -day compressive strength shall be at least 750 psi. 500-1.14.3 Materials (a) Contact Grout. Grout shall be contact grout as specified in section 201-7.4. A grouting plan shall be submitted to the Engineer in accordance with 2-5.3 Submittals. (b) Slurry Cement Backfill. Slurry cement backfill shall be slurry cement as specified in section 201-8. 500-1.14.4 Construction Install grout ports either from the ground surface or from within the conduit. Install valves or removable plugs at grout ports. Probe at each grout port location. The probe must fit through the grout ports and be rigid enough to sense probe refusal. Extend grout ports through the invert of the paving using steel pipes or suitable packers. Grout ports must be watertight. Do not weld grout ports to galvanized surfaces. Pump grout into voids until it appears that all water and air has been ejected. Plug grout ports or close port valves as soon as the grout pumping stops. The maximum injection pressure at the nozzle must not exceed 5 psi for fluid, unsanded grout mix. Monitor the storm drain for deformations and cracks. If cracking occurs reduce the grout injection pressure. If deformation of the existing structure exceeds '/2 -inch at any locations, reduce the injection pressure. The Contractor shall repair any permanent deformations or cracks resulting from the Contractor's grouting work at no expense to the City. Page 37 of 38 Grout penetration shall be verified by the Contractor. The method of verifying the penetration of the grout shall be submitted to the Engineer in accordance with 2-5.3 Submittals. Page 38 of 38 APPENDIX A STORM DRAIN PROFILES STORM DRAIN ASSESSMENT FORMS TASK AREA 1 STORM DRAIN ASSESSMENT FORM Site Information: Street: East Coast Hwy U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 3715 Storm Drain Information Length Surveyed: 82.4' Shape (circle one) Circular Pipe Material (circle one) CMP Lined (circle one) Yes Rating and Rating Index: Quick Structural Rating (QSR): 554A Quick Maintenance Rating (QMR): 2100 Overall Pipe Rating (OPR): 79 Task Area: 1 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Box Height: 18" Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 18" RCP PVC HDPE No Lining Material: Concrete If "Yes" — Year Lined: 1983 OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. ///HHHdn Snil vl=ihr/ CB22_02 S:r. / Surface Hissing Well Tac of CJrb Flquarte Moltipla qt 7.9' Elevutivi 91.17 '— of 6.3' CanaCic ❑ncr Ends of 32.6' W6uce MINe., Wall qt 29.8' trete Liner I. eegire Again Ou:let Elewrinn 18" CNP nt ISP d>sr to, L'.0, rroctire/ Star: Fratura Multiple Be,." t 57.5 Rrcken ripe — CB22_022 al 31,9' qr S�rfoce Cormaon Fri: ql c09' S�rfq:< Corrosion Top of Curt nt 4P, I' EL^.mfinr 90A5 holt of 8L" ytl : 1pt.7on 84.96 E2. n. Fin'eb Fructne `.lullIple u: 72.0 F Devotion 85.29 OBJECT ID: 3715 NOT TO SCALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Seaward Rd. U/S Manhole: Manhole D/S Manhole: Catch Basin Object ID: 3803A Storm Drain Information: Length Surveyed: 99.3' Shape (circle one)Circular Pipe Material (circle one) CMP Lined (circle one) Yes Rating and Ratina Index: Quick Structural Rating (QSR): 4A37 Quick Maintenance Rating (QMR): 2100 Overall Pipe Rating (OPR): Undocumented Manhole Task Area: 1 U/S MH Location: Light Highway D/S MH Location: Sidewalk Sewer Use: Stormwater Box Height: 24" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4. -4.9 5.0+ (Most Significant Defects) Diameter: 24" HDPE No Lining Material: Concrete If "Yes" — Year Lined: 1983 OBJECT ID: 3803A NOT TO SCALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. TASK AREA 2 Site Information: Street: Goldenrod Ave. U/S Manhole: Catch Basin D/S Manhole: Manhole Object ID: 3532 Storm Drain Information: Length Surveyed: 8.0' STORM DRAIN ASSESSMENT FORM Task Area: 2 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5231 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 13 Height: 36" Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4. 