Loading...
HomeMy WebLinkAboutC-3465 - Sewer and Storm Drain Lining Program0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC April 8, 2004 Instituform Technologies, Inc. 702 Spirit 40 Park Drive Chesterfield, MO 63005 Subject: Sewer and Storm Drain Lining Program (C -3465) To Whom It May Concern: On April 8, 2003, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 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 Labor & Materials Bond was released on June 23, 2003. The Surety for the contract is National Fire Insurance Company of Hartford, and the bond number is 929249283. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, CMC City Clerk cc: Public Works Department Sean Crumby, Junior Engineer enclosure 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 - www.city.newport- beach.ca.us 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER AND STORM. DRAIN LINING PROGRAM CONTRACT NO. 3465 BOND NO. 929249283 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 944.00 being at the rate of $ 2.65 for the first $500.000 -_.. thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to INSITUFORM TECHNOLOGIES, INC., hereinafter designated as the "Principal ", a contract for construction of SEWER AND STORM DRAIN LINING PROGRAM, Contract No. 3465 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3465 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW. THEREFORE, we, the Principal, and National Fire insurance Company of Hartford _ _ duly authorized to transact business under the laws of the State or California as Surety (hereinafter "Surety' -), are held and firmly bound unto the City of Newport Beach, in the Burn of three hundred fifty -six thousand, four hundred seven and 001100 Dollars ($356,407.00) 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 or) 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 New 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. i 0 0 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 the City, only in the event the 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 addilions to the terms of the Contract or to the work to be performed thereunder of to the specifications accompanying the same 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 the 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 heen duly executed by the Principal and Surety above named, on the __ day of _,2002. INSITUFORM TECHNOLOGIES, INC. (Principal) Authorized Signalure/Title. Charles H. Nance, Vice President — Production National Fire Insurance Company of Hartford Name of Surety P.O. Box 419375, Kansas City, MO 64179 -0461 Address of Surety 1-800 - 8 -3269 Ext. #7753 ....._.__. Telephone Authorized Agent Signature Kathleen A. Petchulat, Attorney- in_fa_ct Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT N, e?;- State of Missouri County of On GATE before me, Deborah M. Jennings NA W E TOLE O< O« iCE R - E G, 'JANE DOE. NOl A4. PUBLIC' personally appeared Kathleen A. Petchulat, Attorney in fact of National Fire Insurance Companv of NAMEIS Or SIGNS F:S) Harford personally kno,un to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) vv -hose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the Derson(s) acted, executed the instrument. IDEBOFAH M. JENNINGS blic — Notary Seal e of Missouri of St. Louis ssion Exp. 07/1312002 OPTIONAL Though the data below Is no: repu(led by law, is may prove valuable to persons relying on the document and could prevent fraudulent rea;;achmen; of this form. CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL U CORPORATE OFFICER 0 PARTNER(S) ❑ LIMITED ❑ GENERA! 7X ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME Or PERSONIS) OP EITTM pVS) National Fire Insurance Company of Hartford DESCRIPTION OF ATTACHED DOCUMENT Faithful Performance Bond TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAfAED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 9236 Remmel Ave.. P.D. Box 7194 • Canoca Pa M. CA 9130E.'184 0 0 POWER OF ATTOknIEY APPOINTING INDIVIDUAL Al I "ORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called "the CNA Companies "), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Stephen E. Ricci Thomas C. Ricci, Jr., Kathleen A. Petchulat, Kathleen M. Hoffard, Individually of Crave Coeur, Missouri their true and lawful Attorney(s)- n-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -- In Unlimited Amounts -- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 18th day of April, 2002. C��1 <� 1NSUA 0*Wa4?ira.% Continental Casualty Company rE v ; National Fire Insurance Company of Hartford , American Casualty Company of Reading, Pennsylvania a SEAL T y < Michael Gengler Group Vice President State of Illinois, County of Cook, ss: On this 18th day of April, 2002, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. 'OFFICIAL SEAL' DIANE FAULKNER Notary Public, State of Illinois My Commission Expires 9/17/05 My Commission Expires September 17, 2005 Diane Faulkner Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the corporations printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporations this day of _ rq�'C�w�TY 1NSUAq 0,1, Contlnental Casualty Company o nroN, T, St National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania SEAL f '� 1897 Mary A. Ribikawskis Assistant Secretary (Rev. 10/11/01) CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State Of Missouri County Of St. Louis On before me, Denise L. Carroll GATE NAME, TOILE � OBE tCE R - E G .'JANE DOE. NOT AP V PueuP personallv appeared Charles H - -Nanrp yiize presid¢a� =p> edge ien NAMC15: O< $GNE F:SI personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the %vithin instrument and ac- knowledged to me that he!she /they executed \�\\��SEL.CgAgi,,�� the same in his /her /their authorized O; •issloy'• �lly ,"o Obers ?'�a%: s capacity(ies), and that by his/her/their *; go° signature(s) on the instrument the person(s), �•� : *_ o NOTA.RYSEAL Or the entity upon behalf of which the v, y•.s� person(s) acted. executed the instrument. �. �".i•. atlas GO,S :..c°J..`' �-� my hand ayjq,e`aI seal. OPTIONAL Thouoh the data belov: 15 not teouired by law, it may prove vatuable to persons relv%no on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ IrdDIVIDUAL ❑ CORPORATE OFFICER Vice President— Production TITtEEsi ❑ PARTNER(S) ❑ LIMITED 13 GENERAL Q ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSOWS) OR ENinYIIESI .IAitUfOrm Technologies Inc. DESCRIPTION OF ATTACHED DOCUMENT Faithful Performance Bond TITLE OR TYPE OF DOCUMENT 2 page bond NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION- 6236 Renvnel Ave.. P.O. Box 7184 -Canoga Park. CA 91309.7184 June 23, 2003 Instituform Technologies, Inc. 702 Spirit 40 Park Drive Chesterfield, MO 63005 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC Subject: Sewer and Storm Drain Lining Program (C -3465) To Whom It May Concern: On April 8, 2003, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 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 5, 2003, Reference No. 2003000506221. The Surety for the contract is National Fire Insurance Company of Hartford, and the bond number is 929249283. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CM City Clerk cc: Public Works Department Sean Crumby, Junior Engineer encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER, AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 BOND NO, 929249283 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to INSITUFORM TECHNOLOGIES, INC., hereinafter designated as the `Principal," a contract for construction of SEWER AND STORM DRAIN LINING PROGRAM, Contract No. 3465 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract DOCUmPols in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3465 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, National Fire Insurance Company of Hartford duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held firmly bound unto the City of Newport Beach, in the sum of three hundred fifty -six thousand, four hundred seven and 00!700 Dollars ($356,407.00) lawful rnoney of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same. in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. K1 0 0 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 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 3247 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 or the specifications accompanying the same 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 narned 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 _.. day of _. , 2002. zg- INSITUFORM TECHNOLOGIES, INC. (Principal) Authorized Signaturet7itle Charles H. Nance, Vice President— Production National Fire Insurance Company of Hartford �ocCQ 000 P) l.n trAi :* Name of Surely Authorized Agent Signature P.O. Box 419375 Kansas Ciry, MO 64179 -0461 Address of Surety 1 -800- 888 -3269 Ext# 7753 _... __ _..__...- -- - ---- Telephone Kathleen A. Petchulat, Attorney-in-fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of Missouri County of On before me, Deborah M. Jennings DATE NAWE, TITLE O' Ocr ICE P. E G.'J&NE DOE. NOTA4" PveuC' personally appeared Kathleen A. Petchulat, Attorney in fact of National Fire Insurance Company of AAMEIS: o- s.mr AsI Harford personally known to me - OR - ❑ 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 ac- knowledged to me that he./she /thev executed the same in hist'her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entily upon behalf of which the person(s) acted. executed the instrument. DEBORPAH M.NoNry INGS Seal Notary State of Missouri City of St. Louis MY Commission Exp, 07/13/2002 Opp.._...._ Thouah the data below: is no: required by la,, ;: may prove valuable to persons reWlna on the document and could prevent fraudulent reailaChment of this form. CAPACITY CLAIMED BY SIGNER LJ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ GENERA! D ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: rvA E Oi PERSON(S) DP EM1mT gS, National Fire Insurance Company of Hartford DESCRIPTION OF ATTACHED DOCUMENT Labor and Materials Payment Bond TITLE OR TYPE OF DOCUMENT 2 page bond NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 RamTal Awe.. P.O. Bo. 7164 • Ca.MO PaM. CA 91309:154 POWER OF AANEY APPOINTING INDIVIDUAL• FORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called "the CNA Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Stephen E. Ricci Thomas C. Ricci Jr. Kathleen A. Petchulat, Kathleen M. Hoffard, Individually their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -- In Unlimited Amounts.— and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 18th day of April, 2002. cASUt�� tttwa os/� �e Continental Casualty Company rr c National Fire Insurance Company of Hartford o • a American Casualty Company of Reading, Pennsylvania °y e AI Michael Gengler Group Vice President State of Illinois, County of Cook, ss: On this 18th day of April, 2002, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois: that he is a Group Vice President of Continental Casually Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. 'OFFICIALSEAC X DIANE FAULKNER Notary Public, State of Illinois My Commission Expires 9/17/05 My Commission Expires September 17, 2005 Diane Faulkner Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the corporations printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporations this day of , 4rr & *SUR �,• � Continental Casualty Company rpaoonnrr ' S+ a+ r�pprgyT National Fire Insurance Company of Hartford E to �a American nj''Casualty Company of Reading. Pennsylvania ULY SEAL 2 1911Z 1887 MAIr� • Mary A. Ribikawskis Assistant Secretary (Rev. 10 /11/01) • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of Missouri " County Of St. Louis s On before me, Denise L. Carroll 0,71 NAME. TITLE C' der ICE R E G.'JANE DOE. NOTARVPvsvC personally appeared Charles R.N_ance,_ Vice President- Prnaiirt;nn NAME6: O' SIGNS A:SI personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) "chose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed i(11ttHtlllirili/ the same in hisiherhheir authorized \O�;rMMtsS(OryFRO��q% capacity(ies), and that by hisfherftheir IGO embers2oo�9�,,- = signature(s) on the instrument the person(s), or the entity upon behalf of which the NO7AflY SEAL •� person(S) acted. executed the instrument. ST VJ N my hand an al sea r- )rlttttttt 5: +: vRF pT NOT ARv OPTIONAL Though the data below Is not required by law. is may prove valuable to persona relying on the document and could prevent fraudulent reat;achmen% 01 this form. , CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT D INDIVIDUAL ® CORPORATEOFFICER Labor.and Materials Payment Rand Vice President— Production TITLE OR TYPE OF DOCUMENT TaLE(S) D PARTNER {S) ❑ LIMITED ❑ GENERAL D ATTORNEY -IN -FACT ❑ TRUSTEE(S) D GUARDIAWCONSERVATOR D OTHER: SIGNER IS REPRESENTING: NAIAE Or PERSON(S)OREr.T (IESi Snsituform Technologies Tnc 2 page bond NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 9236 Re"ei Ave.. P.O. BOX 7164 - GnoDa Pam. CA 91309 716E a RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Is Recorded in Official Records, County of Orange Tom Daly, Clerk- Recorder IIIIIIIIIiiIIIIIIIiIIIIIIIIIIIIIIIIIIiIIIIIIIIIIIIIIIIiIIIIIIIIIIIINO FEE 200300050622102:33pm 05/05/03 213 96 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt om recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Insituform Technologies, Inc., as Contractor, entered into a Contract on May 14, 2002. Said Contract set forth certain improvements, as follows: Sewer and Storm Drain Lining Program (C -3465) Work on said Contract was completed on March 7, 2003, and was found to be acceptable on April 8, 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is National Fire Insurance Company of Hartford. _. R66licj s 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 !