5.0+ (Most Significant Defects) Diameter: 36" RCP PVC HDPE Lining Material: If "Yes" —Year Lined: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Site Information: Street: Goldenrod Ave. U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 3533 Storm Drain Information: STORM DRAIN ASSESSMENT FORM Task Area: 2 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Length Surveyed: 16.7' Shave (circle one) Circular Box Pioe Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5633 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 39 Height: 24" Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 24" RCP PVC HDPE Lining Material: If "Yes" — Year Lined: Tn I-EZL164 Elewtion 106.64 Star nde a.ros,on et 1 at I n 102.79 -4• CMF �ttet Elevation 10254 Hole Soil✓sible/ Hole V -id Vsible at a 1' Hole void vsibl of 8.1' Start Hole b,.d b'sibl Elevation 10704 of 10.8' Cutlet Elevol ion 102.14 16 ]' 1 'oh Smiace Corrasion/ I nlsh Hole Jaid ':, Bible Ini I v 01 16J' 102.47 CEJE T I?: - NGT T1- S -ALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Site Information: Street: Goldenrod Ave. U/S Manhole: Catch Basin D/S Manhole: Catch Basin STORM DRAIN ASSESSMENT FORM Task U/S MH Location: Sidewalk D/S MH Location: Sidewalk Object ID: 3534 Sewer Use: Stormwate_r Storm Drain Information: Length Surveyed: 31.0' Height: 24" Shape (circle one) ircular Box Pipe Material (circle one) CMP RCP PVC Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 523A Quick Maintenance Rating (QMR): 2500 Overall Pipe Rating (OPR): 59 Lining Material: If "Yes" — Year Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 24" HDPE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Goldenrod Ave. U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 3534A Storm Drain Information: Length Surveyed: 31.5' Shape (circle one) Circular Pipe Material (circle one) il No Lined (circle one) Yes Rating and Rating Index: Task Area: 2 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Quick Structural Rating (QSR): 523A Quick Maintenance Rating (QMR): 2600 Overall Pipe Rating (OPR): 58 Height: 24" Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 24" RCP PVC HDPE Lining Material: If "Yes" —Year OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Site Information: Street: Goldenrod Ave. U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 5266 Storm Drain Information STORM DRAIN ASSESSMENT FORM Task Area: 2 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Length Surveyed: 122.3' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5F3D Quick Maintenance Rating (QMR): 3928 Overall Pipe Rating (OPR): 318 O=JE'.T I_: N 'T Tr STALE �rlLt t73 Hole Sou Vsible at 9 9 Height: 18" Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 18" RCP PVC HDPE Lining Material: If "Yes" — Year Lined: I nisb Hole Sol VBible at 1197' Ma" Hole Soil islble Hole Soil Vsible at 110.5' at 23 7' Hole Soil v'sible F nish at 100.1' mpacted Deposits Hole Soil Vsible Large Joint at 93.0' -]1'set al 31.1' Start Start :rovel Deposits Sur'ace torroslon/ at "9 15 MF Start Hole Soil Jslble/ - --,B21 —1 H,4 Start Compacted Deposits Surtcce C.orrosio at 1 5at 83.0' T EI Gravel Deposits \I al 85.3' 5 Hole SJsibl Said at 96.4' 1 J2. Inl Hole at 108.8' Hole al 13.1" �4 inlsh Lill, Sur`nce Corrosionat 122.3' Soil vslble of 122.3' OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. TASK AREA 5 OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Site Information: Street: Cliff Drive U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 4302 Storm Drain Information: Length Surveyed: STORM DRAIN ASSESSMENT FORM Task Area: 5 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4. 5.0+ (Most Significant Defects) Height: 12" Diameter: 12" Shape (circle one) Circular Box Pipe Material (circle one) CMP RCP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5331 (51342) Quick Maintenance Rating (QMR): N/A (N/A) Overall Pipe Rating (OPR): 18 (118) PVC HDPE Lining Material: If "Yes" — Year Lined: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Values in parenthesis are from reverse pull inspection OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Hale Yofd 'J slbl Surface i CE :i4_;_c: at 4.0' at 53 �+. Tu of •'u'n ElevationHole Hale Soil V'sible/ Hole Soil Usible/ Star Void V'sible De's rmed .. ricolly Sa-^nce ]arrosoo at 42.8' at 51 6' at 00 EI w in\\ Elevation fes" --LL_ Approximate lnl Elevatian 75.33 ole Soil Jsible\ at 19 V Star Ti,,Q of fur De'armed 'aertkally � at ' 0' Hole 'ub_id Veal rE":i4_(jc at 43.9' Hole 4oid `V ible at 4� 9' 57.4. !finis Aro Deformed /atically/ Sur'oce lovoson dt 5L5 •r: -JE' -T ._: 43-22 l N^T T. SCALE Elevation 70.33 NOTES / RECOMMENDATIONS: Completed regular and reverse pull to complete inspection Values in parenthesis are from reverse pull inspection OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: West Coast Hwy U/S Manhole: Manhole D/S Manhole: Outlet Object IDs: 4209. 4209A & 4210 Storm Drain Information: Length Surveyed: 125.4' Task Area: 5 U/S MH Location: Toe of slope D/S MH Location: Bulkhead Sewer Use: Stormwater Height: 24" Shape (circle one) Circular Box Pipe Material (circle one) CMP RCP Lined (circle one) Yes No Ratina and Rating Index: Quick Structural Rating (QSR) for Object ID 4210: 593C Quick Maintenance Rating (QMR) for Object ID 4210: 3100 Overall Pipe Rating (OPR) for Object ID 4210: 111 Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3. 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 24" PVC HDPE Lining Material: If "Yes' — Year Relined: NOTES / RECOMMENDATIONS:_ Camera blocked by corroded pipe/spalling in Ob act ID 4210 Obiect ID 4210 continues upstream as Caltrans pipe in right-of-way (ROW) Bolt on manhole cover at MI -104 017 are stripped and need to be cut to access storm drain lines Only Obiect ID 4210 was inspected and videoed during CCN inspections OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. TASK AREA 6 Site Information: Street: Dover Drive U/S Manhole: Catch Basin D/S Manhole: Outlet Object ID: 883 Storm Drain Information: Length Surveyed: 29.6' STORM DRAIN ASSESSMENT FORM Task Area: 6 U/S MH Location: Light Highway D/S MH Location: Open Channel Sewer Use: Stormwater Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5636 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 48 Height: 12" RCP PVC Lining Material: Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 12" HDPE If "Yes' — Year Lined: -_ c41 T. Etevotion 80-20 Soil v slble/ �Hole St.i 5wince 'orrosion of t'5 Hole Sol ".sible FI re Inlet \ at Elevation 76-<, \ 1i" 'MF Flaw /'till L et Hole Soil vslble Elevation 76.20 at 137' e San Vsale Flcod Cnrltrol Ch :r lel of 20.9' Hole Sot ' sable/ Hae Vsld .idle at 276' )9.6'Flaw Enisn Su..c n Elevation 75.55 at 29 5' 'EJECT U: NrT TO STALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: Outlet at Orange County Flood Control District (OCFCD) OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Site Information: Street: Dover Drive U/S Manhole: Catch Basin D/S Manhole: Outlet Object ID: 886 Storm Drain Information: STORM DRAIN ASSESSMENT FORM Task Area: 6 U/S MH Location: Sidewalk D/S MH Location: Open Channel Sewer Use: Stormwater Length Surveyed: 4.6' Height: 27" Shaoe (circle one) Circular Box Arch Pipe Material (circle one) CMP RCP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5131 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 8 Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 43" PVC HDPE Lining Material: If "Yes' —Year OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: Outlet to Orange County Flood Control District (OCFCD) OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Site Information: Street: Dover Drive U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 840 Storm Drain Information: STORM DRAIN ASSESSMENT FORM Task Area: 6 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Length Surveyed: 59.7' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5A3A Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 98 Height: 27" Arch Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 4.0-4. 