_� %( at Newport Beach, California. BY City Clerk /I CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC April 10, 2003 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion for the Sewer and Storm Drain Lining Program (C -3465) and the Peninsula Point Water Main Replacement (C -3462) Please record the enclosed documents and return to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CIVIC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us i 0 • RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NOTICE OF COMPLETION 6103" NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Insituform Technologies, Inc., as Contractor, entered into a Contract on May 14, 2002. Said Contract set forth certain improvements, as follows: Sewer and Storm Drain Lining Program--(Q--3-4-65A Work on said Contract was completed on March 7, 2003, and was found to be acceptable on April 8, 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is National Fire Insurance Company of Hartford. lic s 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 at Newport Beach, California. BY City Clerk • • ( 3e� C -ayes CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 7 April 8, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COU FROM: Public Works Department Sean Crumby, Junior Engineer 949- 644 -3311 scrumby@city.newport-beach.ca.us Ing BY THE CITY COUNCIL CITY OF NEWPORT BEACH rJ3 SUBJECT: SEWER MAIN MASTER PLAN IMPROVEMENTS - LINING PROJECT CONTRACT NO. 3465 — COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On May 14, 2002, the City Council authorized the award of the Sewer Main and Storm Drain Improvement Program contract to Insituform Technologies, Inc. The contract provided for the lining and rehabillitation of selected portions of sewer and storm drain lines throughout the city. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $356,407.00 Actual amount of bid items constructed: $358,173.00 Total amount of change orders: - $3,803.36 Final contract cost: $354,369.64 The decrease in the final contract cost from the original bid amount resulted from alley work being deleted from the project during construction. Additional sewer mains were lined in Newport Heights, crossing Coast Highway (near Dover Drive), and on SUBJECT: Sewer Main Master F provements- Contract No. 3465 - Completion And ptance April 8, 2003 Page 2 Peninsula Point (the Oceanfront alley). The final overall construction cost including change orders was 1.07 percent below the original bid amount. Three change orders, which included the quantity adjustments and additional work provided a credit of $3,803.36. Funds for the project were expended in the following account: Description Account No. Amount Sewer Main Replacement 7531- C5600292 $350,963.64 Storm Drain Improvements 7012- C5100008 $3,406.00 TOTAL $354,437.50 All work was completed on March 7, 2003. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. The project involved internal lining of existing sewer mains and storm drains lines. Prepared by: Submitted by'' Sean Crumby SteffhXG. Badum Junior Engineer Public Works Director CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 2:00 P.M. on the 30th day of April 2002, at which time such bids shall be opened and read for SEWER AND STORM DRAIN LINING PROGRAM Title of Project Contract No. 3465 $ 525,000.00 Engineer's Estimate phen G. Badum c Works Director Prospective bidders may obtain one set of bid documents for $20 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: "A and /or C -34" For further information, call Michael J. Sinacori, Project Manager at (949) 644 -3342 CITY OF NEWPORT BEACH �;,s,te�oini Iechiio'oaies, Inc. 702 Spirit 40 Park Dr. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 TABLE OF CONTENTS NOTICEINVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 z CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 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. Bidders' security shall be returned to unsuccessful bidders within a reasonable time not to exceed 60 calendar days after the successful bidder has signed the Contract. 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 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. uisnuiunn 76chiioiogies, Inc. 702 Spirit 40 Park Dr. 0 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 in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 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. 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. The signature below represents that the above has been reviewed. 758411 Class "A" expires 1/31/03 Contractor's License No. & Classification Insituform Technologies, Inc. Bidder Authorized Signature/Title Gerald Addington, Vice President - Project Management April 30, 2002 Date IOSItlIfOfP1 TcCi?�l f.',;'�p�l °S. I'�'`: D Chesterfield, MO 63005 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 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 amount of the bid Dollars ($ 10% of the bid __), to be paid and forfeited to the City of Newoo Beach if the bid pr000sal of the uncersigned Principal for the construction of SEWER AND STORM DRAIN LINING PROGRAM, Contract No. 3465 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 Principai fails to duly enter into and execute the Contract Documents and provide the required original insurance documents for the construction of the project within thirty (30) days (not including Saturday. Sunday, and federal holidays) 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 fhe Surety from its obligations under this Bond. Witness our hands this 30 day of Insituform 'I'eclmologies, hie. _ Name of Contractor (Principal) National Fire Insurance Company of Hartford Name of Surety 11.0 Lit+x 914375 - Kwit w, "'Ity, nU 64179 -0461 Address of Suety 1 -800 -888 -3269 ext. =,7753 Telephor:e Apn1 / ,2002. _ / Authorized Signaturefritle Gerald Addington, Vid,6 President — Project Management Authorized Agent Signature Kathleen A. Petchulat, Attomey -in -fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) InciM. J•rn Chesterfield, fJiU 6�ufi5 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of County of St. Louis 0 On April 30, 2002 before me, Deborah M. Jennings 0�R NAmE l,r.E O g'f KER E G 'JANE ME N01AR. PUBLIC personally appeared Kathleen A. Petchulal Attorney in fact of National Fire Insum"ce CompanV of nAUUS o s....ws Harford lxJ personalty known to me - OR - ! ! proved to me on the basis of satisfactory evidence to be the person(s) v;hose name(s) is /are subscribed to the v;ilhin instrument and ac- knowledoed to me that he!she /they executed the same In hislher /their authorized capacity(ies). and that by his /her /their sionature(s) on the instrument the person(s), or the entity upon behalf of which the oersen(s) acted. executed the instrument. DEBORAH M. JENNINGS eal. Notary Public — Notary Seal State of Missouri City of St. Louis My Commission Exp. 07/13/2002 OPTIONAL 4t Du:: T houQn ine dale beloe.:5 not required by lava, t: Ta'% Drove valuable IC pe'Son<_ relying_ on 1he document and Could preven! fraugWGnt ceatlaC'1men: G'. INS fw CAPACITY CLAIMED BY SIGNER _J INDIVIDUAL CORPORATE OFFICER SIGNER IS REPRESENTING: Au!E O= PERSONfSIg ENTTYVLE, National Fire Insurance Company of Hartford DESCRIPTION OF ATTACHED DOCUMENT Rid Bond TITLE OR TYPE OF DOCUMENT I page bond NUMBER OF PAGES April 30, 2002 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmel Ave.. R.O. BUA 718A • Canopa Pant. CA 91309 7 t6a Chesterfield, P,40'b6jjD Trt;,E15! F-1 PARTNERIS) ❑� LIMITED r LJ GENERAL X A IORNEY -IN FACT I_J TR'JSTEEIS! 'J Gu ARDIAN /CONSERVATOR -_, OTHER. SIGNER IS REPRESENTING: Au!E O= PERSONfSIg ENTTYVLE, National Fire Insurance Company of Hartford DESCRIPTION OF ATTACHED DOCUMENT Rid Bond TITLE OR TYPE OF DOCUMENT I page bond NUMBER OF PAGES April 30, 2002 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmel Ave.. R.O. BUA 718A • Canopa Pant. CA 91309 7 t6a Chesterfield, P,40'b6jjD -FACT POWER OF ATTO NEY APPOINTING INDIVIDUAL AfORNEY -IN Know All Men By These Presents, That Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called `the CNA Companies "), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Stephen E. Ricci Thomas C. Ricci, Jr., Kathleen A. Petchulat, Kathleen M. Hoffard, Individually their true and lawful Attorney(s }in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - -- In Unlimited Amounts -- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 2nd day of January, 2002. W4 r INSUq.1.� a, ,p� Continental Casualty Company co^ °OH*rt' di ,•[99ro9ar�e National Fire Insurance Company of Hartford . S ay rl. American Casualty Company of Reading, Pennsylvania o� SF1�L g 1rpsR r I. s / 1897^ Michael Gengler Group Vice President State of Illinois, County of Cook, ss: On this 2nd day of January, 2002, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. "OFFICIAL SEAL' DIANE FAULKNER Nolory Public, Store of Illinois V6LA&JC.*-&,--,,__� My Commission Expires 9/17/05 t My Commission Expires September 17, 2005 Diane Faulkner Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the -By -Law and Resolution of the Board of Directors of the corporations printed on th erse hereof is s/Aw�l in force. In testimony whereof I hav hereunto subscribed my name and affixed the seal of the said corporations this day of (Rev. 10/11/01) Continental Casualty Company ,ppPplyTfo o National Fire Insurance Company of Hartford # American Casualty Company of Reading. Pennsylvania r90E a` Illl �O • Mary A. Ribikawskis Assistant Secretary CL I *thorizing By -Laws and Resolut& ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX —Execution of Documents Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI— Execution of Obligations and Appointment of Attorney -in -Fad Section 2. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attomey -in -fact " This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attomey -in- Fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding.on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State Of Missouri County Of St. Louis On April 30, 200 before me, Denise L. Carroll DATE NAME Ttt LE Cr O•E 2E R. E G.-JAKE DOE. NW AA1 RVBUC personally appeared Gerald Ad. _i_ngton, Vice President- Project Management NwE6:O S,GNFR:SI personally known to me - OR - ❑ 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 ac- knowledged to me that he!she /they executed L;CAggQ�i,�� the same in his /her /their authorized a� p••�pAiSSIONF ��� % capacity(ies), and that by his /her /their o� mber5 dam :. om`e 200 signature(s) on the instrument the person(s), *e ••� *_ or the entity upon behalf of which the ��: NOTARYSEAL & person(s) acted, executed the instrument. VJ N my hand I al seal. St +' V E O< AID' &A, OPTIONAL Though the data below is not required by law, I: may prove valuable to persons relying on the document and Could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ 114DIVIDUAL 12 CORPORATE OFFICER Vice President - Project Management TRIES) ❑ PARTNER(S) D LIMITED D GENERAL Q ATTORNEY -IN -FACT D TRUSTEE(S) D GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME Or PERSC"S) OR EN IIEE) Tmsi- tuform Technologies, Inc DESCRIPTION Of ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT 1 page NUMBER OF PAGES April 30,2002 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION- 9236 Rem,nel Ave.. P.O. 80, 7184 - Canoga Pam. CA 91309.7194 kill Insituiorm lr tl0.fl F2 k Dr. �n2Sn ^.5 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 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 Name, Bid Description of Work Percent of Address, Telephone # Item Total Bid Number KAY $A -AOtk ILt11 67A -YLC -0 ST. 3 GLL�� � GGT� l `tfO LoJ� t3>- T'�'tk, Ge�1 `1GtE�L3 562- 'i Q,3 - S19 1 "TVt1!E0 JdL3 -T Sr Ifl Zw t�atC_ C �t9.�Z'S 281t1 6;�Owz -atf+ A`u L1� 19 aria ?4kL_OAO I c.A.9j)ft(- s7oz el-S- 6Ln 1 5�z� �T P�(�Gr -L4lQ S3`1 u�. 1�Eo�1 mil- 64R0 E7r4 cq°tb2Ea u Insituform Technologies, Inc. ! Bidder Authorized Signature/Title Gerald Addington, Vice Pre (s�dfApt_= Project Management htisitot" "QA F'C n 6 GheSffiil;Fld. � - '� 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name Insituform Technologies, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number Installation of CIPP Project Description 5,5741 of 6 -10" Approximate Construction Dates: From Jan -01 To: Jun -01 Agency Name Sanitary Dist NO. 2 of Corte Madera, CA Contact Person David Bracken Telephone (41P 927 -8801 Original Contract Amount $198 , 725Final Contract Amount $ 261,327 If final amount is different from original, please explain (change orders, extra work, etc.) Change order adding additional Pipe to Contract 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 7 n�it�!pAIM Chesterfield, VvhU 5s�'i'� No. 2 Project Name /Number 2000 Pipe Rehabilitation Project Project Description 23,406' of 6 -21" Approximate Construction Dates: From May -00 Agency Name City of Arcata, CA To: Sep -00 Contact Person Doby Class Telephone q07) 825 -2173 Original Contract Amount $.11-6, 85 final Contract Amount $1 , 225, 459 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders for addtional work were issued Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 3 Project Name /Number Base Sewerline Rehab Project Project Description 40,946' of 6 -18" Approximate Construction Dates: From Aug -00 To: Mav -01 Agency Name McCord Air Force Base Contact Person Sgt. Benjamin Telephone253) 982 -2532 Original Contract Amount $z , 331 , 49ifial Contract Amount $ 2, 318,910 If final amount is different from original, please explain (change orders, extra work, etc.) Reduced Pipphurst i ng port-ion of rnntrart 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 LI V.l�l n Chesterfieia, i�,v No. 4 Project Name /Number Wastewater Rehab CIPP Project Project Description 6,116''81'' Approximate Construction Dates: From Jul -00 To: Nov -00 Agency Name City of Issaquah, WA Contact Person Tony Nguyen Telephone (42`f 837 -3437 Original Contract Amount $ 248, 3714inal Contract Amount $ 244, 156 If final amount is different from original, please explain (change orders, extra work, etc.) Lower Quanities from bid Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number ?on() GP„or Rehabi1 itatan Fxogsam Project Description 12,477' of 6 -12 Approximate Construction Dates: From Nov -99 To: oct -00 Agency Name Unified Sewerage AaencW. OR Contact Person Steve Lampert Telephone (50), 846 -3630 Original Contract Amoahtk49 , 343 Final Contract Amount $ 1 , ng g , v 9 ti 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. 6 Project Name /Number #1477824 CIPP Project Description 9 ,192' , 8" Approximate Construction Dates: From Feb -00 To: Jun -00 Agency Name City of Lewiston, ID Contact Person Merritt Donion Telephone ( oQ 746 -1316 Original Contract Amount $_306, 95 (Final Contract Amount $ 313i779 If final amount is different from original, please explain (change orders, extra work, etc.) additional change order work Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. no Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Insituform Technologies, Inc. Bidder Authorized Signature/Title Gerald Addington, Vice President Project Management 111SiUli0rri? T�'• ".h i'nln ^iPS !�1� 102 Si.!r ;? !':.: ",'''. Chesterfield, IV0 63005 10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 NON - COLLUSION AFFIDAVIT State of 6AR'f&Wa ) Missouri )SS. Countyofst. Loui) Gerald Addington being first duly sworn, deposes and says that he or she is Vice President- Project Managem*T-ftsituform Technologies, t9(9fiarty making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. Insituform Technologies, Bidder Inc. Authorized Signature/Title Gerald Addington, Vice President, Project Management Su c' ed and sworn to before me this 30 day of April 2002. [SEAL] ota Public \\p.�Cggq6q�� ry OF'••'M,ISS�Ory�,• Off! /�� Denise L. Carroll •.•�cp embers "F.o� • Z My Commission Expires: 12/5/05 �Z NOTARYSEAL ' Bidders name 9 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 DESIGNATION OF SURETIES Insituform Technologies, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): Bonding Company: National Fire Insurance Company of Hartford Box Kansas City, MO 64179 -0461 Regina Palomino 800- 888 -3269 Agent: Ricci Associates, Inc. Executive Parkway, Suite 100 Creve Coeur, MO 63141 Kathy Petchulat 314 - 439 -1444 Insurance Company: Liberty Insurance Corp, Liberty Mutual is - I-- LA i 11V f ✓111. J1V St. Louis MO 63126 Denise Lampen 314 843 6699 Agent: Loctton Companies #1 eity Place 9r.' suite 1rae St. Louis, MO 63141 Cathy Crown 314 - 432 -0500 Insit.;forin Terh "';" G. 12 Chesterfield, M0 63Ji15 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name Insituform Technologies, Inc. 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. 13 Current 1 1 1 2 2 Year of 9 9 9 0 0 Record 9 9 9 0 0 Total Year 2002 7 8 9 0 1 No. of 13 63 82 76 71 56 361 contracts Total dollar '13,819 123,679 Amount of 4,3 1 Contracts (in 2,833 Thousands 18,-,86 of$ 10, 15 No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday 0 4 6 2 5 1 18 Cases No. of lost workday 0 0 0 0 0 0 0 cases involving permanent transfer to anotherjob 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. 13 0 E Legal Business Name of Bidder Ins ituform Technologies, Inc. Business Address: 702 Spirit 40 Park Drive Business Tel. No.: 636 -530 -8000 State Contractor's License No. and Classification: Class "A" 758411 Title Class "A" 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 Vice President - Project Management _ Signature of bidder Date Title Contracting and Attesting Officer Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. 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 of fewer than all of the partners /joint ventures if submitted 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 notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. M[1 Ill�liUfJ rill 702 Spirit 41, �w•i Ur. Ohesterf eld, MO 63005 Ll CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Missouri - County of St. Louis E On April 30,,•_9009 beforeme, Denise L. Carroll ORE NAME TITLE OF O•F ICE R EG.'JANE ODE. NOl ARV PUSLIC personally appeared Gerald Addington, Vice President- Project Management NAMEIS; 0' SIGHER:sI personally known to me - OR - ❑ 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 ac- knowledged to me that he /she /they executed the same in his /her /their authorized `\AA0%%IIIIIII411/1' capacity(ies), and that by his /her /their ...... . signature(s) on the instrument the person(s), 40- O; •�,abSS10,yF .`Q ober5�"/A�c�� i or the entity upon behalf of which the person(s) acted, executed the instrument. SS- NDTARYSEAL :Q S �L .•`� IpJ� N my hand n I all seal. 613 ' VFE OF NgIARv OPTIONAL HC -.. Thouoh the data below is not required by law. I: may prove valuable to persons relvino on the document and could prevent fraudulent reattachment 01 this IOrm. CAPACITY CLAIMED BY SIGNER ❑ IrdDIVIDUAL ® CORPORATE OFFICER Vice President — Project Management ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL Q ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIANCCONSERVATOR ❑ OTHER: DESCRIPTION OF ATTACHED DOCUMENT Legal Entity TITLE OR TYPE OF DOCUMENT 1 page NUMBER OF PAGES it 30, 2002 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENT,Y(IES) Insituform Technologies, Inc. -- SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION. 9¢36 Remmet Ave.. P.O. Box 7184 • Canoga Palk. OA 91309.7184 I-'2 Oifit'��iI'rl''i'. cliesteifleld, MO 63005 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State 01 Missouri Couniv of St. Louis On April 30, 2.00 before me, Denise L. Carroll DnE NAME 1171E OW O•nCER. L DOE. NOI ARV PVBUC personally appeared Joann Smith,_. Contracting and Attesting Officer NAMEIS: Or S?GNEA(S) ED personally kno .rn to me - OR - ❑ 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 ac- LiiChp����� knowledged to me that he /she %they executed ��SE.•.•ARRO� %., the same in his /her /their authorized �lssloy !! c l ��ember5,29b capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), iZl NOTARY SEAL or-the entity. upon behalf of which the °9�•.s�n �N;,�o° pe4son(s) acted, executed the instrument. he an" cell seal.' Of NOIARr OPTIONAL Though the data below Is not required by lax. it may prove valuable to persons relvino on the document and could prevent fraudulent reatlachment of this form. rl CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL - © CORPORATEOFFICER Legal Entity Contracting and Attesting Officer TITLE.OR TYPE OF DOCUMENT ❑ PARTNER(S) D LIMITED _ ❑ GFNFRAI_ 1 page Q ATTORNEY- M-FACT TRUSTEE(S) ❑ GUARDIAWCONSERVATOR E3 OTHER: SIGNER IS REPRESENTING: Nu E OF PERSONIS) OR ENmrYOESi Tna' uform Technologies Inc NUMBER OF PAGES April 30, 2002 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Rernrnel Ave.. P.O. Boa 7184 • Canoga Park. CA 91309.7184 Chestefieid, (t'1��Ii:O� 0 INSITUFORM TECHNOLOGIES, INC. SECRETARY'S CERTIFICATE I HEREBY CERTIFY that I am the duly elected and qualified Secretary of Insituform Technologies, Inc., a Delaware corporation (the "Corporation "). I FURTHER CERTIFY that the Board of Directors of the Corporation has duly appointed the following persons as officers of the Corporation to serve in the capacity indicated: Anthony W. Hooper, Chairman of the Board, President and Chief Executive Officer Carroll W. Slusher, Vice President — North America I FURTHER CERTIFY that the following is a true and correct excerpt from the By -laws of the Corporation: "The officers of the corporation shall be a chairman of the board, a vice chairman of the board, a president, one or more senior vice presidents, one or more vice presidents, a secretary and a treasurer, each of whom shall be elected by the directors. Such other officers and assistant officers as may be deemed necessary may be elected by or appointed by the directors. In addition, the president may from time to time appoint such officers of operating divisions, and such contracting and attesting officers, of the corporation as he may deem proper, who shall have such authority, subject to the control of the directors, as the president may from time to time prescribe." I FURTHER CERTIFY that the President of the Corporation has, pursuant to the above authority, duly appointed (a) Gerald Addington to the position of Vice President — Project Management, (b) Charles Nance to the position of Vice President — Production, (c) Jerry Gordon to the position of Vice President — Sales & Marketing, and (d) Joann Smith and Denise L. Carroll as Contracting and Attesting Officers of the Corporation. Each of the foregoing have been fully authorized and empowered by the President of the Corporation: "(i) to certify and to attest the signature of any officer of the Corporation, (ii) to enter into and to bind the Corporation to perform pipeline rehabilitation activities of the Corporation and all matters related thereto, including the maintenance of one or more offices and facilities of the Corporation, (iii) to execute and to deliver documents on behalf of the Corporation and (iv) to take such other action as is or may be necessary and appropriate to carry out the projects, activities and work of the Corporation." IN WITNESS WHEREOF, I have hereunto affixed my name as Secretary, this 29th day of November, 2001. Insituform Technologies, Inc. By: C— V, Thomas A. A. Coo Vice President, General Counsel & Secretary L: Appts & Certs\Secy Cert (I)Caaoll)11270 Ldoc Glle�t °1(tIC!u, i� +'iO f7J.; +J`J insituform' Technologies, Inc. LEGAL NAME OF CORPORATION: Insituform Technologies, Inc. INCORPORATED UNDER THE LAWS OF: PRESIDENT & CEO: State of Delaware Anthony Hooper 702 Spirit 40 Park Drive Chesterfield, MO 63005 VICE PRESIDENT, CFO(NO TREASURER): Joseph White 702 Spirit 40 Park Drive Chesterfield, MO 63005 VICE PRESIDENT, GENERAL COUNSEL, & SECRETARY: AREA VICE PRESIDENT: Thomas A.A. Cook 702 Spirit 40 Park Drive Chesterfield, MO 63005 David W. Smith 5100 E. Second Street P.O. Box 519 Benicia, CA 94510 C;:�ste 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 ACKNOWLEDGEMENT OF ADDENDA Bidders name Insitu£orm Technologies, Inc. The bidder shall signify receipt of all Addenda here, if any: I Addendum No. I Date Received I ^ Sianatnre I 15 Cl,esiertieiu, ia�0 h3����,F.; 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 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: Insituform Technologies, Inc. Business Address: 702 Spirit 40 Park Dr, Chesterfield, MO 63005 Local Address: 5100 East 2nd Street, Bemicia, CA 94510 Telephone and Fax Number: 636 - 530 -8000 or 707- 747 -5888 California State Contractor's License No. and Class: Class A 758411 expires 1/31/03 (REQUIRED AT TIME OF AWARD) Original Date Issued: 4/23/99 Expiration Date: 1/31/03 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: Wayne Thomas, General Superintendent on 4/25/02 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 Insituform Technologies, Inc. ,uc bpiric vu rarx ur. Chesterfield, MO 63005 Corporation organized under the laws of the State of Delaware it Chesterfield, f5�i0 �i30`.i 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: none All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: Insituform Technologies, Inc. For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; None Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner /agency? If so, explain. no Have you ever failed to complete a project? If so, explain. 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 no Are any claims or actions unresolved or outstanding? Yes / No no 17 �ilr,5i °tiD3i�• 91U'; ..:;J 0 0 If yes to any of the ab �ae, 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. Insituform Technologies, Inc Bidder Subs-opiked and swom to before me this Notary v ` Denise L. Carroll Anthony W_ Hooper, Precidant (Print name of Owner or President of C rporation /Company) Auth ?rized Ngpnature/Title Gera d Addington, vice President - Project Management Title April 30, 2002 Date 30 day of ��G� °embers "rqi :� `p, omc 2oOU9N'. NOTARY SEAL .�. 2002. G.. 18 Cl ?OStcf+lc''.u• i:4U r;.;: i7 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 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. 