5.0+ (Most Significant Defects) Diameter: 43" RCP PVC HDPE Lining Material: If "Yes" — Year Lined: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Mariners Drive U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 848 Storm Drain Information: Length Surveyed: 46.4' Shape (circle one) Circular Pipe Material (circle one) CMP Lined (circle one) es Task Area: 6 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater go Height: RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 (!4 - .9 4.0-4. 5.0+ (Most Significant Defects) Diameter: 18" HDPE No Lining Material: N/A If "Yes" — Year Rating and Rating Index: Quick Structural Rating (QSR): 5200 Quick Maintenance Rating (QMR): 2100 Overall Pipe Rating (OPR): 12 OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. TASK AREA 8 Site Information: Street: Back Bay Drive U/S Manhole: Manhole D/S Manhole: Manhole Object ID: 1386 Storm Drain Information: STORM DRAIN ASSESSMENT FORM Task Area: 8 U/S MH Location: Easement D/S MH Location: Easement Sewer Use: Stormwater Length Surveyed: 0.0' Shape (circle one) <gir Box Pipe Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): N/A Quick Maintenance Rating (QMR): 4100 Overall Pipe Rating (OPR): 4 Height: 18" RCP PVC Lining Material: Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 18" HDPE If "Yes" — Year Lined: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: Camera blocked due to configuration of trough. Unable to complete reverse pull due to concrete and rocks blocking access OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: 2950 Perla U/S Manhole: Inlet Structure D/S Manhole: Manhole Object ID: 1387 Storm Drain Information: Length Surveyed: 83.5' Shape (circle one) Circular Pipe Material (circle one) CMP Lined (circle one) Yes Task U/S MH Location: Greenbelt D/S MH Location: Easement Sewer Use: Stormwater Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Height: 18" Diameter: 18" Box RCP PVC HDPE No Lining Material: N/A If "Yes" — Year Lined: Unknown Rating and Rating Index: Quick Structural Rating (QSR): 5731 Quick Maintenance Rating (QMR): 4123 Overall Pipe Rating (OPR): 48 Sta. Deposts AltocheC 51a• Liner Encrust.ton al 69.1' of 0.0' iT1J42 Sur'ace Corrosion Lner Missin MH12_J rp To ( - 1 N I of 1.0' 't c11 at 591 \R -m Elev p 3100 Elevation 66.00 1?.�MI FI w n C I Elevation 58.00 Lner Milian Alignment Down V.'a1l at 220 at 27,6' Star 1 -os I'nsJ Elevation 27.00 Liner Mlssing Lner Missing Deposits Attached 11 at 25.}' wru at 51.8' Encrustation at 82.0' a 3.d "FJEI'T li: 1 "7 N :T 5, ALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. TASK AREA 11 STORM DRAIN ASSESSMENT FORM Site Information: Street: San Joaquin Hills Road U/S Manhole: Inlet Structure D/S Manhole: Outlet Object ID: 2522 Storm Drain Information: Task Area: 11 U/S MH Location: Light Highway D/S MH Location: Debris Basin Sewer Use: Stormwater Length Surveyed: 37.4' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 3700 Quick Maintenance Rating (QMR): 5541 Overall Pipe Rating (OPR): 50 Height: 24" Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 24" RCP PVC HDPE Lining Material: If "Yes" — Year Lined: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. star-. I nisn INLET STRUCTJRE Deposits Settled Deposes Settled S T10 GC4 oebrs of ns' Debris at 371 CEBP -, EASIN - star-. OUTLET Surface Corrosion at 0.0' Ian -is^ Su -face P rroswn a 24" CMP at 37.