19 r L CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO. 3465 CONTRACT THIS AGREEMENT, entered into this _ day of , 2002, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and INSITUFORM TECHNOLOGIES, INC., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: SEWER AND STORM DRAIN LINING PROGRAM Project Description 3465 Contract No. WHEREAS, 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, City and Contractor agree as follows: A. 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, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3465, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). 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. K61 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of three hundred fifty -six thousand, four hundred and 00/100 Dollars ($356,407.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (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, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS 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. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael J. Sinacori (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Insituform Technologies, Inc. 702 Spirit 40 Park Drive Chesterfield, MO 63005 636- 530 -8000 636 - 519 -8010 Fax Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 21 • 0 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. IPA 0 0 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 23 0 9 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. 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. 5. Nothing in this article, nor 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 in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. 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. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 9 K. 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. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY CLERK APPRO AS TO FORM: CITY ATTORNEY CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor INSITUFORM TECHNOLOGIES, INC. C By_ - Authorized Signature and Title Charles H. Nance, Vice President - Production 25 ACORD CERTIFICAW OF LIABILITY INSUMNCF, OP ID HE1 DATE (MMIDD YY) STE02 1 05/09/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Lockton Companies /St. Louis HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1 Cityplace Drive, Suite 160 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. St. Louis MO 63141 Phone: 314 - 432 -0500 INSURERS AFFORDING COVERAGE wsrm 'Its INSURED '.INSUREIrk L berty Mutual Fire Insurance LPubbij 1 s bent Insurance Co Insituform Technologies, IncINSURE 702 Spirit 40 Park Drive rks SURERD: # 3 Chesterfield MO 63005 BW 0 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR. TYPE OF INSURANCE POLICYNUMBER POLICY EFFECTVE POLICY EXPIRATION I LTR DATE MM /DDIYY DATE MM /DDIY1' LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 • X COMMERCIAL GENERAL LIABILITY RG2- 641 - 004218 -031 07/01/01 i 07/01/02 FIRE DAMAGE (Arty onefire) $ 100 000 CLAIMS MADE X OCCUR: MED EXP(Any one person) $ 10,000 X INDPNT CONTRACTOR BROAD Rom PD /CONTRACTUAL PERSONAL BADVINJURY !$1.000,000 X XCU BLKT WAIVER OF SUBRO. . GENERAL AGGREGATE 's2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: 81kt Additional meured PRODUCTS - COMP /OP AGG s2,000,000 POLICY X ' PRO LOC JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 • X ANY AUTO AS2- 641 - 004218 -021 07/01/01 07/01/02 (Eaaccldern) ALL OWNED AUTOS BLKT ADDITIONAL INSURED BODILY INJURY $ SCHEDULED AUTOS BLKT WAIVER OF SUBRO (Per person) j X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS i (Per Bmidenl) THIS CERTIFICATE 1 PROPERTY DAMAGE ; $ (Per accident) �. GARAGE LIABILITY u AUTO ONLY -EA ACCIDENT '. $ ANY AUTO CERTIFICATE NOM ER EAACC I $ .aJ' OTHER THAN :AUTO ONLY: AGG i $ EXCESS LIABILITY ISSUED ON //, EACH OCCURRENCE I $ OCCUR _ CLAIMS MADE i yZ AGGREGATE $ $ - $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION ANO X ! TORY LIMITS I ER B EMPLOYERS'LIABILITY WA2-64D-009004 -441 07/01/01 07/01/02 j E. L. EACH ACC IDENT $1 000,000 HC7- 641 - 004218 -011 (RI) 07/01/01 ; 07/01/02 • E.L. DISEASE - EA EMPLOYEE $ 1,000,000 S 1 o0O OOO E.L. DISEASE - POLICY LIMIT OTHER i DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /EXCLUSION$ ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: Sewer & Storm Draining Lining Program; Contract #3465. City of Newport Beach, it officers, agents, officials, employees & volunteers are included as Addrl Insureds under General Liab and Auto Liab as respects the operations of the Insured & such coverage is primary & non - contributory as required by contract. * *SEE ATTACHED NOTEPAD & ENDORSEMENTS ** X UhK I IYIUA 1 t HULUt:K :N ADDITIONAL INSURED; INSURER LETTER:_ UANL:tLLA11UN 3NEWPOl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILUtlD)E}9IE10M MAIL 3.Q_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFTW1KRAXNA 4C6EQFBDSRIRX CITY OF NEWPORT BEACH xWDNBE] iIX4�IG7 m! ARON¢ DXR[% X18iP YR9PLd110XXR6WC1g1�iKtCXQ6p�OMX 3300 NEWPORT BOULEVARD NEWPORT BEACH CA 92663 xR�4$0]tffi4t7[ma�K AUTHORIZ,E[j REPLR, ESpE�N�TATIVEeA� ACORD 25 -S 17/971 EACORD CORPORATION 1989 HOLDER CODE NEWPOI . INSTE02 NOTEPAD . 1NSURED`S NAMOnsituform Technologies, Inc. OP1D HE DATE 0'. (ATTACHMENT TO CERTIFICATE NUMBER 3NEWP01 ISSUED TO CITY OF NEWPORT BEACH. IRE: SEWER AND STORM DRAINING LINING PROGRAM; CONTRACT NO. 3465. Waiver of Subrogation applies under Workers' Comp as required by contract. 0 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach, its officers, agents, officials, employees & volunteers (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) Who Is An Insured (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. This endorsement is executed by the company below designated by an entry in the box opposite its name. ❑ LIBERTY MUTUAL INSURANCE COMPANY Premium $ ® LIBERTY MUTUAL FIRE INSURANCE COMPANY ❑ LIBERTY INSURANCE CORPORATION Effective Date07 /01/01 Expiration Date 07/01/02 ❑ LM INSURANCE CORPORATION For attachment to Policy or Bond No. RG2- 641 - 004218 -031 ❑ THE FIRST LIBERTY INSURANCE CORPORATION Audit Basis A Issued To /�,1 �d�� �z /vIIAAQ{j 4 yNI�WQY7M� nemeMr (/ Countersigned by .....�.......... .. ....... •�Yll1,O�I`OICE_N C`0'�Ott.11)�.v0 Issued Sales Office and No. End. Serial No. CG 20 10 03 97 Copyright, Insurance Services Office, Inc., 1996 ❑ 0 ADOMONAL INSURED 0 It is agreed that such insurance as is afforded by the Palley for Bodily Injury Liability and for Property Damage Liability also applies to the person or organization named. below, as an insured with respectto the use of the automobile by the named insured or with his permission, but such inclusion of an addi- tional insured shall not operate to increase the limits of the olarnpany's liability. Additional Insured Address Any person or organization for whom you are required by written contract to provide insurance. This enccrsememis exerted oy me ommoany eesignaeed below. PremiumS LIBERTY MUTUAL FIRE INSURANCE COMPANY Ene= Cate 07/01/01 E=iradcn Owe 07/01/02 For anaenmem:o Policy No., AS2 -641- 004218 -021 Audit Basis issued To INSITUFORM TECHNOLOGIES. INC. Courrr s fined by .. NOJRACFi.D. Issued S44A &Y I- I� WR No. 0 0 BLANKET ADDITIONAL INSURED AMENDMENT IT IS AGREED THAT THE POLICY IS AMENDED AS FOLLOWS: THIS INSURANCE IS PRIMARY WITH RESPECT TO THE ADDITIONAL INSURED. ANY OTHER INSURANCE AVAILABLE TO THAT PERSON OR ORGANIZATION IS EXCESS AND NONCONTRIBUTING. Premium S Effective Date 07/01/01 rxp� ration Date 07/01/02 For attachment to Policy No, AS2 -641- 004218 -021 Audit Basis Issued To INSITUFORM TECHNOLOGIES, INC. This endorsement is executed by the company designated below. LIBERTY MUTUAL FIRE INSURANCE COMPANY AND AS PER ENDORSEMENT 1 & 2 702 SPIRIT 40 PARK DRIVE ��� CHESTERFIELD, MO 63005 y� �J nazozxr Countersigned by .. ......... ...... ........ ....... womonzea xeo.csmon.e Form No. /RACF I.D. Issued E16 LOC -6 Sal es Office Code Sales Representative Code N/R 1styear Eno Serial No. ST LOUIS 442 HOEFERT M 8723 2 96 0093 Page 1 2610A 0 0 It is agreed that the following paragraph is added to Amendment L. - Blanket Additional Insured of the General Amendatory Endorsement This Insurance is primary with respect to the Additional Insured. Any other insurance available to that person or organization is excess and noncontributing. This endorsement is executed by the company below designated by an entry in the box opposite its name. Liberty Mutual Insurance Company Premium $ x Liberty Mutual Fire Insurance Company Liberty Insurance Corporation Effective Date 01/01/01 Expiration Date 07/01/02 LM Insurance Corporation The First Liberty Insurance Corporation For Attachment to Policy or Bond No. RG2- 641 - 004218 -031 Audit Basis Issued To INSITOFORM TECHNOLOGIES, INC. 102 Authorized Representative Issued Sales Office and No. End. Serial No. 2 TRANSFER OF SIGHTS OF RECOVERY AGAINST OTHERS TO DS IT IS HERESY AGREED THAT SECTION IV A.5. TRANSFER OF BIGHTS OF RECOVERY AGAINST OTHERS TO US IS DELETED AND REPLACED WITH THE FOLLOWING: 5. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US IF WE MARE ANY PAYM ENT, WE ARE ENTITLED TO RECOVER WHAT WE PAID FROM OTHER PARTIES. ANY PERSON TO OR FOR WHOM WE MAKE PAYMENT MUST TRANSFER TO US HIS OR HER RIGHTS OF RECOVERY AGAINST OTHER PARTY UNLESS WAIVED BY CONTRACT. THIS PERSON MUST DO EVERYTHING NECESSARY TO SECURE THESE RIGHTS AND MUST DO NOTHING THAT WOULD JEOPARDIZE THEM. This endorsement is executed by me company designated below Premium$ LIBERTY MUTUAL FIRE INSURANCE COMPANY Effective Date 7/1/01 Expiration Date 7/1/02 For attachment to Policy No. AS2- 641 - 004218 -021 Audit Basis Issued To INSITUFORM TECHNOLOGIES, INC. AND AS PER ENDORSEMENT 1 8 2 n / 702 SPIRIT 40 PARK DRIVE V ld � 7 CHESTERFIELD, MO 63005 444 r� MOLT.UI'I ................... MlCt011 Countersigned t> ....................... ................... wuvnn:ee neo.eaemau.e Form No./RACF I.D. Issued E16 LOC -6 Sales Otfice Code Sales Repre3entative Code N/R istyear End S nal No. ST LDUIS 442 HOEFERT M 8723 2 96 0099 Page 1 2610A 0 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or Organization where required by contract (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or 'your work' done under a contract with that person or organization and included in the 'products - completed operations hazard ". This waiver applies only to the person or organization shown in the Schedule above. This endorsement is executed by the company below designated by an entry in t Premium S ED CD Effective Date 07/01/01 DOrabon Date 07/01/02 ❑ For attachment to Policy or Bond No. RG2- 64 1- 004 2 18 -03 1 ❑ ae box opposite its name. LIBERTY MUTUAL INSURANCE COMPANY LIBERTY MUTUAL FIRE INSURANCE COMPANY LIBERTY INSURANCE CORPORATION LM INSURANCE CORPORATION THE FIRST LIBERTY INSURANCE CORPORATION Audit Basis Issued To INSITOFORM TECHNOLOGIES, INC. Countersigned by . .......... i5,r.....I� V ....... Issued Sales Office and No. End. Serial No. 22 CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 0 10 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. This endorsement has not been approved and does not apply in the state of Pennsylvania. Schedule ANY PERSON OR ORGANIZATION WHERE REQUIRED BY THE CONTRACT This enaomemet is executed by the LIBERTY INSURANCE CORPORATION Premium S Enective Date 7/1/01 Expiration Date 7/1/02 For attachment to Policy No. WA2 -64D- 009004 -441 Audit Basis WC7- 004218 -011 (WI) Issued To INSITUPORN TECHNOLOGIES, INC. 6 Countmigned by .................................... ............................... I....... ♦uvwnzw nw�e,mvove Issued Sales omm and No. Eno. Serial No. 87 WC 00 03 13 (Ed. 484) Copyngnt 1983 National Council on Compensation Insurance 0 0 CANCELIATION, HON — RENEWAL AND MATELEAL CHANGE It is agreed that notice by the Insurer shall be given to: (a) the first Named Insured, and (b) Additional Insureds and Certificate Holders where required by Contracts, as follows: 30 days prior to cancellation, non— renewal or material change to the subject policy by the insurer; except 10 days prior to cancellation for non — payment of premium by the Insured. This endorsementisexecutedbythe LIBERTY INSURANCE CORPORATION Premium $ Effective Dare 07101101 Ex�Irabon Date 07/01/02 For attachment to Policy No. WA2 -64D- 009004 -441 Audit Basis issued To INSITUFORM TECHNOLOGIES, INC. Countersigned by ........................ ............................... �uvwnzee neor.+envnve 6 FORM 102 (ABLE) Issued Sales Office and No. End. Serial No. 6 R1 MAY -10 -2002 FRI 02:40 PM CAL JURANCE FAX N0. 7149391654 NMI D�) CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH P. 01 THIS CHECKLIST i l COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH.1 DATE RECEIVED! ,. 1010& DEPARTMENT/CONTACT RECEIVED FROM.' �IAY/l, \ 0� DATE COMPLETEI: SENT TO: BY:� COMPANY/PERSC 'REQUIRED I. GENERAL LIA A. INSURANI B. AM BEST C. ADMTTTEI D. LIMITS: (111 E. PRODUCT' F. ADDITIOT. volunteers), G. PRIMARY H. CAUTION! Does endor. 1. NOTIFICA'I certified mat II. AVTOMOBILE A. INSURANC: B. AM BEST 1: C. ADMITTEI: D. LIMITS: (A, ILITY: '.COMPANY ATING (A VI COMPANY: Est be $1,000,( AND COMPI .L INSUREE] Is it included? Yes,b!C„ No ND NON CONTRIBUTORY )WORDING: (Must be included) Is it included? Yesjx No_ Confirm that loss or liability of the Named insured is not limite(3�olely by their negligence.) menu include "solely by negligence" wording? Yes No . (Y� ON OF CANCELLATION: Although there is a provision that requires notification of cancellation by per Lauren Farley the City will accept the endeavor wording. LABILITY: / p I/ j rnMPAWV- ,- k-t I"lu.Fv�.c.-1 � Ivf �i/lS�l, ✓Gu«- STING (A VII or greater): ft It"ky COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes 407 No rst be $1.000.000 minimum BI & PD and $500,000 UM) What is limits rovided? E. ADDITION; L INSURED WORDINd TO INCLUDE: (The City its officers ,agents, officials, employees and volunteers). s it included? Yes tO No_ ,(� ,� F. PRIMARY NM NOW CONTRIBUTORY WORDING: (For Waste Haulers Only). Is it included? Yes <" No_ G. NOTIFICA.: ON OF CANCELLATION: Although then is a provision that requires notification of cancellation by certified ma per Lauren Farley the City will accept the endeavor wording. III. WORKERS COI, PENSATION: // A. INSURANC: COMPANY: 1A9 I)A5"V 2AA Cf- L B. AM BEST F. STING (A VII or gr j X C. LDIIT'S: Stn story D. WAVIER O: SUBROGATION: (To include). Is it included? YesA— No HAVE ALL AI OVE REQUIREMENTS BEEN MET? Yes No IF NO, WHIC1I ITEMS NEED TO BE COMPLETED? 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL SEWER MAIN AND STORM DRAIN IMPROVEMENT PROGRAM CONTRACT NO. 3465 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3465 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE SEWER IMPROVEMENTS 1. Lump Sum Mobilization, Demobilization, and Cleanup @ entso -"" Dollars and Cents Lump Sum 2. Lump Sum Traffic Control gkgAaj Dollars and PR2of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 4513 L.F. Cleaning and Preliminary Inspection of Existing 8 -Inch VCP Sewer Main Including CCTV Inspection @ Dollars and ,n o Cents $ t. Per Linear Foot 4. 3,700 L.F. Install CIPP Lining within Existing 8 -Inch VCP Sewer Main Including Pre and Post - Installation CCTV Inspection @�w{a,uwQ Dollars and turn Cents $ 2°t .00 $ 11 (4�.� Per Linear Foot 5. 84 L.F. Install CIPP Lining within Existing 12 -Inch VCP Sewer Main Including Pre and Post - Installation CCTV Inspection Dollars and Cents $ 8. po $ 15 712 .O9 Per Linear Foot 6. 729 L.F. Install Fold -in -Form Lining within Existing 8 -Inch VCP Sewer Main Including Pre and Post - Installation CCTV Inspection @ iwe , (kwLP- Dollars and ww Cents $ 2.9 Per Linear Foot • PR3of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 7. 62 EA. Re- establish Sewer Lateral Service Connections by Remote Cutting Device @ Dollars and ,a Cents $ 5C. cif) $ 3, iec.00 Per Each 8. 28 EA. Remove Existing Sewer Lateral and Construct New VCP Sewer Lateral and Cleanout Including Trench Resurfacing @ ©a Dollars and In p� Cents $ l w -oa $ 53� 4ac. ors Per Each O aRQj Low, 9. 13 EA. Install CIPP Lining within existing 6" Sewer Lateral Including Pre and Post - Installation CCTV Inspection 10. 11 @ Ti.�o'i� ,.d� Dollars and —fA -tf A&b Cents $ ?,'sno. oo $ Z`j�Q� • o0 Per Each &5o 14 EA. Construct New VCP Sewer Cleanout on Existing Lateral. @ Dollars and Cents $ 44s.00 $ 230 Per E 50 L.F. Install 8 -Inch VCP Sewer Pipe "Point Repairs" as directed By the City, Including Bedding, Backfill, and Trench Resurfacing. @ Dollars and un Cents NY L n r Foot $ 12. 0 -ZC0 - 0 Gi es?e field, L410 o30ii7 0 PR4of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. 267 EA. Reconstruct 8 -Inch VCP Sewer @ C7.,.e Lw&s�o Dollars and Cents $ 153. oo $ 4Q�_ s_35( o Linear Foot 13. 510 S.F. Construct PCC Sidewalk 14. 15. 16. 17 @ Dollars and Cents $ t'3, ba $ �(o �� , oE) Per Square Foot 100 Tons Construct AC Pavement @ Dollars and Cents Per Ton 130 C.Y. Aggregate Base d• ',ate �+ @ cagy �u - Dollars and --- Cents $ 27. (90 C-) Per Cubic Yard 174 L.F. Concrete Gutter @ — Dollars and Cents $ 32 Per Linear Foot 2 EA. Construct Manhole per City of Newport Beach Standard Plan, STD - 401 -L. @0 Dollars and a Cents $ ? Ftcc>. 0 0 Per Each $ S � ebo . op 0 0 PR5of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 18. 1 EA. Construct Manhole per OCSD Standard Plan S -050. @ Q&,�Dollars and W� a 64t, Cents $ o $ Per Each AaAw 19. 2 EA. Construct Drop Manhole per City of Newport Beach Standard Plan STD - 403 -L. @ Dollars and Cents $ 3L-±- .00 $ �8E0 . o c� Per Each kA0V,,F SEWER MAIN IMPROVEMENTS TOTAL PRICE IN WRITTEN WORDS STORM DRAIN IMPROVEMENTS and Cents $ 3a?f t BS-,00 Total Price Items 1- 19 (Figures) 20. Lump Sum Mobilization, Demobilization, and Cleanup @ Dollars and Cents Lufnp Sum 21. Lump Sum Traffic Control @ C) Dollars and �f d Cents Lump Sum $ l lE50o . OD $ 1, o00 .oD vi eslerliel 3, i'vi� ti ut)7 0 0 PR6of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 23. 24. 25. 92 L.F. Cleaning and Preliminary Inspection of Existing 12 -Inch CMP Storm Drain Including CCTV Inspection @ Dollars and _t--n Cents Per Linear Foot 92 L.F. Install CIPP Lining within Existing 12 -Inch CMP Storm Drain Including Post - Installation CCTV Inspection $ 3.00 $ 27(e • oO @ S, Dollars and Cents $ 0.0o $ 13, 52-0.0 Per Linear Foot 66 L.F. Cleaning and Preliminary Inspection of Existing 24 -Inch CMP Storm Drain Including CCTV Inspection @ Dollars and Cents $ 5. ©o Per Linear Foot 66 L.F. Install CIPP Lining within Existing 24 -Inch CMP Storm Drain Including Post - Installation CCTV Inspection @ Ow,o- "W Dollars and ';x 16911A Cents $ (5G.r7o VeY Li ear Foot $ 330.8n 0 0 PR7of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE STORM DRAIN IMPROVEMENTS TOTAL PRICE IN WRITTEN WORDS .Dollars and Cents $ X22 .2 .00 Total Price Items 20 -25 (Figures) SEWER MAIN AND STORM DRAIN IMPROVEMENT PROGRAM TOTAL PRICE IN WRITTEN WORDS Dollars April 30, 2002 Date 6360530 -8000 fax 636- 519 -8010 Cents $ 3s-&I +0'7.0 0 Total Price Items 1 -19 (Figures) Insituform Technologies Ts;-- BY der a, v Bidder's Telephone & Fax Numbers Bidder's Authorized Sitinature and Title Gerald Addington, Vice President Project Management 758411 Class A expires 1/31/03 702 Spirit 40 Park Dr, Chesterfield, MO Bidder's License No(s). Bidder's Address 63005 Classification(s) ocal Address:5100 East 2nd St, Benicia and ) CA 94510 See Section 500 -1.1.2 For Required Bid Submittals:l P;,G APR, ZZ -Z00 *N) I P. OOZ /003 • • Page: 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 SEWER AND STORM DRAIN LINING PROGRAM CONTRACT NO C -3465 DATE: April 18, 2002 BY: Public Works Director TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents - all other conditions shall remain the same. SPECIAL PROVISIONS Delete Section 500 -1.2.4 in its entirety and replace with the following: 500 -1.2.4 Sewer Bypassing and Dewatering. "City will provide bypassing of the sewer main and storm drain during the lining process. The Contractor shall notify City 48 hours in advance of required bypassing. The Contractor shall also bid to provide the bypassing in additive bid item No. 25. The bypassing, if the City accepts the additive bid item of the Contractor, shall be designed to handle 120% of the peak flow as determined by the City's Wastewater Master plan. A secondary pump shall be available at the manhole in equal capacity. The Contractor may also elect to bypass with the use of vactor equipment." Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have Included full payment in my Proposal. Insituform Technologies, Inc. Bidder's Name (Please Print) 4/30/02 Authorized Signature & Title U Gerald Addington, Vice President - Project Management Insituform Technologies, Inc. 702 Spirit 40 Park Dr. Chesterfield. 4�n r ?rn5 ANN �G- LUU�IMUN) 1 §;51 • • P.UU003 Page: 2 of 2 Add the following page to the Proposal: ADDITIVE BID ITEMS The following bid item is ADDITIVE to the total bid Items 1 thru 25. Note that the City of . Newport Beach reserves the exclusive right, In Its sole discretion, the following additive bid item as contained in this Proposal. The city may reject any or all bids, waive any informality in any bid and make the award in the best interest of the City. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 25. 1 EA. Provide Bypassing of Sewer Main and Storm Drain. @--e4n oAQ Dollars and Cents $ 1 VCcco Per Each $ leg, (goo a • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SEWER MAIN AND STORM DRAIN IMPROVEMENT PROGRAI CONTRACT NO. 3465 INTRODUCTION SP 1 OF 19 All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing No. S- 5189 -S for Sewer and D- 5252 -S for Storm Drain); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications for Public Works Construction (1997 edition), including supplements and (5) the latest edition of American Water Works Association (AWWA) standards as amended. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building 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 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 lining of existing sewer mains and storm drain pipes, removing and replacing sewer laterals and cleanouts to the property line; and constructing other incidental items of work as shown on plans S- 5189 -S for Sewer and D- 5252 -S for Storm Drain. " 2 -9 . SURVEYING 2 -9.3 Survey Service. Add to this section: "The construction staking as required to construct the improvement s . or any re- staking or costs thereof shall be the responsibility Contractor shall notify the City in writing two (2) working day s that the stakes are needed." Engineer will provide Any additional stakes of the Contractor. The in advance of the time 0 L SP2OF18 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and protect them during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Engineer or Licensed Surveyor shall also file the required Corner Records with the County of Orange upon monument restoration. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this Section with: "(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 ............. ............................... 20 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, 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 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. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection and no material or article shall be used in the work until it has been inspected and accepted by the 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. 0 0 SP3OF18 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 re- testing due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City - owned sewer cleanouts and survey monuments. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, Pacific Bell and cable television facilities to the finish grade with the appropriate utility company. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing cleanout covers. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. 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'." 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 (5) working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to reschedule 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 he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional men and equipment were required on the job." The term "work" as used herein shall include all removals, adjustments, installation, and replacements. The Contractor shall furnish City with original certificates of insurance with original endorsements effecting coverage required by this contract (Section G) to the city for processing and approval prior to City permitting any work on site to commence. 0 SP 4 OF 18 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within sixty (60) consecutive working days from the date of the "Notice to Proceed ". It will be the Contractor's responsibility to ensure the availability 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, the third Monday in January (Martin Luther King, Jr. 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 in November (Thanksgiving), and December 25th (Christmas). If January 1 st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:30 a.m. to 4:30 p.m. Monday through Thursday and 7:30 a.m. to 3:30 on Fridays. In the San Bernardino Avenue Area normal working hours do not begin until 8:00 a.m. Monday through Friday. Should the Contractor elect to work later than 4:30 p.m. (3:30 p.m. Fridays) (up to 6:30 p.m.) weekdays or between 8:00 a.m. and 6:00 p.m. Saturday, he must first obtain special permission from the Engineer. A request for working during any of these 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 inspection costs of $50.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the sixty (60) consecutive working days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from monies due it, the daily sum of $250.00. " Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $250.00 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. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned SP5OF18 to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7 -8.6 Water Pollution Control. Add to this section: "Surface runoff water 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 the bay." 7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting and trench plates. The Contractor shall obtain plates from and return plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402. 