°' FI w ni fu Det Alignment Right Eley do 400 of 2.0' \\\` BUR`/FY ABANDONED^� CAMERA BL,r KED Elevation 6.00 BY DEBRIS 37.+' r FJE%.T U: 2�2-- W T T:' S(ALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Site Information: Street: Jamboree Road U/S Manhole: Manhole D/S Manhole: Outlet Object ID: 2919 & 2920 Storm Drain Information: STORM DRAIN ASSESSMENT FORM Task Area: 11 U/S MH Location: Sidewalk D/S MH Location: Open Ditch Sewer Use: Stormwater Length Surveyed: 231.1' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Ratina and Rating Index: Quick Structural Rating (QSR): 51-131-1 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 365 Height: 22" Arch Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1,9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 36" RCP PVC HDPE Lining Material: If "Yes" — Year OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: Obiect IDs 2919 and 2920 are the same pipe OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Jamboree Road U/S Manhole: Catch Basin D/S Manhole: Outlet Object ID: 2514 Storm Drain Information: Length Surveyed: 111.8' Task Area: 11 U/S MH Location: Sidewalk D/S MH Location: Desiltino Basin Sewer Use: Stormwater Shave (circle one) Circular Box Pine Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5C3B Quick Maintenance Rating (QMR): 3500 Overall Pipe Rating (OPR): 175 Height: 18" Arch RCP PVC Lining Material: Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4. 5.0+ (Most Significant Defects) Diameter: 29" HDPE If "Yes" — Year Lined: CF15 001 Elevation 120.65 Star! Deposits Settled ,ampacted at 0.0 SURVEY ABANDONED CAMERA 81.rl-KED X 1 BY LARGE VERR:)AL DEFORMAT,N ArCH CMFeposts Settled fompocted at 22.5' nIn So - Elevation II7.85 Sunace Corrosion iT15 at 35.6' _OG1 1 nls6 Deposits Settled ..ompacled at 22.5' inlsM1 FI w ne till Surcce '.a rrosion Elevation 116.36 at 111 8 De+armed V,icolly at 111.8 -FJE�T 1_!: 2514 NCT Tr SCALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: Camera blocked by deformed pipe. Beehive in downstream access: unable to complete reverse pull. OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. TASK AREA 13 Site Information: Street: Marine Avenue U/S Manhole: Catch Basin D/S Manhole: Outlet Object ID: 3006 Storm Drain Information: Length Surveyed: 41.3' STORM DRAIN ASSESSMENT FORM Task Area: 13 U/S MH Location: Sidewalk D/S MH Location: Bay Sewer Use: Stormwater Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5538 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 51 Height: 18" RCP PVC Lining If "Yes' — Year Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 18" HDPE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. CElF -',7_ St., - 1 1- rt Su•`xe 'orrosion Elevo lion al 0.0' nlsh Hole J -id 'Jsible at 13.5' Survey Abondaned FIf I 1 n CMF .a:Je Joint :-- et amera Blocked Elevation 108.50 St.,. at 27 < at c 3 Hole VGid Vaible at 4.0' E.dktba �T1E_2^'it e'ermed at 274 II Inv Cutlet 105.01 n ole Vaid'.'sible at43' 1 rdsb Sur'ace Corrosion at 41.3' C[ -JE -'T I : 7( 6 NCT S, ALE NOTES / RECOMMENDATIONS: Camera blocked upstream by void at 41.3 feet. Limited access at downstream end: unable to complete reverse pull inspection OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Site Information: Street: Marine Avenue U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 3009 Storm Drain Information: Length Surveyed: 7.9' STORM DRAIN ASSESSMENT FORM Task Area: 13 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5132 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 11 Height: 12" RCP PVC Lining Material: If "Yes" — Year Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 12" 7191,4 .'-E JE: T U: 3 N[T Tr 5(ALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: EI Paseo Dirve U/S Manhole: Catch Basin D/S Manhole: 5'x5' RCB Tie -In Object ID: 5432 Storm Drain Information: Length Surveyed: 34.0' Task Area: 13 U/S MH Location: Sidewalk D/S MH Location: Light Highway Sewer Use: Stormwater Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5336 Quick Maintenance Rating (QMR): 4121 Overall Pipe Rating (OPR): 39 "nl e_l 4? 06JECT I-+: `432 NIT Tr, Sr: ALE Height: 24" Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3. 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 24" RCP PVC HDPE 5oilYsible. at 0.0' Deposits Settled t'ne at 10.3' \ 14" "MP `smrt Surface Corrosion at 4 0' Lining Material: If "Yes" — Year Lined: at 23. J' ':'eIE 'v sible al 29 9' C; nrlr ti-,. tc `_.tam Erii i -,Tl. C',i Alignment 3isles / at 333 .3'' In Sm`ace Cor 34 at 34 0' Elevation 114 OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. APPENDIX B PIPE ASSESSMENT CERTIFICATION PROGRAM (PACP) RATING INDEX QUICK RATINGS: A four character way to prioritze a segment of pipe based on the number and level of defects entered. Highest 2n°Highest Severity 5 4 Severity 2 1f defect observations entered into an inspection. The level 3 defect was (A) entered 10 to 14 times. NOTE: This is only available inside 1. T Pipes sof ware and is not part of the NASSCO PA^P A 10-14 E30-34 150-54 M70,74 090-94 U 110-114 Y 130-134 occurances occurances Some Quick Ratings will have an letter in the 2"d or 4" position. QSR QUICK STRUCTURAL RATING Rating based on Structural defect observations entered into an inspection. Ex. Broken, cracks, hectures, holes, deformed and collapsed pipe. QMR QUICK MAINTENANCE RATING Rating based on 08M defect observations entered into an inspection. Ex. Grease, roots, debris, act. Each letter defines how many times over it occurred over Nine. QUICK OVERALL RATING QOR Rating based on combining 08M and Structural Example: 4C3A The level defect was entered between (C) 20 and 24 times defect observations entered into an inspection. The level 3 defect was (A) entered 10 to 14 times. NOTE: This is only available inside 1. T Pipes sof ware and is not part of the NASSCO PA^P A 10-14 E30-34 150-54 M70,74 090-94 U 110-114 Y 130-134 system. BIS -19 F35-39 J 55-59 N75-79 R95-99 V115-119 Z 135+ C20-24 G40-44 K 60-64 080-84 S100-104 W 120-124 D25-29 H4549 1-65-69 P85,89 T105-109 X 125-129 SPR STRUCTURAL PIPE RATING Sum of all structural defect severity levels MAINTENANCE PIPE RATING WPR Sum of all maintenance defect severity levels OPR OVERALL PIPE RATING Sum of all structural 8 maintenance defect severity levels SPRI 71STRUCTURALPIPE RATING INDEX MPRI MAINTENANCE PIPE RATING INDEX J OPRI !OVERALL PIPE RATING INDEX PIPE RATINGS: The sum of the defect severity ratings entered into an inspection. Add (Sum) all the Structural and/or Maintenance observation severity levels together. Example: a line has 3-4evel 1, 24evel2 and 2 -level 5 defects. The rate for this line would be 17 (3+4+10). CONTINUOUS DEFECTS: Will effect the scoring system by calculating defects over a length of pipe and adding it to the scoring sytem. It is calculated by dividing the length of the continuous defect by 5 and adding that number of defects to the scoring system. Example: level 3 defect was 100ft long start to end. 100/5-20 20 instances of level 3 will be added to the scoring system. PIPE RATINGS INDEX: The average of the Pipe Ratings entered into an inspection. Divide the Pipe Rating by the number of Structural andlor Maintenance observation. Example: The pipe rating example of 17 used above would have a pipe rating index of 2.4. Pipe rating/number of observation 1717 = 2.4 WZ damage, percentage of flow capacity restriction, or the amount of wall loss due to deterioration. The PACP Condition Grading System alone is inadequate for determining if a pipe segment should be rehabilitated or replaced. Many other factors in addition to the internal condition of the segment should be considered. The fact that a segment has significant Grade 4 or Grade 5 defects does not necessarily mean the pipe segment should be immediately rehabilitated. Recent experience by PACP Users has shown that pipe segments with serious defects such as hinge failures may remain largely unchanged for many decades if no deterioration factors such as surcharging, roots, or groundwater are present. What is needed is improved estimates of remaining life or mean time before failure that are based on close monitoring of pipe segments over time. Once we know how much change occurs in pipe segments we can better understand the relationship between defects, deterioration factors, and pipe segment life expectancy. PACP continues to be an excellent tool for benchmarking pipe condition between one inspection and subsequent inspections of the same pipe. Grades are assigned for two categories, Structural, and O&M defects. Grades are as follows; 5 - Most significant defect gradwvt S 16.4 -NL 4 — Significant ---y S _ 10 4 �A)'S 3 — Moderate defect grader 2—Minor to Moderate rmu 1 —Minor defect grade fAlu rr 1uQ tro%GS3GmscC F41NO The PACP Condition Grading System results are entirely dependent on the quality of the PACP defect coding. Errors in the coding will directly result in errors in the Grading. All utilities, engineers, and contractors should make sure the data they are using was coded by experienced technicians who have successfully demonstrated their competence through a formal or informal apprenticeship program. PACP data from inexperienced technicians should be checked and corrected as needed. Errors found in coding should be corrected and the errors brought to the attention of the technician. D-2 Pipeline Assessment and Certification Program Version 6.0.1 November 2010 copyright © 2001, NASSCO d17 I 1 U cy So _ S d lu U O O 0I E II p j., o k O cp N M E £ r @ m 0 O iV CO r u) c0 N co h R r. 0 (Mo -10 3. m II N cis I i I I I N X X (� m ti II L cc c d /1 O O W)M N e- w V ®®J O 5c to p- 0 t Ol # co m °=0 >a d m a0 m$ C7 U N co c d Q ¢I p cD W va N f� U n o 3 d m Z r r N ¢ c) y u In o w a J 91 11 IL Q °� w O W SJ3 M M 00 fO iD M M M NII ±a O O ® d (A N V M N r K9 LO It c s O M L U O O O p E OO 0 O E O O O o a 000) m M o � E d m 5 �� �N a c V O p C �2 E ('p JE ID c O) 7 �� � �O 5 O O-0— m cu 7 J 0 1J (L t (1 Ca U r � S C) � 100 � v d v o R Oa, -0 co M -� - o R u m n m w C n M a U` to 0 O L x O Gr N II II m V y 'O0 O .-, d' y d' c O p w m O ® d Y O us v M N i uo V' H `mom c0 0 vs fain ' r U . c W L a 0 rn Z 8 a� = m U o 7 m c a (D CL t5 Q `m is U-0 O c W ,�, ,,,, [L N O CL i t l6 O O d L !n Co mo t ,y C Wlu N OD O ) cocr)I M c c v O L OL O) c N Z r M 0 N L W e N J II it O v m m c3 w v '^ W O M f0 O9 N a0 M w �O V E l6 2 2 O fO C O. *- I I I I I M X Xt `m U 'is d U ? U CL U) KO V M N a^- R -T M H ❑ C-4 U In as (o O vi w . . . . . . . . . . . . . . . . . . . . a) m � C'7 a fo a) E �y W cin Lo m N � s o o w un tin � L UJ U N L L L L L CD O > o II II II II 2 11 E N m 'ai h.0 Q s i .C) � cu Co ® O r, L a U vL 0 fl O a � � O � N � L ` � �•� 'moi Q � U U')(O N Co } M C L �� -0 � -0 n1 a) �.) ^^,, W ca d ® E CU U- c� 0')= a)' co mai LSD N 0) L ® j uA cA El CSS cn a) U L 4— U U U U® CU a- ,� coa) C O a E a) 'aaa ' ' a) -0 a a) U Cl)coNd- �u7Z F—"=CA K k3 9.. . PACP Grade and Repair -Priority Coale Relationship Repair -Priority PACPGradt Code Definition 5 Immediate Severe damage ob,ewed: regaues miry rate attention. Sigmficmu defect, observed that are help to 3 or 4 Poor cause sanitary sewer overflows and other operational problems: give [uglier pnontp in terms of re pair-ftutd allocation ? Fair Some defects observed; must be frequently monitored. 1 Good No ergruficant defects observed; rmy be put on a lower mopatoring frequency, 0 Excellent Pipe is eulter new or free front any observed defects.