7 -8.9 Sewer and Storm Drain Flow Bypass. The Contractor shall bypass all sewage and storm drain flows during construction operations, as required, and he shall at all times be responsible for the operation of this bypass system, including furnishing the necessary equipment and making arrangements to obtain power as required. Primary bypass system and backup bypass system shall be designed to handle 120% of the peak flow as specified by the City. Both systems shall be connected together for immediate switch over. A trained operator shall be stationed at the pumps on a continuous basis. Plans for bypassing shall be submitted to the City for approval prior to construction. The Contractor shall also provide flow bypassing for all sewer laterals during the lining of the sewer main. 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 (WATCH, 1996 Edition) published by Building News, Inc. " 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials shall not be stored in streets, roads, or sidewalk areas." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall also prepare a traffic control plan. The Contractor shall use the services of Traffic Control Engineering, David Kuan, at 714 - 447 -6077. The Contractor will be responsible for processing and obtaining approval of a traffic control plan from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. The City will provide traffic control within West Coast Highway. " 7 -10.4 Public 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 0 0 SP6OF18 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 will not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. The Contractor shall submit to the City for acceptance, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of any trench or trenches 5 -feet or more in depth. The plan shall be prepared by a registered civil or structural engineer licensed in the State of California. As part of the plan, a note shall be included stating that the registered civil or structural engineer certifies that the plan complies with CAL -OSHA Construction Safety Orders, or that the registered civil or structural engineer certifies that the plan is not less effective than the shoring, bracing, sloping, or other provisions of the Safety Orders. The detailed plan showing the design of shoring, etc., which the Contractor is required to submit to the City for acceptance in advance of excavation will not be accepted by the City if the plan is based on subsurface conditions which are more favorable than those revealed by the investigations made by the City or the Engineer or their consultants; nor will the plan be accepted if it is based on soils - related design criteria which is less restrictive than the criteria set forth in the report on the aforesaid investigations of subsurface conditions. The detailed plan showing the design of shoring, etc, shall include surcharge loads for nearby embankments and structures, for spoil banks, and for construction equipment and other construction loading. The plan shall indicate for all trench conditions the minimum horizontal distances from the side of the trench to its top to the near side of the surcharge loads. Nothing contained in this section shall be construed as relieving the Contractor of the full responsibility for providing shoring, bracing, sloping, or other provisions which are adequate for worker protection." 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 48 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least Forty -eight (48) hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. SP 7 OF 18 7 -10.7 Notices to Residents. Ten (10) working days prior to starting work, the Contractor shall deliver a tri-fold notice to the residents describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight (48) hours before restricting vehicular or pedestrian access to garages, parking spaces, sidewalks, etc., the Contractor shall distribute to affected residents a written notice stating when construction operations will start and approximately when vehicular and pedestrian accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times when the notices are distributed. 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 Engineer. The Contractor shall provide all residents and businesses impacted by any utility shutdown written notice twice; once three (3) days in advance and once twenty -four (24) hours in advance of any service interruption. The City will review and approve the notification format prior to the Contractor's distribution. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License and /or a Pipeline Specialty Contractor C -34 License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 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 so certified by the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be verified 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 (3) years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 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 proposed shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the 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 0 SP8OF18 the other related items of work. The following items of work pertain to the bid items included within the Proposal: SEWER LINING IMPROVEMENTS Item No. 1 Mobilization, Demobilization and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this contract. Item No. 2 Provide Traffic Control: Work under this item shall include the delivery of all required notifications and temporary parking permits, posting of signs and all other costs incurred in notifying the residents. In addition this item shall include providing the traffic control required by the project including, but not limited to, preparation of traffic control plans, signs, cones, barricades, flashing arrow sign, K -rail, striping, flag men and all other work necessary to comply with the WATCH manual, latest edition, City of Newport Beach Requirements and all Caltrans requirements. Item No. 3 Cleaning and Preliminary Inspection of Existing 8 -inch VCP Sewer Main, Including CCTV Inspection: Work under this item shall include providing all the necessary equipment, materials and labor to perform the Preliminary Cleaning and Television Inspection described in the Specifications. Item No. 4 Install Cured -In -Place Pipe Lining within Existing 8 -inch VCP Sewer Main: Work under this item shall include furnishing and installing all pipe lining materials, bypassing of existing sewer main, bypassing of existing sewer laterals, all required material testing, post - installation television inspection and all other work necessary to install the pipe complete in place. Item No. 5 Install Cured -In -Place Pipe Lining within Existing 12 -inch VCP Sewer Main: Work under this item shall include furnishing and installing all pipe lining materials, bypassing of existing sewer main, bypassing of existing sewer laterals, all required material testing, post - installation television inspection and all other work necessary to install the pipe complete in place. Item No. 6 Install Fold -In -Form Pipe Lining within Existing 8 -inch VCP Sewer Main: Work under this item shall include furnishing and installing all pipe lining materials, bypassing of existing sewer main, bypassing of existing sewer laterals, all required material testing, post - installation television inspection and all other work necessary to install the pipe complete in place. Item No. 7 Re- establish Existing Sewer Lateral Service Connections: Work under this item shall include re- establishing of sewer laterals by remote cutting device and television camera and all other necessary work. Item No. 8 Remove Existing Sewer Lateral and Construct New VCP Sewer Lateral and Cleanout, Including Bedding, Backfill and Trench Resurfacing: Work under this item shall include removal of existing sewer lateral (4 -inch or 6 -inch) and cleanout and construction of a new sanitary sewer lateral (4 -inch or 6 -inch) and cleanout in accordance with the City of Newport Beach STD - 406 -L, including, but not limited to, 0 0 SP9OF18 exposing utilities in advance of the work, excavation, tunneling under existing concrete block wall, protection of existing concrete block wall in- place, temporary patching or plating, bypassing of sewer lateral flow as required, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, compaction and replacement of all improvements to match existing improvements and all other work necessary to construct the sewer lateral and cleanout complete and in place. Item No. 9 Install Cured -In -Place Pipe Lining within Existing 6 -inch VCP Sewer Lateral: Work under this item shall include furnishing and installing all pipe lining materials, bypassing of existing sewer main, bypassing of existing sewer laterals, all required material testing, post - installation television inspection and all other work necessary to install the pipe complete in place. Item No. 10 Construct New Sewer Cleanout: Work under this item shall include construction of new sewer cleanout in accordance with the City of Newport Beach STD - 406 -L, including but not limited to, exposing utilities in advance of work, excavation, tunneling under existing block wall, protection of existing concrete block wall in -place temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, and compaction and replacement of all improvements to match existing conditions. All patching of PCC shall be done to the nearest complete slab. Item No. 11 Install 8 -inch VCP Sewer Pipe 'Point Repairs" as directed by the City, including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include furnishing and installing all pipe material for City directed point repairs, including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, compaction and replacement of all surface improvements. It should be assumed that point repairs will be required at two (2) locations and that the Contractor will replace a 6 -foot length of deteriorated VCP, with an assumed depth of 10 -feet, at each location. Item No. 12 Reconstruct 8 -inch VCP Sewer as directed by the City, including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include furnishing and installing all pipe material for City, including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, compaction and replacement of all surface improvements. SP 10 OF 18 Item No. 13 Construct PCC Sidewalk per City of Newport Beach standard plan STD- 180 -L. Work under this item shall include but not be limited to, pavement removal, importing base material, compaction, and PCC construction. Item No. 14 Construct AC Pavement. Work under this item shall include but not be limited to, sawcutting, pavement removal, and AC construction. Item No. 15 Place Aggregate Base. Work under this item shall include but not be limited to, placing and compaction of aggregate base. Item No. 16 Construct PCC Gutter per applicable portions of City of Newport Beach standard plan STD - 140 -L. Work under this item shall include but not be limited to, pavement removal, importing base material, compaction, and PCC construction. Item No. 17 Construct Manhole per City of Newport Beach Standard Plan STD - 401 -L: Work under this item shall include furnishing and installing all materials, bypassing of existing sewer main, bypassing of existing sewer laterals, all required material testing, post - installation inspection and all other work necessary to install the manhole complete in place. Item No. 18 Construct Manhole per Orange County Sanitation District Standard Plan S -050: Work under this item shall include furnishing and installing all materials, bypassing of existing sewer main, bypassing of existing sewer laterals, all required material testing, post - installation inspection and all other work necessary to install the pipe complete in place. Item No. 19 Construct Drop Manhole per City of Newport Beach Standard Plan STD - 403 -L: Work under this item shall include furnishing and installing all materials, bypassing of existing sewer main, bypassing of existing sewer laterals, all required material testing, post - installation inspection and all other work necessary to install the pipe complete in place. STORM DRAIN LINING IMPROVEMENTS Item No. 20 Mobilization, Demobilization, and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this contract. Item No. 21 Provide Traffic Control: Work under this item shall include the delivery of all required notifications and temporary parking permits, posting of signs and all other costs incurred in notifying the residents. In addition this item shall include providing the traffic control required by the project including, but not limited to, preparation of traffic control plans, signs, cones, barricades, flashing arrow sign, K -rail, striping, flag men and all other work necessary to comply with the WATCH manual, latest edition, City of Newport Beach Requirements and all Caltrans requirements. Item No. 22 Cleaning and Preliminary Inspection of Existing 12 -inch CMP Storm Drain, Including CCTV Inspection: Work under this item shall include providing all the SP 11 OF 18 necessary equipment, materials and labor to perform the Preliminary Cleaning and Television Inspection described in the Specifications. Item No. 23 Install Cured -In -Place Pipe Lining within Existing 12 -inch CMP Storm Drain: Work under this item shall include furnishing and installing all pipe lining materials, bypassing of existing storm drain, all required material testing, post - installation television inspection and all other work necessary to install the pipe complete in place. Item No. 24 Cleaning and Preliminary Inspection of Existing 24 -inch CMP Storm Drain, Including CCTV Inspection: Work under this item shall include providing all the necessary equipment, materials and labor to perform the Preliminary Cleaning and Television Inspection described in the Specifications. Item No. 25 Install Cured -In -Place Pipe Lining within Existing 24 -inch CMP Storm Drain: Work under this item shall include furnishing and installing all pipe lining materials, bypassing of existing storm drain, all required material testing, post - installation television inspection and all other work necessary to install the pipe complete in place. 9 -3.2 Partial and Final Payment. 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 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: 'Portland Cement concrete for construction shall be Class 560 -C- 3250." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications 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 0 SP 12 OF 18 jackhammers or sledgehammers. Pavement breakers or stoppers 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 will remove any broken concrete, debris or other deleterious material from the job site at the end of each work day." 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." And replace the words 1 '% inch" of the last sentence with the words "two (2) inches." 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility which 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 on a form provided by the Engineer. SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: 'The asphalt concrete used shall be III -C3- AR- 4000." 302 -5.4 Tack Coat. Add to this section: 'Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — tenth (1110) 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 -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 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 0 9 SP 13 OF 18 303.5.1.1 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, 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 2,000 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. and P.C.C. 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" for sewer lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 - 3402." 303 -5.5.4 Gutter. Add to this section: 'The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." 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 may use crushed aggregate base or crushed miscellaneous base as base materials." PART 5 SECTION 500 - -- PIPELINE SYSTEM REHABILITATION SP 14 OF 18 500 -1 PIPELINE REHABILITATION 500 -1.1 Requirements 500 -1.1.1 General. Add to this section: "The Contractor shall field verify the pipe 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. Installation of the sewer lining shall be performed by a Contractor licensed by the manufacture/ owner of the process. Bidders are required to submit copies of such licenses with their bids. A bidder's failure to do so shall render their bid non- responsive. Minimum pipe liner wall thickness: The liner's wall thickness shall be calculated per ASTM F 1216 -93, Appendix X1, "Fully Deteriorated Gravity Pipe Condition." The physical properties listed below shall be used for the ASTM F 1216 -93 calculations. The Contractor shall submit with the bid one clear, accurate and legible copy of all calculations, signed by a registered Civil Engineer in the State of California. If the calculations are not included with the bid proposal, the bid shall be considered non - responsive. Mean Diameter (D)= 8 -inch, 10 -inch, 12 -inch, and 15 -inch Depth of pipe (H) = Assume 20 -feet for 8- inches, 15 -feet for 10- inches, 12 -inch and 15- inch pipe. Height of water above top of pipe (H,,)= Assume 15 - -feet for 8 -inch and 7 -feet for 10- inch, 12 -inch and 15 -inch pipe. H2O highway loads Soil Modulus (E'S) = 1000 psi Soil Density = 120 pcf Ovality= (q) 2% Factor of safety (N) = 2 Flexural strength (a) in accordance with ASTM D790. Provided by the proposed liner manufacturer. Instantaneous Flexural Modulus (E;) in accordance with ASTM D 790. Provided by the proposed liner manufacturer. Long term Flexural Modulus (E L) in accordance with ASTM D 2990. Provided by the proposed liner manufacturer. All other variables are per accepted industry standards or per the proposed liner manufacturer recommendation, which ever is greater. To determine the thickness (t) of the proposed liner the following rearranged equation shall be used: (as determined by ASTM F 1216) 113 t = 0.721D( (NetC)Z 1 ELRWBIS /I 0 • SP 15 OF 18 If the pipe liner process requires a thicker DR for the site, or existing pipeline condition designed with a 2 to 1 safety factor the Contractor shall provide the thicker pipe required. Cured- in- Place Liner (CIPP) designs shall use extra thickness as required by the manufacturer to compensate for resin migration/ seal factor to fill joints, cracked or deteriorated pipelines. Post testing for minimum design thickness shall be in accordance with ASTM D5813. 500 -1.1.2 Submittals. Add to this section: "The Contractor shall provide the following submittals with the bid (Failure to provide all submittals with the bid shall render the bid non - responsive and the bid shall be rejected): 1. Submit the following documentation of the Contractors qualifications with the bid package: a. Documentation that the Contractor is certified and licensed for the CIPP lining process. b. Documentation that the Contractor has a minimum of 3 years installation experience and has installed a minimum of 5,000 lineal feet of CIPP and Fold -in -Form liner using the Contractor's own forces. C. Documentation shall list agency, project name, date installed, agency contact person, and phone number. d. Documentation that the onsite foreman who will perform the installation has a minimum of 2 years experience installing the bidder's liner product. e. Documentation of their employees' cognizance and ability to comply with all Federal and State OSHA regulations regarding confined space entry. f. Company History stating years in service. 2. Submit shop drawings in accordance with the Standard Specifications, including points of insertion and methodologies. 3. Submit documentation of third party chemical resistance testing for the proposed felt and resin system in accordance with the Standard Specifications for Public Works Construction (latest edition) or ASTM D5813 for CIPP lining. 4. Submit documentation of all design calculations and assumptions for thickness and hydraulic capacity in accordance with ASTM F1216 for fully deteriorated pipe, gravity flow. Also provide third party test value for instantaneous flexural modulus (E;) per ASTM D790 and long term (10,000 HR) Flexural Modulus (EL) per ASTM D2990. 5. Submit liner size, liner and resin materials, and resin manufacturer's heating requirements. SP 16 OF 18 6. 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. Add to this section: "Water shall be provided as defined in these Special Provisions, Section 7 -8.5. Water used for flushing during the cleaning operations shall be piped or conveyed into the sewer system. The water shall not be allowed to flow onto portions of streets with vehicular traffic." 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 sewer cleaning equipment, then the Contractor shall excavate to uncover and remove or repair the obstruction as defined in these Special Provisions, Section 500 -1.2, Pipeline Point Repair. 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 any sharp object which may damage the liner." 500 -1.1.7 Miscellaneous, Access /insertion Pits (c) Add to this section: "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 workday at locations where entry is required but shall be replaced at the end of the workday. 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 - 1.1.10 Warranty. Add the following section: "The Contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the Engineer and at no cost to the City, any and all defects, breaks, or failures of the work occurring within two years following the date of acceptance of the work due to faulty or inadequate materials or workmanship, and for damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the Contractor performing his duties and obligations under this contract. When such defects or damage occur, within the time period described herein before, in any part of the surface of subsurface work done under the contract, or in any 0 0 SP 17 OF 18 adjacent surface or subsurface improvements not included in the work under the contract, the Contractor shall repair the same and the one two warranty period required shall, within relation to such required repair, be extended one two from the date of completion of such repair." 500 -1.2.4 Sewer Bypassing and Dewatering. Add to this section: "Contractor is required to provide bypassing of the sewer main and storm drain during the lining process. The Contractor shall submit a plan for bypassing for approval by the City." 500 -1.3 Cured -In -Place Pipe Liner (CIPP Liner) — Type A 500 -1.4.1 General. Replace the first sentence of this section with: "CIPP liner for the rehabilitation of pipelines shall use an approved thermosetting polyester resin, installed by an inversion or pull in method per ASTM F1216 or F1743 and D5813." 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." 500 -1.4.4 Chemical Resistance. Replace the first sentence of this section with: "The CIPP liner system furnished shall include a polyester resin meeting the chemical resistance test requirements of ASTM D5813. Proof of meeting these requirements shall be provided to the Engineer with the Contractor's bid." 500 - 1.10.2 Type A Folded and Re- formed PVC Pipe Liner Installation and field inspection. 2) Replace this paragraph with: "The use of a flexible heat containing or restraining tube is prohibited. 7) Replace this paragraph with: "Testing of the installed PVC liner is required for this project. Before installation, the pipe coils shall be checked by the Engineer, using ASTM D 2122 -90 #7 to verify compliance with the minimum wall thickness. Before each installation the contractor shall measure the OD of the liner pipe and the ID of the host pipe to verify that the liner will fit tightly and is not too small or too large. The physical properties of the installed PVC liner shall be verified through field sampling and laboratory testing as approved by the Engineer. A 1 -foot long sample shall be cut from a section of the pipe liner that has been inserted through a sample diameter pipe mold, at the downstream maintenance hole. The samples shall be tagged with information including, but not limited to, the location of sample(s), date, pipe diameter, and written verification by the onsite Engineer. The samples shall be submitted to an independent or factory testing laboratory and tested in accordance with ASTM 790 to conform that the pipe liner conforms to the minimum requirements of the standard specifications section 500 - 1.10.2 or 500 - 1.10.33 As required by ASTM F1504, a heat reversion test shall be performed on each tested sample. All costs for testing shall be paid for by the Contractor and included in the bid price. Test results are due within 30 calendar days from the date the samples were taken. The contractor shall be 0 SP 18 OF 18 responsible for repairing non - compliant pipe liner in accordance with section500- 1.10.9 of the SSPWC. A time extension for this repair may be granted by the Engineer." 500 - 1.10.4 End Cuts /Seals. Add to this section: "After installation the liner shall be cut off in the maintenance hole. The cut shall be smooth and parallel with the maintenance hole wall. The finished liner shall not protrude into the maintenance hole over two inches. Both ends of the PVC liner shall be sealed to the existing pipeline structure in order to prevent water movement between the two systems. The end seal material shall be an approved epoxy of other material that is compatible with the PVC liner and shall provide a watertight seal. Submittal of end seal materials for approval by the Engineer is required with the Contractor's bid." AC-ORD. CERTIFICA-0 OF LIABILITY INSUANCE-OP ID SPI DATE(MM/OO/YY) Lockton Companies /St. Louis 1 Cityplace Drive, Suite 160 St. Louis MO 63141 Phone:314- 432 -0500 Insituform Technologies, Inc. D 702 Spirit 40 Park rive Chesterfield MO 63005 COVERAGES THIS CERTIFICATE IS ISSUED AS A MATTER ONLY AND CONFERS NO RIGHTS UPON THE HOLDER. THIS CERTIFICATE DOES NOT AMI ALTER THE COVERAGE AFFORDED BY THE INSURER A' INSURER B: INSURER C: INSURER D: INSURERS AFFORDING COVERAGE NO OR BELOW. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING 3NEWPO I ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 30 DAYS WRITTEN POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 9i�C7WGXaiCrNiT6b57[ii NSR P LICYEPFECIVE P LI Y X IRAT NI LIMITS TYPE OF INSURANCE POLICY NUMBER DATE MMIODY DATE MMIDOM GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY RG2-641-004219 -031 07/01/01 07/01/02 FIRE DAMAGE (Any one Bre) 5 100,000 CLAIMS MADE X. OCCUR, MED EXP (Any one Person) $ 10,000 X.INDPNT CONTRACTOR. BROAD MM PD /cONTRACTUA PERSONAL& ADV INJURY $1,000,000 X; X_CV HLKT WAIVER OF SUBRO. . GENERAL AGGREGATE 52,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:' alkt AAGitional InaereE !PRODUCTS - COMPIOP AGO 52,000,000 -- POLICY X JECOT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 11000,000 A ' X ANY AUTO A52 -641- 004218 -021 07/01/01 07/01/02 (Eaacdtlent) ^—' ALL OWNED AUTOS BLKT ADGITIONAS INSU D BODILY $ SCHEDULED AUTOS BLKT WAIVER OF SUBRO on) ;Per parson) X. HIRED AUTOS BODILY INJURY iS X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE S . (Per accident) . GARAGE LIABILITY v- AUTO ONLY - EA ACCIDENT $ ANY AUTO : OTHER THAN EA ACC S AUTO ONLY: AGG' $ EXCESS LIABILITY �' EACH OCCURRENCE $ - OCCUR CLAIMS MADE AGGREGATE $ S DEDUCTIBLE $ RETENTION S $ :WORKERS COMPENSATION AND TI X: TORY LIMITS; ER EMPLOYERS - LIABILITY B WA2 -64D- 009004 -441 07/01/01: 07/01/02 it E.L. EACH ACCIDENT 1 $1,000,000 acT- Sai- ooa21a -011 lax) 07/01/01 07/01/02 E.L. DISEASE -EA EMPLOYEE! $1,000,000 • j E.L. DISEASE - POLICY LIMIT! S 1,000 000 OTHER DESCRIPTION OF OPERATIONSILOCATIONS EHICLESIMCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: Sewer S Storm Draining Lining Rrogram7 Contract #3465. City of Newoort Beach, it officers, agents, officials, employees 6 volunteers are included as Add'l Insureds under General Liab and Auto Liab as respects the operations of the Insured & such coverage is primary 6 non - contributory as required by contract. * *SEE ATTACHED NOTEPAD & ENDORSEMENTS ** X CERTIFICATE HOLDER N ADDRIONALINSURED; INSURER LETTER: CANCELLATION ACORD 25-3 (7197) (DACORD CORPORATION 19BO 3NEWPO I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 9AN2 faNK6MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 9i�C7WGXaiCrNiT6b57[ii CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH CA 92663 AUTHORIZ. EL)REPR, E ENTATIVE� S- (/- 'iii„_- {TjjfiT 3 ACORD 25-3 (7197) (DACORD CORPORATION 19BO IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorizec representativq or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I NOTEPAD: • PIDTSP2 PAGE 2 SURED NAME�i�tuform Technologies, Inc. DATE 05/06/02 ATTACHMENT TO CERTIFICATE NUMBER 3NEWP01 ISSUED TO CITY OF NEWPORT BEACH. RE: SEWER AND STORM DRAINING LINING PROGRAM; CONTRACT NO. 3465. Waiver of Subrogation applies under Workers' Comp as required by contract. I v . _ WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable Ior an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. !This agreement coolies only t0 the extent that you perform work under a written cntract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one net named in the Schedule. This endorsement nas not been approved and does not apply in the state of Pennsylvania. Schedule ANY PERSON OR ORGANIZATION WHERE REQUIRED BY THE CONTRACT This endarsementis executed dytne LIBERTY INSURANCE CORPORATION Premium $ Ettecave :ate 7/1/01 Expirman Cate 7/1/02 Far attacnment to manor Na. WA,2-64D- 009004 -441 Audit 3asis issues td INSITUFORM TECHNOLOGIES, INC. 6 Coumersignec ay......... .......... ..t."TS.-�.......4 wvv.�zn n 1 .......v issued Sales ;btu°. and .,40. End. serval Ac. 87 WC 00 03 13 (Ed. 3-84) Coeynget !993 :vanonal Cdunal on Compensation insurance. S TrUs ENDORSEIMEMANGES THE POL'C.. PLEASE RE,io CARS JL:' . ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM S) 'his endorsement modifies insurance provided under the following: CCMNIERC:AL GENERAL LIABILrr! =VE.RAGE PART =NEOU" Name of Person or onganizt ' n: City of Newport Beach, its officers, agents, officials, employees 6 volunteers. (If no entry apcears above. information recuired to =mtclem tats endorsement wiil 7e snown :n the .eC:ar_ ticns as apclicable to this endorsement) WH.0 IS AN INSURE? (Section 11) is amended to inc:ude as an Ensured the :erscn or a gani-raticn shown :n the Scaedule. but only with respect to liability arising cut of your ongoing cper3ticns perfcr -%ed ;Cr :hat .n- sured. rn:s �carsanen[ .s x..•..,, 7y ;ne cmawry 7CCN CCagla[C ry an �wey :n me om[ �_osm :Q name C USERTY X4Ur.JAL INSURANC_ �"' -MPANY Praenum S ® USERr! MuruAL FIRE INSURANCE C MPANY Etteave C USER7Y INSURANCE QRPCRAnCN Jwe 07/01/01 c raum owe 07/01/02 Q LM INSURANCE- =FIMRATICN Far au=matt ;0 7ouet or Bona No. RG2- 641 - 004218 -031 0 THE ARE-' uunv INSURANCE' - 1RPCRAi iCN wet Sams Issued 70 Ins cuform Technologies, Snc. ; Mwaffmgrw J �" Lssuea Sales OM= am trot Eno. Scral Mm 31 CG 20 t0 10 33 Copyright, Insurance Services Cttce. inc.. 1992 C • ADOMCNAL INSURED • It is agreed mat such insur -an= as is mYcrded W the pdic7 for Bodily Injury Liability and -or 3rcreml Oamage Liability also applies= me persc0 erorganizarN n named betcw. as an insured. with respect= me use of me automobile by me named insured or with his permission. but suer inclusion of an addl- 5cnaiinsured shall nctoperatetoin= e the limits cftRecmcam/sliability. ,AdafticnaHnsured Address Sap ?ersca ar o;zprva as =o= vbom :rou ara rzcu:�=ad Jy T4-_ra= c= =3C_ -c ::sumac =. Premium S Clr=ve Cam 07/01/01 xrr==u+ me 07/01/02 �:cr a==mem-o ?arid na. AS 2 -541- 004218 -021 Mts enc=emrnrrs:i=-ee- -Y=:e— ^.mcary eesrq::z=c -eta : !:BERT' MUTUAL FIRE INSURANC°_ COMPANY AucR 9aas issuee ?o INSITUFORM TECHNOLOGIES, INC_. 7 �- O .waa. f1 rr,.r NeJRACT fs. IssceC sere Crric Cace Sams Renr===ve I :.Me n!R rsr"rar' Ctc Str:ar :ra. ST LOUIS 442 NDEFERT M ! 8?Z3 1 Z 1 96 � 0003 i 844A H 1] MAY 14 2002 TO: Mayor and Members of the City Council FROM: Public Works Department May 14, 2002 CITY COUNCIL AGENDA ITEM NO. 15 SUBJECT: SEWER AND STORM DRAIN LINING PROJECT - AWARD OF CONTRACT NO. 3465 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3465 to Insituform Technologies, Inc., for the Total Bid Price of $356,407 and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $35,000 to cover the cost of unforeseen work. 4. Authorize a Budget Amendment appropriating $144,407 from the unappropriated Wastewater Fund Reserve Balance to Account No. 7531- C5600292. DISCUSSION: At 2:00 P.M on Tuesday, April 30, 2002, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Insituform Technologies, Inc. $356,407 2 Sandcon Technologies, Inc. $501,099 3 National Liner West $509,727 The low total bid amount is 32 percent below the Engineer's Estimate of $525,000. During the bidding process an addendum was issued to have the City perform the sewer bypassing required for the lining process. A savings of $50,000 was realized when the contractor was not required to provide the bypass pumps or vactors. This years project is approximately three times the size of past projects, however, the price only doubled. In summary, we have excellent prices that will allow us to line more sewer mains within the City. The low bidder, Insituform Technologies, Inc., possesses a Limited Specialty Classification C -61 contractors license as required by the project specifications. They have satisfactorily completed similar projects of this type and are considered experts in the field of trenchless pipeline systems. Subject: Sewer Main and 4 Drain Lining Project — Award of Contract No55 May 14,2002 Page: 2 The project provides for approximately 5,000 feet of pipe to be lined in sewer and storm drain lines of various size diameters. The majority of sewer lines are 8 -inch in diameter and are located in Newport Heights and around Westcliff Plaza. Large ficus and pine trees are located near the mains in these areas and their roots have appeared in the pipe joints and within the laterals. Rehabilitation of the laterals is included with the lining project. Approximately 100 feet of 12 -inch storm drain will be lined on Via Lido Soud, and 75 feet of 24 -inch storm drain will be lined on Old Newport Boulevard. The process of lining pipelines avoids open excavation, trench work, and minimizes impacts to the public. There is a total of $20,000 of storm drain work associated with this project. There is $227,000 of funding available in the Master Plan Sewer Main Replacement Capital Improvement Account No. 7531- C5600292. The remaining funds will need to be appropriated from the unappropriated reserves of the Wastewater Fund. Funds for the project are available in the following accounts: Description Sewer Main Replacement Storm Drain Improvements Respectfully P_UB WORKS DEPARTMENT Stephen C en G. Badum, Director By: Mic ael J. Sina ri, .E. Project Manager Attachment: Project Location Map Bid Summary Account No. 7531- C5600292 7012- C5100008 Total Amount $371,407 20,000 $391,407 OI LU F Y W 0 w 2 � V a Y o E d � � tL V ¢ V U rn In C p j O F m � W 0 =O2 G i m Y n loll n O Ln 10 N V M 4&Z a Z W a z Z z 3 Z y G J FK �8 U 5t M In w W Z W d' W Q Q F G K a 9 0 o o$0000mmos88mSSSSSogs000mOg 0 0 0 0 0 0 0 0 0 0 0 0 0 0p . W y` 0 0 1G O 1G n 0 V1 O V1 O G IV p 8 S ti es 3 j S S O n .Ni P n �O N O N vmi Ibif OMD Q O O P O O N W vl n 01 01 O m m N M pi n O N N rj � c o � J Z p S p S ry P vmf P N V0f N p S P P N n m mm 1D p S 8� g g g S :. g Q M O N m N N b$ O O m T M 01 zz Z 7 O S N N Vf = { TP 0 0 0 0 0 0 S S S S p O p O S p O O O O O S g p p 0p 0 0 0 0 H O O N O P OP n p O S S p O 1011 N S S p O N 8 O p S q p0 S S ry ry 0 0 0 :O1 S Z O S O P O m O b O n n N b N 1C O v1 N N O �/f 01 P O+ �'Q� m lopf a m z S S 8 S S 8 S$ S 8 8 8 S 8 S o o S o 8 8 8 8 S S g F O 00 O 00 N v1 P fop � O ti p O O N p O 1n 1!1 n O N 10 1!) O M m M pp S S pO O O 1011 O `� vI m v1 i1 O Z �1 O O ry O 1!1 10 1Py m � M P N P ti n m ; b O O O O S S S S S O p S p S p S O O p S pm S p S p S Q S p S S S S O pp 0 On 0 Om M c o o S c o X01 0 0 po m O 1c o 0 �p 8 v1 M n .P+ C 01 N ObD tD P 1(1 M G<t v1 01 b m w N 1N/1 v1 M o O Q � p LL 0 0 0 0 0 0 0 0 0 F1 Z O Om ~ N 10 N V01 P N lA m 1!1 N M O M b N 1!1 O n0,1 Ol 01 P m S S S O O O O S O O S 0 v1 S S S S S S S OO q 1- Z O O O S O O O O S O O m O O O O O O O O O O O O 0 0 pC cf O 0 O V N N Ll� m ti O O v1 O n y 14 vf t�f .- W Q 0 SO O S T P O O O O O O O O O G O O G G O G O O G O O 4!1 S S O O O O O O O O O W O O m O m O W O C F S o O O o N p aD O m p 40 v1 N O S O O O O O 1!1 v1 N O '1 O 1!1 O M of M O O O O O mb 1y 6 O O N O m n p O 1y 6 p O c Z m o o ry o o 6 N M N V1 1!1 1!1 C O a J J J J J J Q W Q W Q W Q LLI J J VI O () J b V1 N J J J J J iC FF 111111 p D p p P M O p N SO z 5 c 1z1 ;6 c 3 c O Lw $ C C OD W O Lb z - 8E Z v 0 V y N Y l0fl N 6 C C �:G A O ~a `m J d' a3 CO n % C N 1wp J m i u C y N 01 0 C VI d f d U L lal J d 3 0 y w> U U U .Q WQ n V c c 9 c y r�i w c €; 0 8j m i g E c c ,Q yy q c a m 6 �n C y by 7 7 C 1n W �3�1 6 m { U� 19i U i C 0 O p a 6 �i °mw G j t 6 Q c 8S a Yf a o S V c u u a o '¢ C1 3 m ryry ryry qq }q 12n ry C X2'1 Y2� Tj2, Y2� C q C jp W :' � 8 3 u a _ Q ijty of Newport Beach BUDGET AMENDMENT 2001 -02 °_FFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Ix Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues Ix from unappropriated fund balance XPLANATION: NO. BA- 041 AMOUNT: 5144,407.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase expenditure appropriations for Sewer and Storm Drain Lining Project, Contract 3465. 4CCOUNTING ENTRY: 3UDGETARY FUND BALANCE Fund Account 530 3605 REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Division Account Division Account Division Account Division Account Division Account Signed: Signed: Signed: Description Wastewater Fund Balance Description Description Number 7531 Sewer Main Replacement Number C5600292 Sewer Main Master Plan Improvements Number Number Number Number Number Number Number Number Approval: Administrative Services Director Manager City Council Approval: City Clerk Amount Debit Credit $144,407.00 $144,407.00 Date � ate .� Date bty of Newport Beach BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: NO. BA- 041 AMOUNT: $t44,4o7.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase expenditure appropriations for Sewer and Storrs Drain Lining Project, Contract 3465. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 530 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) MAY i r:_ 2002 Amount Debit Credit Description Wastewater Fund Balance $144,407.00 " Description Signed: Signed: Signed: Approval: Services Director City Council Approval: City Clerk $144,407.00 5-49 - dZ Date ate Date Description Division Number 7531 Sewer Main Replacement Account Number C5600292 Sewer Main Master Plan Improvements Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed: Approval: Services Director City Council Approval: City Clerk $144,407.00 5-49 - dZ Date ate Date CIOPY OF NEWPORTREACH National Liner West 539 W. 140`h Street Gardena, CA 90248 Gentlemen: OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 May 15, 2002 Thank you for your courtesy in submitting a bid for the Sewer and Storm Drain Lining Program (Contract No. 3465) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMClAAE City Clerk 3300 Newport Boulevard, Newport Beach CIl�' OF NEWPORTIEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 May 15, 2002 Sancon Engineering Inc. 5841 Engineer Drive Huntington Beach, CA 92649 Gentlemen: Thank you for your courtesy in submitting a bid for the Sewer and Storm Drain Lining Program (Contract No. 3465) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, FIM �i I LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach