Loading...
HomeMy WebLinkAboutC-6363 - Sewer Main Lining and RepairsMarch 1. 2018 Mike Prlich & Sons, Inc. Attn: Mike Prlich 5103 Elton Street Baldwin Park, CA 91706 Subject: Sewer Main Lining and Repairs — C-6363 Dear Mr. Prlich: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAx newportbeachca.gov On February 28, 2017, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on March 2, 2017 Reference No. 2017000089074. The Surety for the contract is Hartford Fire Insurance Company and the bond number is 72BCSHL2343. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure r' THE FINAL PREMIUM IS f Issued In two (2) PREOIUITED ON THE original counterparts. FINAL CONTRACT AMOUNT Premium: $5,900.00 EXHIBIT B CITY OF NEWPORT BEACH .BOND NO. 72BCSHL2343 FAITHFUL. PERFORMANCE BOND The premium charges on this Bond is $ 5,900.00 , being at the rate of $ 10.02 per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Mike PrIch &Sons, Inc. hereinafter designated as the "Principal," a contract as follows: In order to construct the sewer Improvements as shown on the plans, it is understood that the Contractor will need to remove and dispose of and/or replace existing public and private improvements within the vicinity of the work area, The removal and/or replacement will include, but not be limited to, portions of rear property line walls/fencing, chain link fencing, wood fencing, portions of the side yard walls/fencing, trees, landscaping, irrigation, debris, weeds, trash and selective removal/ replacement of private yards' landscaping, hardscaping and irrigation Improvements. The City has coordinated with the owners of the private properties in advance of this work, However, the Contractor will need to coordinate with the residents of all such private properties before any work with in the properties Including demolition. The Contractor shall keep the work area to a minimum, keep the area clear, and minimize disruptions to that which is absolutely required to perform the work. The work necessary for the completion of this contract consists of (1) distributing construction notices to affected residents; (2) construction surveying; (3) removing existing P.C.C. pavement, sidewalk, curb and hardscaping, landscaping and irrigation as needed for new work; (4) constructing sewer improvements including manholes, laterals and cleanouts; (5) constructing sidewalks, P.C.C. pavement, curb, etc.; (6) replacing private yards' landscaping, hardscaping and irrigation improvements; (7) 'hydro -cleaning existing sewer mains; (8) lining existing sewer main; (9) re -opening existing service lateral; (10) construct entry and exit pits for pipe jacking; (11) install sewer main using pipe jacking methods; (12) remove existing brick drop manhole; (13) plugging or bypassing existing sewers (14) all other incidental items to be completed in place required by the plans and specifications. 'Sewer Main Lining and Repairs, Contract No. 6363 In addition the Contractor shall comply with the following: All contacts with the individual residents shall include a City representative. 2. The Contractor will not request the use of the individual properties water or power during the course of its work. 3. The Contractor will not access the work area through the front of the residences, unless otherwise directed by the Engineer. 4, The yards shall be secured from both visual and physical intrusion by means of screened fencing in conjunction with the work. Mike Prlich 8L Sons, Inc. Page B-1 5. All individual yard fencing, walls and/or gates, shall be restored to a condition equal to or better than that which existed prior to the start of work. 6. The Contractor will restore/replace all hardscaping, landscaping and irrigation improvements to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in these specifications. The Contractor is required to restore and/or replace all yard improvements damaged or removed by the Contractor during the course of its work, unless otherwise provided for on the plans, these specifications or as directed by the Engineer. Therefore, the Contractor shall include in its Lump Sum bid for each individual lot's Removal & Reestablishment, all work that does not have its own bid item that it deems necessary to be removed and replaced or protected in place and to restore that individual lot to as close to original as possible. In addition, the Contractor shall include protective measures required for each lot within its Lump Sum bid, The Contractor shall not include work that is provided with its own bid item. The successful Contractor will be required to provide a complete breakdown of the Lump Sum bid for each lot for payment purposes. The breakdown shall be provided before the first payment request is submitted. No payment will be made until this requirement is met and approved by the City. (All items in this Recital B shall collectively be referred to as the "Project" or 'Work"), in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Hartford Fire Insurance Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Eighty Eight Thousand Seven Hundred Seventy Five Dollars ($588,775.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true Intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. Mike Prlich & Sons, Inc. Page B-2 As a part of the obligation secured hereby, specified in this Performance Bond, there shall expenses and fees, including reasonable attorneys event City is required to bring an action in law or obligations of this Bond. and in addition to the face amount be included costs and reasonable fees, incurred by City, only in the equity against Surety to enforce the Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 20th day of June ,2016 . Mike Prlich & Sons, Inc. Name of Contractor (Principal) Hartford Fire Insurance Company Name of Surety 155 North Lake Avenue, 8th Floor, Suite 849, Pasadena, CA 91101 Arturo Ayala, Attomey-in-Fact Address of Surety Print Name and Title (714)674-1200 Telephone APPROVED AS TO FORM: CITY A TORN Y'S OFFICE Date: Aaron C. Harp „jai City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Prlich, President Mike Prlich & Sons, Inc. Page B-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of orange } SS. On June 20th 2016 before me, Arturo Ayala Notary Public, personally appeared Michael A. Pdlch who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand anld official seal. Signature Arturo Ayala IS, ARTURO AYALA COMM. #2052517Notary Public -California rt ORANGE COUNTYy Comm. Expireslan 10, 2018 1i ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness; accuracy, or validity of that document. State of California (seal) County of orange } SS, On June 20th 2016 before me, Susan Pugh Notary Public, personally appeared Arturo Ayala proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Ali >uc� nia Signa re Susan Pugh f (seal) Mike Prlich & Sons, Inc. Page B-4 Bond No. 72BCSHL2343 Direct Inquiries/Claims to: POWER OF ATTORNEY THOne EHfARTFORD Hartford Hartford, Connecticut 06155 email: bond.claims@thehartford.com call: 888-266-3488 fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Acencv Code: 72-181009 © Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana © Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Q Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of Illinois, a corporation duly organized under the laws ofthe State oflllinois Q Hartford Insurance Company of the Midwest, a corporation duly organized under the laws ofthe State oflndiana Q Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited Arturo Ayala, Shaunna Burchfiel, Michael Castaneda, Daniel Huckabay, Dwight Reilly, Andrew Waterbury of ORANGE, California their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009, the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. lY \ h 44\,r,}�h aqy ;i L107 ' r�auwr Rol%F'. $ry+Ii79� y 8 John Gray, Assistant Secretary M. Ross Fisher, Vice President STATE OF CONNECTICUT COUNTY OF HARTFORD } ss. Hartford On this 12th day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly swom, did depose and say: that he resides in the County of Hartford, Stale of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said Instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that f he signed his name thereto by like authority. :° E' T htd� �e Kethleen T. Maynard CERTIFICATE Notary Public My Commission Expires July 31, 2016 I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of June 20th, 2016 Signed and sealed at the City of Hartford. :e79 ii:M1t •�RO �� YP t I�x RtlpM1� �N4uY Kevin Heckman, Assistant Vice President POA 2012 Claims Inquiries Notice Hartford Fire Insurance Company Hartford Casualty Insurance Company Hartford Accident and Indemnity Company Hartford Underwriters Insurance Company Twin City Insurance Company Hartford Insurance Company of Illinois Hartford Insurance Company of the Midwest Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Number: Fax — Claims E-mail Mailing Address Claims Inquiries Notice 2003 888-266-3488 860-757-5835 or 860-547-8265 claimsa,1 stepsurety. com The Hartford BOND, T-4 690 Asylum Avenue Hartford, CT 06115 May 8, 2017 Mike Prlich & Sons, Inc. Attn: Mike Prlich 5103 Elton Street Baldwin Park, CA 91706 Subject: Sewer Main Lining and Repairs - C-6363 Dear Mr. Prlich: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039FAx newportbeachca.gov On February 28, 2017 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on March 2, 2017, Reference No. 2017000089074. The Surety for the bond is Hartford Fire Insurance Company and the bond number is 72BCSHL2343. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure THE FINAL PREMIUM 6 Issued in two (2) PREDICATED ON THE original counterparts.FINAL CONTRACTAMOUNT EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 72BCSHL2343 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Mike Pdlch s sons, Inc. hereinafter designated as the "Principal," a contract as follows: In order to construct the sewer improvements as shown on the plans, it is understood that the Contractor will need to remove and dispose of and/or replace existing public and private improvements within the vicinity of the work area. The removal and/or replacement will include, but not be limited to, portions of rear property line walls/fencing, chain link fencing, wood fencing, portions of the side yard wallstfencing, trees, landscaping, irrigation, debris, weeds, trash and selective removal/ replacement of private yards' landscaping, hardscaping and irrigation improvements. The City has coordinated with the owners of the private properties in advance of this work However, the Contractor will need to coordinate with the residents of all such private properties before any work with in the properties including demolition. The Contractor shall keep the work area to a minimum, keep the area clear, and minimize disruptions to that which is absolutely required to perform the work. The work necessary for the completion of this contract consists of (1) distributing construction notices to affected residents; (2) construction surveying; (3) removing existing P.C.C. pavement, sidewalk, curb and hardscaping, landscaping and irrigation as needed for new work; (4) constructing sewer improvements including manholes, laterals and cleanouts; (5) constructing sidewalks, P.G.C. pavement, curb, etc,; (6) replacing private yards' landscaping, hardscaping and irrigation improvements; (7) hydro -cleaning existing sewer mains; (8) lining existing sewer main; (9) re -opening existing service lateral; (10) construct entry and exit pits for pipe jacking; (11) install sewer main using pipe jacking methods; (12) remove existing brick drop manhole; (13) plugging or bypassing existing sewers (14) all other incidental items to be completed in place required by the plans and specifications. 'Sewer Main Lining and Repairs, Contract No. 6363 In addition the Contractor shall comply with the following: 1. All contacts with the individual residents shall include a City representative. 2. The Contractor will not request the use of the individual properties water or power during the course of its work. 3. The Contractor will not access the work area through the front of the residences, unless otherwise directed by the Engineer. 4. The yards shall be secured from both visual and physical intrusion by means of screened fencing in conjunction with the work. 5. All individual yard fencing, walls and/or gates, shall be restored to a condition equal to or better than that which existed prior to the start of work. Mike Prlich & Sons, Inc. Page A-1 6. The Contractor will restore/replace all hardscaping, landscaping and irrigation improvements to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in these specifications. The Contractor is required to restore and/or replace all yard improvements damaged or removed by the Contractor during the course of its work, unless otherwise provided for on the plans, these specifications or as directed by the Engineer. Therefore, the Contractor shall include in its Lump Sum bid for each individual lot's Removal & Reestablishment, all work that does not have its own bid item that it deems necessary to be removed and replaced or protected in place and to restore that individual lot to as close to original as possible; In addition, the Contractor shall include protective measures required for each.lot within its Lump Sum bid. The Contractor shall not include work that is provided with its own bid item. The successful Contractor will be required to provide a complete breakdown of the Lump Sum bid for each lot for payment purposes. The breakdown shall be provided before the first payment request is submitted. No payment will be made until this requirement is met and approved by the City. (Ail items in this Recital B shall collectively be referred to as the `Project' or "Work"), in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Hartford Fire Insurance company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Eighty Eight Thousand Seven Hundred Seventy Five Dollars ($588,775.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13026 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 Mike Prlich & Sons, Inc. Page A-2 the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 20th day of June , 2016 . Mike Prlich & Sons, Inc. Name Of Contractor (Principal) AUth01"Ize Signature/Title Michael A. Prlich, President s Hartford Fire Insurance Company Name of Surety "Authorized Agef.- 'gnature 155 North Lake Avenue, 8th Floor, Suite 849, Pasadena, CA 91101 Arturo Ayala, Attorney -in -Fact Address of Surety Print Name and Title (714)674-1200 Telephone APPROVED AS TO FORM: CITY ATTORNEYS OFFICE Date: By: Aaron C. Harp City Attorney NOTARYACKlVOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Mike Prlich & Sons, Inc. Page A-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of orange } ss. On June 20th 12016 before me, Arturo Ayala Notary Public, personally appeared Michael A. Prlich who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under foregoing paragraph is true and correct. WITNESSmyhand and official seal. Signature ArturoAyald'�" the laws of the State of California that the =Nlb AYALA 2052517 MiM;alifornia K COUNTY n,Jan 10, 2018 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of oran9r ) ss. On June 20th 2016 before me, Susan Pugh , Notary Public, personally appeared Arturo Ayala proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hedtheir authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal. SignatureShsan Pugh (seal) Mike Prlich & Sons, Inc. Page A-4 Bond No. 726CSHL2343 Direct Inquiries/Claims to. POTT E 1V\ OF ATTOTlu_ ^V� _E� THE HARTFORD W Ili' �Bond T-12 One Hartford Plaza Hartford, Connecticut 06155 email: bond.claims@thehartford.com call: 888-266-34881fax: 860-757-5835 . KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 72-181009 © Hartford Fire Insurance Com party, a corporation duly organized under the laws of the State of Connecticut © Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana © Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of Illinois, a corporation duty organized under the laws of the State of Illinois Hartford Insurance COM parry of the Midwest, a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their nome otnoe In Hamord, Connecticut (hereinafter collectively referred to as the "Companies") do hereby make, cons up to the amount of Unlimited Arturo Ayala, Shaunna Eurchfiel, Michael Castaneda, Daniel Huckabay, Dwight Reilly, Andrew Waterbury of ORANGE, California their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(les) only as delineated above by E, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009, the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duty attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. •E E !� ■var _*. :�RZ Am 9\ l+^ q°iW `<yM;1Y 74•�se 32#p# i•' i97i John Gray, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD M. Ross Fisher, Vice President On this 12th day of July, 2012, before me personalty came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, Stale of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority, a} 1116W . �tlw0 Kathleen T. Maynard CERTIFICATE Notary Public My Conunissim Expim July 31, 2016 I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies, which is still in full force effective as of June 20th, 2016 Signed and sealed at the City of Hartford. •� A r' Y r '�1 ..« a 'i`�#Bx'.^ psiN• 31 .taTa S ; te7o� '�g ` • � tl•YI b lgvr «NNL pIUM ` Kevin Heckman, Assistant Vice President POA 2012 Document -2895872 -Page -1 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 1 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIJill 11111111lII111Jil111111111111111111111111111111111 NO FEE111I1l111111 2017000089074 3:09 pm 03102117 217 405 M 2 1 0.00 0.00 0.00 0.00 0.00 0.0D 0.00 0.00 Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Mike Prlich & Sons, Inc., Baldwin Park, as Contractor, entered into a Contract on June 14, 2016. Said Contract set forth certain improvements, as follows: Sewer Main Lining and Repairs C-6363 Work on said Contract was completed, and was found to be acceptable on February 28 2017 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Hartford Fire Insurance Comoanv. 3a 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 i AMAZ....2 , at Newport Beach, Cal'ifomia. 7n about:blank 03/02/2017 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Mike Prlich & Sons, Inc., Baldwin Park, as Contractor, entered into a Contract on June 14, 2016. Said Contract set forth certain improvements, as follows: Sewer Main Lining and Repairs C-6363 Work on said Contract was completed, and was found to be acceptable on February 28, 2017 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Hartford Fire Insurance Company. BY Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on r �, at Newport Beach, California. ntf11��'ill�!J CITY CLERK ' CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 18th day of May, 2016, at which time such bids shall be opened and read for SEWER MAIN LINING AND REPAIRS Contract No. 6363 $ 700,000.00 Engineer's Estimate Approved by /Mark Vukojevic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http:/Iwww.planetbids.com/portal/portal.cfm?CompanylD=22078 Hard copy plans are available via Mouse Graphics at (949) 548-5571 Located at 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" For further information, call Alfred Castanon, Project Manager at (949) 644-3314 City of Newport Beach SEWER MAIN LINING AND REPAIRS Contract No. 6363 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)...................................................................8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................17 INFORMATION REQUIRED OF BIDDER.....................................................................18 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 2 City of Newport Beach SEWER MAIN LINING AND REPAIRS Contract No. 6363 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info via Planet8ids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confine via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL (LINE ITEMS to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid due date (Bid Opening Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date. Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 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. 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. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 at seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 7034774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. -74o47,+ - !- Contractor's License No. & Classification /000vo 6.53$ 61--401110 DIR Reference Number & Expiration Date Bidder Authorized Signature/Ti e Al" /2, Zo/lo Date Bond No. CSBA-2063 City of Newport Beach SEWER MAIN LINING AND REPAIRS Contract No. 6363 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 Bid Dollars ($-10% oftheAmountBid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of SEWER MAIN LINING AND REPAIRS, Contract No. 6363 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. II b� Witness our hands this 4th day of May 0. 6. Mike Pdich & Sons, Inc. Name of Contractor (Principal) Authorized Signaturefritle Hartford Fire Insurance Company Name of Surety 155 North Lake Avenue, 8th Floor, Suite 849 Pasadena, CA 91101 Address of Surety (714)674-1200 Telephone Authorized Agen nature Arturo Ayala, Attomey-in-Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) ACKNOWLEDGMENT State of California County of }ss. On before me, Public, personally appeared Notary proved to me on the basis of satisfactory evidence to be the persons) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 0000 .... M ........... M.M. OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification Paper Identification Credible Witness(es) Thumbprint of Signer Capacity of Signer: ❑ Check here If Trustee no thumbprint Power of Attorney or fingerprint _ _ CEO/CFO/COO is available. _ President/ Vice -President/ Secretary/ Treasurer Other: Ot_her Information: 0 State of California County of On Public, personally appeared ACKNOWLEDGMENT ss. before me, Notary whom proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ..... =0 ..... W. .... c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c c ........ MW ..... OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification _ Paper Identification Credible Witness(es) Capacity of Signer: _ Trustee _ Power of Attorney _ CEO/CFO/COO _ President / Vice -President / Secretary / Treasurer Other: Other 7 Thumbprint of Signer E] Check here if no thumbprint or fingerprint is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On May 4th, 2016 before me, Karen L. Ritto , Notary Public, Data Insert Name of Notary exactly as it appears on the official seal personally appeared Arturo Ayala Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) KAREN L. RITTG li acted, executed the instrument. COMM. #2138521 m Iv 'ary Pubric-c %rrn;a c I certify under PENALTY OF PERJURY under the laws of ovANCE courry LL the State of California that the foregoing paragraph is true M Comm. Expires Dec::"i.`019 and correct. Aalcia Witness my h seal. Signature Place Notary Seal Above Slgna re o Soto ub is Karen L. Ritto OPTIONAL Though the information below is not required by law, it mayprove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Bidder's Bond Document Date: 5/4/16 Number of Pages: Three Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Arturo Ayala ❑ Individual ❑ Corporate Officer—Trtle(s): ❑ Partner ❑ Limited ❑ General 10 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer—Trtle(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Bond No. CSBA-2063 Direct InquidesrClaims to: THE HARTFORD POWER OF ATTORNEY One Bond T-12 Hartford Plaza Hartford, Connecticut 06155 emai/.'bond.claims@thehartford.com call: 888-266-3488 1 fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Aaencv Code: 72 -181009 © Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana © Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Q Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Q Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited Arturo Ayala, Shaunna Burchfiel, Michael Castaneda, Daniel Huckabay, Dwight Reilly, Andrew Waterbury of ORANGE, California their true and lawful Attomey(s)-in-Fad, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009, the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duty attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 90.. 4,.p'r"'1ih�3 p�I9745� �hYA'. Ar�A� 9`, a M6h tft No. John Gray, Assistant Secretary M. Ross Fisher, Vice President STATE OF CONNECTICUT ) ss. Hartford } COUNTY OF HARTFORD j On this 12th day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, Stale of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above Instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. 4tr' ' � Au "' �T htn� 2 •M ��.AA����•AA��NN�������GG"```�```� Kathie= T. Msywrd CERTIFICATE Notary Public My Commission Expires July 31, 2016 I, the undersigned, Viva President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of May 4th, 2016 Signed and sealed at the City of Hartford. •f n N �tNit}d` 4 OM�7 1907 xQ 74 A9.A Kevin Heckman, Assistant Vice President POA 2012 Claims Inquiries Notice Hartford Fire Insurance Company Hartford Casualty Insurance Company Hartford Accident and Indemnity Company Hartford Underwriters Insurance Company Twin City Insurance Company Hartford Insurance Company of Illinois Hartford Insurance Company of the Midwest Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Number: Fax — Claims E-mail Mailing Address Claims Inquiries Notice 2003 888-266-3488 860-757-5835 or 860-547-8265 claimsA l stepsurety. com The Hartford BOND, T-4 690 Asylum Avenue Hartford, CT 06115 State of California County of Los Angeles President, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) GREGG AROEN ALFVEGREN a� COMMISSION # 1978040 G z Nolary Public - California ti 0-,v ar LOSANGELES COUNTY My Comm Evpires Jun 9. 2016 (Seal) Mike Prlich and Sons Inc. 5103 Elton Street Baldwin Parr, California 91706 (626)813-1700 Fax (626)813-1770 RESOLUTION BY THE BOARD OF DIRECTORS OF MIKE PRLICH AND SONS INC WHEREAS, THE UNDERSIGNED BEING ALL OF THE DIRECTORS (OR A MAJORITY) OF THE ABOVE-NAMED CORPORATION, HERBY INDIVIDUALY AND COLLECTIVELY CONSENT TO THE FOLLOWING RESOLUTION: RESOLVED, THAT ANY ONE OR MORE OF THE FOLLOWING OFFICERS OF THIS CORPORATION IS HERBY AUTHORIZED TO ENTER INTO ANY CONTRACT OR EXECUTE ANY INSTUMENT IN THE NAM OF AND ON BEHALF OF THE CORPORATION. SUCH POWER IS GE+ NREAL, MICHAEL A. PRLICH — PRESIDENT PETER A. SERDARUSICH SECRETARYITRESURER RESOLVED FURTHER, THAT ANY OF THE ABOVE OFFICERS OF THIS CORPORRATION IS HERBY AUTHORIZED TO EXECUTE ANY DOUCUMENTS OR INSTURMENT ON BEHALF OF THE CORPORATION. THE UNDERSIGNED, BEING ALL OF THE DIRECTORS (OR A MAJORITY) OF THIS CORPORATION, HERBY ADOPT AND CONSET TO THE FOREGOING RESOLUTION IN LIEU OF A MEETING. . DATED: NOVEMBER 10, 2008 City of Newport Beach SEWER MAIN LINING AND REPAIRS Contract No. 6363 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name:IW.gAI/4L 4C Co...sxx�no„y S'P,g K, �, ll, i~ . Address: Imo/+ ,?#, Qoko Ph57sh-5r73- State License Number. DIR Reference: /00oo/07/1f 1 ^ Email Address:~"O Name: $q,✓co../ ,ENLI/NF(�(iwl7/ / Kc • Address:4S391 9"'N9fO— PO4vdp— /rfu.L'rv.cNrv.✓ ,$iE,I�N-i 6.+ %r.^/ 4S,V, II Phone: C7r4) /Ni/' I�E/lif8�G0�¢Y7.L.GJ 111 State License Number: 731797 DIR Reference: /OOct//2o3923 EmailAddress: r wn"a/S4ef/an•coK Name: /'o�F..✓ sn47�I.yl7 14 Address: 7ewo r?C f4r-s � 4"e . 0-9- �ie/vh/TfclNk y 4Crfi.re, cA 9+7/O fo �° Ph (900 q) 9l0 • s8// 12- State^/Liceense Number. &7i5 --o DIR Referen :: /popoo 5-710 (�ewENiftFr�'(fo sCly G. LOrw Email Address Bidder Authorized Signature/Title City of Newport Beach SEWER MAIN LINING AND REPAIRS Contract No. 6363 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. 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 d 01 Mr- Orr-ftL °i " )CoReE /c%•,Z Project Description /.vSnrt it .d000' of ff-opE 4C Ayy y Approximate Construction Dates: From Agency Name 20/4 To: zoyS- clr Contact Person IEo �DEv� Telephone (Sb� 90� f2c�',�. eZ°3 Original Contract Amount $ 34,5472IFinal Contract Amount $ 3, 5s9, 36S®= If final amount is different from original, please explain (change orders, extra work, etc.) i (_wCr we,o-f/f74/ZED- 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. 2 Project Name/Number _ C-xPnrr41' ✓ �T �,rc,rs 12EayGc ¢o t�/2 �ys,�,y TO .4.E /cV,E U%w N WJE... • 9-G P* ZA:, Project Description I S.000' o,4 /b " PVC CyoS )eO .. ,.,,,, Approximate Construction Dates: From _J�LY 201 S To: TNu,4 rr_!Z Zo 1 /p Agency Name Cl-rY of S702 - Contact Person IYhNvµ ✓rtN W""1gRg y TelephonetW Original Contract Amount $ /,f7/,Final Contract Amount $ wan -l"'9 If final amount is different from original, please explain (change orders, extra work, etc.) $iu I rEVA UE4K&ES /''/ U.++ n 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. Ko. No.Pro 3 / Project Name/Number C7.Pa4o✓�'Y NE/4df,/joe�j GaGt.✓U� ,c�Eca- 1NS�'R-n N OF /NH�rf¢�Yr/•,y �.r�Qr�F+-�$2y Project Description 4A(o Do4weu-554ST)&A%' Ch-M#Jags"Y' CDS vkir, 5'.&4.4 Approximate Construction Dates//: From. J1NE X13 T0: +Hf Zo/Lo Agency Name C i �Y DG L Gst �N�tEGES, G'g Contact Person Telephone (zis) 485- /9-I1 Original Contract Amount $z.3?9p" Final Contract Amount $ 2, 367, 4 81.24} If final amount is different from original, please explain (change orders, extra work, etc.) C NN't4,i Ez r%s!- hlo i2K : - _ _ _ oGi.t>•i/! /ai �irr;O y ,.-vJ Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 No. 4 Project Name/Number /01:p - Zo40 / Project Description 000rr�' V/7L477" Foe ��„, Jir-4f . Z�trs.4y Approximate Construction Dates: From 6A 20/S- To: Syr. Agency Name Z4F-vA0'9.0— f�onWES �I?1�/2ow enq Contact Person �lJRoN /--177 r Telephone (O$/) 7-f/- GS-� Original Contract Amount $ 03L Final Contract Amount $ /Z/. Z/G -140 If final amount is different from original, please explain (change orders, extra work, etc.) %aOGno vS BG S- 'P'e /4~"4FD. 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. /UO. No. 5 / Project Name/Number �oMfl T�wE.2[ouY/�%/ �RoTB�/ Project Description imsnn-,- * Zooa'/�"[yosf�✓� SE�✓E�2 Approximate Construction Dates: From QCT- Z-01 To: PcSr. `oW(el-(elUuN,S ZOA0 Agency Name C)W of L+&uAm--6F tff Contact Person �R��D S�hSstE� Telephone (99q) �7—o3Gm Original Contract Amount $ZJJt123o Final Contract Amount $ Ag:'r' -y* If final amount is different from original, please explain (change orders, extra work, etc.) noh✓ Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 6 Project Name/Number �ME,Q�EvcySEwEa S,P�ro / Project Description /Ns, .rr o.✓ BF Sewe S, PH -OV Approximate Construction Dates: From i -l— To: Zot¢ Agency Name 61)7 aF 9-Mr-6trO�/ZC4A4, C_ Contact Person Telephone (7i+) S -34-5_2f/ Original Contract Amount $"Final Contract Amount $ 9Z 4, 7 If/ 7t - If final amount is different from original, please explain (change orders, extra work, etc.) breuE r7a^✓ /X '4�.-Of- 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. .4vo . 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. M I V. ( TRut,M AAD SD,+S, /NG. (� � Bidder Authorized Signa ure/Title 12 m n m Y Q j T Q Vbj � vl N 0 c o EU hU w $ m rL0 >h E 3¢ 03 � `oN a=i oni Qy ovi¢ m W 0.m1 c3 � ovi c ovi c N�41 R1 �y' D3 v � Vl Cq vNpi aN ,i''�P dv �v c� c P 6 YP Q mo eo ca c UN V eoo m m 'S m a N QN Evl dVl NV�i hN ��O i]N 3� N� �N YCW ryb o y O N N N N N N O N N N N N N M N M P M19 C C r m Y Q j T Q Vbj � vl N 0 c o EU hU w $ m rL0 >h E 3¢ 03 � `oN a=i oni Qy ovi¢ m W 0.m1 c3 � ovi c ovi c N�41 R1 �y' D3 v � Vl Cq vNpi aN ,i''�P dv �v c� c P 6 YP Q mo eo ca c UN V eoo m m 'S m a c 0 F o ti y O N 2 vt O� N N NO � ry0 b P N O N N O Vl d vl O W v C S T S O N O N O N O N O N N d O N N O O N O N O ON N O N N ry Q� m O N M N �y FN t9 6A 69 � yi P� M Vi M yi tq b � >" > O O G C y U w° N O O S x N m a v�ar�i C19 �Ei h° E Edi w3 w3 U E E E E E w w E E E w Y o x S QIP m S c 0 o ti 'tl rn o V C Q� m EU b V U � i aci •l v� qj � o ?o >" > O O G C y U w° N r�3 w w3 x Q m a v�ar�i w3 h° E w3 w3 U Y o x S QIP m S Q o Gl o m o w x S y o bN S N ¢ d � U C' w U R3v O L V L� V W •O G U� .0 O O Y O y Ski' F¢ r Q N r � c°' ••m y� oa Tun � �^ my �„ n vii o°° vl C P y O H Vl q N O O O� O N Y� C q O Q ry O a `ory r 5v �v Nh io �v�i vat �< or V v Hh N N N N N N N N N N N N 8 O $ O O r O W b P P b P N N W Fq FH Vi � 6Q9 � f9 •N 609 W � 0 0 o C� cO .0 .� v g aC«i Zv�ii Oo Oo v @i -d P a b 0 Si qi ai ai V O^ qj w E E E E E E E E o v Cz yv C m E O a W A y u 4. '0pp q5J C i� Ql ¢ q aV v ami a1 t'o a " „°, may ti P Q In Tim _ °•mo 6 b'i m^ v = F e ami o a E vi c �.. O (3 kl COu �.• vi c vi c W 41 W F W c° 0] 41 CO A 3 ?' '- vi qm @ V '3 m P 6 c mo m 0P 6 OP¢ mo m v "F ma m `vh �_ vc,G oO ra FI W C mac. Q n h p�p C O =.v-1 Q W 6 E c7 a o c x a c EIN o E u U 6 `� cZ° �N Uro iii u � $o' <N �v3i eo�nh F3 Z`rn w Q� r -pi w3 v�.°a v, ,-.ti a ow w3 w3 w3 u$ tii a o w o � � o• ^, Q a w r car �+ r r r t cQ ain c wN V K.o °` �U oU a cU �o>U kCp U c U u 9h 2 p,y in a ODU .o -i fO,q �O c h E o v v 3 s� m Sm m S m m`� c m E o0. o Sn' o� c u41 � o�� W 41 {n 0.1 u3w vi c vi o wy c° �jw4. I'?E Ev a .� om ° °w o 2� 0 u N Z Avg �Mo` i3_S w � �„ ,,_3 a°-3 G_3 i:>�3 i:v_.a u_ii u< C C m p yy = .°1a N N N N N N N N N O 0 O O O O O O O O O T N 69 W C v� h y .i°'i E ti vYi in h y m rn ti N w a w a p PCj O O y N p 0 p Cd !U ro 03 ry v 3! m e fa^ E w E E E w F F E c7 a o c x a c EIN o E u U 6 `� cZ° �N Uro iii u � $o' <N �v3i eo�nh F3 Z`rn w Q� r -pi w3 v�.°a v, ,-.ti a ow w3 w3 w3 u$ tii a o w o � � o• ^, Q a w r car �+ r r r t cQ ain c wN V K.o °` �U oU a cU �o>U kCp U c U u 9h 2 p,y in a ODU .o -i fO,q �O c h E o v v 3 s� m Sm m S m m`� c m E o0. o Sn' o� c u41 � o�� W 41 {n 0.1 u3w vi c vi o wy c° �jw4. I'?E Ev a .� om ° °w o 2� 0 u N Z Avg �Mo` i3_S w � �„ ,,_3 a°-3 G_3 i:>�3 i:v_.a u_ii u< f p P F � q g v Z C h � C a o O CO G y r_ T V T pp N p p b K U ¢ G 3 u 3 F ° x wm maim o�-;, maim 3 mwm �$ � u; F muiw o3 wuim m3 G wy 5 Q� P O N M d h b n r r r n r n r n r r n r N O V_J Y C U O NON OQN !6'. IT 00 aV.•h C(V fV If �W G � Q P xia vl y O 7 x Vi N N N N N N N ON O O OO O O O O O O O O O O O O O O O N O W � bi 6y 4Y W W W K W W Vi W C p� h 14 f p P F � q g v Z C h � C a o O CO G y r_ T V T pp N p p b K U ¢ G 3 u 3 F ° x wm maim o�-;, maim 3 mwm �$ � u; F muiw o3 wuim m3 G wy 5 Q� P O N M d h b n r r r n r n r n r r n r m 'S � W Q S � Y Q ,Ti RS T Y ay .M. - Q fri N n O N N O O O O O O O 0 O O O O O = mN C P ° a N P 0 y wm maim _ mu;= Q3v wuimd p oicdm o ov;°=° m"Pi F - m 'S � Q Y Q ,Ti RS T Y ay n g o w = mN P ° a N P wm maim _ mu;= Q3v wuimd p oicdm o ov;°=° m"Pi p p � p N F Oro FF p= Ow F = 00 .-• J N r-1 V rPi D: .°] .+ .J i-1 P {? i-1 � .1 r ri u z V -. pC m 'S Q a m U �° •� F. V ° G d w� w. y m f o ° c r4 AN vry h0 S•cv x0 r ;; 'UN a0 ; c � cv t0 E � a0 �'6� Aa :2 q°m w3 r W pQ QQ & J6 ti yu6 mT6 V c wU �'.= Q o u �" avi c 0.1 VI W ��D .aN c�i° 0.°l ❑1W N�� ��. vi c Uro x a� �o s� Kco y'S y �� y v^a 3 3 v ro m ee w eo m w m w w ervo w e 0 a C P y IT o d N N N O N ry O O o C C N Q a m U �° •� F. V ° G d w� w. y m f o ° c r4 AN vry h0 S•cv x0 r ;; 'UN a0 ; c � cv t0 E � a0 �'6� Aa :2 q°m w3 r W pQ QQ & J6 ti yu6 mT6 V c wU �'.= Q o u �" avi c 0.1 VI W ��D .aN c�i° 0.°l ❑1W N�� ��. vi c Uro x a� �o s� Kco y'S y �� y v^a 3 3 v ro m ee w eo m w m w w ervo w n O N U' N O N vii W N 9 O N vii O N y N N N E P N vyFi G^ N M r 1 O� Ar F. N fd•0 MqGe N C^ vyG N 7' W P N P NI N r1 M O N N r N r n M N w m p C w W m po $ E v v y v c V E w E .ma E E E E E P a s u a F v ` 0 n .a vi E aa N � FCF q � Rry N Q O q Y g c: 0 y N p m > N Y y o nvcr � nar h Qo yr r Ear � 6wr a. 'E c m U a a a Eyo 3d maim or,;= m=im s"'a �,a vui<ry mwm gy muim o�= m4i o`o� In c3 S-�.S Uma SSS V--.] cJaO of rpi ri, S'�.o-t-t USS .o -t.-. �.ot Up.ot ��.0-1 UO H eo 0o m a ro 3 y O O N lh a O N O h �6 O O � O w $ yi 9y Pt; Y U E E F F V E F m ;-•� E r E F U S F O — " O Q E Ip H s> s"a �a !'_� 3'� Err s� :;-� z� M M M v N Q a N a N a O N N N M N ON N N N N N O O N lh O Yl O N O h O O O � O w $ yi O O G iA Pt; Y U E E F F V E F O w U E F E r E F U S F O — " O Q E Ip H Y 0 W Y a L O Ey C � 2 •� � ¢ Y w Q � t O � 'd � �_ �p O' ❑ h V � � N 6 � O' 6 Q W @1�� p� � � {C Q � '7i a E ad w�0 tK 0 m r� 040 do m3 z 0 r 0 `Q oo Jz fY.u3Q <W� ¢`�" ��"• 3�U AP 3.�u ¢�U ��� �v� c�c¢i 3Y, w m W Z .'i ¢`C, S. Uj ° NY ui A 3 ` LU ; '� = o c w c.. � 3 C O O O P O G 8 O P Q M O t-0 � COO GO P Q Ca O O O U �T+ Q O Q t N Pe.. dv o om o U_t aow 3 v...3 uea uca�3 u�a' hM eo s O N =a xe n yP xv 3P p,ry cvri xe � �y+�.^i �n V y N N rf V O - N W rP P W m 3 c� c m c v c n o n c z v ad yo moa a 3¢ u�3 w3 >rwi� v a a � h o 0 saw v N 6 0 U 6 6 U -_ U X yu 3m� 3mmo� mu Sm ° C° 8 3mm omu c °P Q °PQ m� w z c o`"¢ �,3 .� 03.E mGVm orifi¢ orn ° m{r]m°' oS�• Cc m Aoo �a Da p � �a s 2•�''c cPo c O -N 6 L� ^ L� N C.°, N a p M O O O O O O O O p 69 6g p c d O r N c W Q 0 h - " t o o � v_ d W Z.Z. 15 M W E WW� AZU Wm w w v3i o y m W °�' 3P4 zu d ti h c KI m RI 41 0.°1 c h N° Di PA .Ec (J' �. �., 16 c° u. ° �' ��pp .-•.-1 .ate J a G—J .] J f0 r� h UN X �—.a Uv LO V L.1 N ° h w - x -n „oemo a v .+fie In 2 I o C q iT rZp O eri ^ Q �p N ynf Q 2 e Qq 'i Vmj x e Q q E G .Z � M e V C V V e V C N N N N N N N N N O O ry N N (I p M O O O O O O O O p 69 6g p c d O r N c W Q 0 h - " t o o � v_ d W Z.Z. 15 M W E WW� AZU Wm w w v3i o y m W °�' 3P4 zu d ti h c KI m RI 41 0.°1 c h N° Di PA .Ec (J' �. �., 16 c° u. ° �' ��pp .-•.-1 .ate J a G—J .] J f0 r� h UN X �—.a Uv LO V L.1 N ° W m O � w w w N C�0 bF0 m W O Cp a a a a 0 In Qy C x V N Y U CFFp F < v a a < v v < < a < < N N N N N N N N N N N W m O � n P b N N C�0 bF0 m W O Cp 0 w a ti Qy C x V N Y U CFFp F h u n m `v R w�A 8 02 w N w w O 79 {C F Q F Vl N N F Q F Q C F Q F O P W v O P O T 1L C � C u P P 00 P Q P Q 00 O w a w � CO 0p EFO O r w CO W M p q EFO EFO Cep N N N N N N N N N N N N O CO ^ m � CO 0p EFO O r 0p bhp CO W M p q EFO EFO Cep x o^ 0. 0 N C y U d x x F v a o o `a a � o Ij vi fA Iti [q 3. F., w y c W ui W w vi c ti c w (� c F4 ¢ P¢ CYO CO U N O �j h aLy F P Q COOP F P¢ C P Q F P¢ P QE- dN b c� dv .1P CC CC W W M W CC � P T P P W 4) N L d d J E E U V E V E U E U c V E E E E E E E V U V U V U U _ pUp O _ FFA G yy yy pp oe vin oo�o Em v r �ry �h EQe ur rh ur �P o `�w tO ig r o �cmh w o L •1 2 v W 4) N L d d J E E U V E V E U E U c E E E E E E E V U V U V U U _ O O FFA G b O m E m a o o J L E E U V E V E U E U c rn � rn m rn m 9 _ O O FFA G b O E E E w R w' u m Q =y Y n J x z o E o E > rn Q $ u w E o Y¢ £ 6 cl o a @3 F o � jo C4 V > Ha E � av win w ti �� oti F�.w rn'a c�h w wh a3 w o o3 > _ T P > w � O N T N T O` N. P � T F` C CO � O� pT C` � T P T C C_➢ �1 N. ge' S V F y U m= v o v o —Y' m 3 m $ Q u c a '-� a 'u`. Rn' .� W m .g 'w en S m a°'.o ..i go m eu _ 3 os �vQ Por x_,02 < �wQ Napo m �P6 � �Z6 °�6 'v'6 cP Q YNj P1 f+l Q' a $• v °c o QF y?` v oo ,y'` 6— %` a p L_` _ D_ a p ��O^I 'E F m nl U 3 U -- P P P P P P P P P T P P N N a L N U V N E E E E E E U U V U V U U N E m o n U U V U V ti rn voi ri in rn rn m rn rn rn E E Nom" E E w E E E E F F H 0 0 4 4@ 5 V X 3 X c o az or G z.Nz �� vw O wz o� z.r2 cw �o r r r r r 0.V �y W W V wv3i �y sau LL1� " W W U W y N]ai o g 6. 7N h �9r N h N d"FN N N Sm &0 3m €o .oawi�. S� £'o o Z 6 '�- vi c W [xl � vi c ni c w vi w ° F .n fq [xl W '^ vi '.• vi c vi NO N N N m P O N P N P P P P P Q P a P w 4 i h Gt�l yN C^ CM W CM yry CM F^ N N N N N N N N N N N N N N N L N U V N E E E E E E U U V U V U U N E m o n U U V U V ti rn voi ri in rn rn m rn rn rn E E Nom" E E w E E E E F F H 0 0 4 4@ 5 V X 3 X c o az or G z.Nz �� vw O wz o� z.r2 cw �o r r r r r 0.V �y W W V wv3i �y sau LL1� " W W U W y N]ai o g 6. 7N h �9r N h N d"FN N N Sm &0 3m €o .oawi�. S� £'o o Z 6 '�- vi c W [xl � vi c ni c w vi w ° F .n fq [xl W '^ vi '.• vi c vi NO N N N m P O N P N P P P P P Q P a P Y C U Y Y Y � E E a E E E E E E E yy E E R E 6 E tOQ U U V FF y U U U V V U U V m c 3 3 a V� VI ^ H N O N O N N O N O O N N O N O N ^ N O N V1 O N N Y U U Y Y Y E E E E E E E E E E E E E E R E 6 E 6 E U U V U V U U U V V U U V m c 3 3 a w ao o0 o m x c m 0 g c a Y Y v E d Er vo Y m F G c 07 P] O y FO Q y m a o 0 sz 2 Fo G m � � G L_ L i OO � Gi �' V 6 O y P ryNj b .O• o_ 'v,w wt., xa ociw W a Wrn Hw � w 3 z x ¢3ti 0 0 OPQ OP¢ ON WO !n C C� V] F OPQ W Vl F OO.Q C) W w COO OPQ FP O z6 3� V OPQ PQ W D< �J p N P N N NP O + N M a b $ CC 0. N C y O F r L d O m O (Y N stn TO M vi E F a Uu ❑y 0.': 'd ❑�=o v�o r E n a E o t4 V ¢V¢ ❑rn 65 W h ¢ c7 0 00 0 E15v ° v 3vU cyU azo q� moa � w" 3 °�� Cyd 3� 3a'wBo amm Di Oz �9 Rd�eoo a�� aha c. o:€ i3h,9 3.-3 v.,3 h�F°- ��� i.i8N3 v.-3 3�°a° i3❑"N3 l� M P O N V 1p n P P P P P P P Q P P P P a A y E E U V E V E U o V E U E U E V E U E U E U E U E � c w o s r {n > y u, h ❑ � z °' �a 6 W'.^ N CGC nv � °.° ttl v 0.'v N .-, m $ CC 0. N C y O F r L d O m O (Y N stn TO M vi E F a Uu ❑y 0.': 'd ❑�=o v�o r E n a E o t4 V ¢V¢ ❑rn 65 W h ¢ c7 0 00 0 E15v ° v 3vU cyU azo q� moa � w" 3 °�� Cyd 3� 3a'wBo amm Di Oz �9 Rd�eoo a�� aha c. o:€ i3h,9 3.-3 v.,3 h�F°- ��� i.i8N3 v.-3 3�°a° i3❑"N3 l� M P O N V 1p n P P P P P P P Q P P P P U L y E E U V E V E U o V E U E U E V E U E U E U E U E � c u, h m 8 A 02o 4 $ CC 0. N C y O F r L d O m O (Y N stn TO M vi E F a Uu ❑y 0.': 'd ❑�=o v�o r E n a E o t4 V ¢V¢ ❑rn 65 W h ¢ c7 0 00 0 E15v ° v 3vU cyU azo q� moa � w" 3 °�� Cyd 3� 3a'wBo amm Di Oz �9 Rd�eoo a�� aha c. o:€ i3h,9 3.-3 v.,3 h�F°- ��� i.i8N3 v.-3 3�°a° i3❑"N3 l� M P O N V 1p n P P P P P P P Q P P P P � *- \ \ \ \ \ \ I � *- ) � City of Newport Beach SEWER MAIN LINING AND REPAIRS Contract No. 6363 NON -COLLUSION AFFIDAVIT State of California ) ) ss. Countyof i±s MICqM'FJ- ?I4Wc.H being first duly sworn, deposes and says thatile br she is "RRE�'T s I vEof YWIM yKucfF 1}ND je �5, i.�c• the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put In a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of C lifonda that the foregoing is true rl and correct. MI MZ /w-10" 4140 SoNSi /NC • � l ` L— `�L Bidder Authorized Signature/Title Subscribed and sworn to (or affirmed) before me on this day of 2015 by , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] 13 Notary Public My Commission Expires: State of California County of Los Angeles On l b � 1,L . 2016. before me_ Michael A_ Prlich_ President, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature am RDEN ALFVEGRENSSION p 7976D4p DPublic -California ?GELES COUNTY Exprtes Jun 9. 2016' (Seal) Mike Prlich and Sons Inc. 5103 Elton Street ]Baldwin Parr, California 91706 (626)813-1700 Fax (626)813-1770 RESOLUTION BY THE BOARD OF DIRECTORS OF MIKE PRLICH AND SONS INC WHEREAS, THE UNDERSIGNED BEING ALL OF THE DIRECTORS (OR A MAJORITY) OF THE ABOVE-NAMED CORPORATION, HERBY INDIVIDUALY AND COLLECTIVELY CONSENT TO THE FOLLOWING RESOLUTION: RESOLVED, THAT ANY ONE OR MORE OF THE FOLLOWING OFFICERS OF THIS CORPORATION IS HERBY AUTHORIZED TO ENTER INTO ANY CONTRACT OR EXECUTE ANY INSTUMENT IN THE NAM OF AND ON BEHALF OF THE CORPORATION. SUCH POWER IS G]ENREAL. MICHAEL A. PRLICH — PRESIDENT PETER A. SERDARUSICH SECRETARY/TRESURER RESOLVED FURTHER, THAT ANY OF THE ABOVE OFFICERS OF THIS CORPORRATION IS HERBY AUTHORIZED TO EXECUTE ANY DOUCUMENTS OR INSTURMENT ON BEHALF OF THE CORPORATION. THE UNDERSIGNED, BEING ALL OF THE DIRECTORS (OR A MAJORITY) OF THIS CORPORATION, HERBY ADOPT AND CONSET TO THE FOREGOING RESOLUTION IN LIEU OF A MEETING. . DATED: NOVEMBER 10, 2008 City of Newport Beach SEWER MAIN LINING AND REPAIRS Contract No. 6363 DESIGNATION OF SURETIES Bidder's name Mlle -* PLC.* *AID IYC-. 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): [,okan�ixciK-�. !�UKfrj &Ivo gbErC,.x 1+11 N. 13nrn Vf i} 5J SM To/ 914 5 14 City of Newport Beach SEWER MAIN LINING AND REPAIRS Contract No. 6363 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Mike Prlich and Sons, Inc. Record Last Five (5) Full Years Current Year of Record i he information requirea tor these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2016 2014 2013 2012 2011 Total 2016 No. of contracts 6.00 21.00 43.00 41.00 32.00 28.00 171.00 Total dollar Amount of Contracts (in Thousands of $) $3,529,256.51 $13,075,463 $7,907,175.33 $9,350,343.14 $7,341,517.62 $5,087,107.85 $46,380,863.45 No. of fatalities 0.00 0.00 0.00 0.00 0.00 0.00 0.00 No. of lost Workday Cases o.00 0.00 1.00 1.00 0.00 too 3.00 No. of lost workday cases involving permanent transfer to o.00 0.00 0.00 0.00 0.00 0.00 a.00 another job or termination of employment i he information requirea tor these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder Mlles Pew('4.}No So�.s >Atc.. Business Address: 5/o3 E"rv" 5r9EEr SM-cWtm Frac Of 970% Business Tel. No.: (42& /3-1700 State Contractor's License No. and Classification: Title The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 16 State of California County of Los Angeles President, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature GREGG ARDEN ALFVEGREN '/ COMMISSION # 1978040 C z � Notary Public - California Z. O LOS ANGELES COUNTY My Comm Expires Jun 9 2016 (Seal) City of Newport Beach SEWER MAIN LINING AND REPAIRS Contract No. 6363 ACKNOWLEDGEMENT OF ADDENDA Bidder's name rr/iAc�e iwuc{ 4WO /AC . The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum 4- I�IiO ,�VV40,1-.al�" S 17 �e,C,, �" *- City of Newport Beach SEWER MAIN LINING AND REPAIRS Contract No. 6363 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: IVIi4£ )&Ocrf dLee JoMf, iNc. Business Address: -6)o3 ELrmg �ii�Eer� 8*�yw„v )qzp-, Cof 9/7c(o Telephone and Fax Number: California State Contractor's License No. and Class: 74 ¢7¢ - (REQUIRED AT TIME OF AWARD) Original Date Issued: 3ILI, Q9 Expiration Date: 313111-7 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: Si00- r 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 UES, ° S r4 f 9103 E�rw.ineEEr Corporation organized under the laws of the State of 04uio2.114- W 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: NONE For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; NONE Briefly summarize the parties' claims and defenses; NONE Have you ever had a contract terminated by the owner/agency? If so, explain. 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 lab ompliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / Wel Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. MIu-f hfa-uaj4wD S�ys, iNc. Bidder Ii%/d#*el' PWuu¢ (Print name of Qwner or President of Corporation/Cgmpany) Authorized Signature n,bs, oE.vT Title V �t [n Date On before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (SEAL) Notary Public in and for said State My Commission Expires: 20 State of California County of Los Angeles On �' � ' (� , 2016, before me, Michael Am Prlich, President, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) GREGGARUENAU'VEGREN l '°`'�' COMMISSION # 1970040 O Z Notary Public California U .•p Y LOS ANGELES COUNTY MV Ccmm E,nrte.. Jun 9 2010 (Seal) City of Newport Beach SEWER MAIN LINING AND REPAIRS Contract No. 6363 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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. 6363 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: /& —//� Date / ele,g 0) J'/ /%e6JSI/ 3-(-7,7 Bidder's Telephone and Fax Numbers Bidder's License No(s). and Classification(s) Bidder's email address: PR -1 Bidder �L4wBM' Bidd is Authorized Signature and Title S I o3 rz,rD. Sr"xri FR,awiAr Apex" C4 Bidder's Address ?1 704* KS •cower SANCON ENGINEERING, INC. GENERAL ENGINEERING CONTRACTOR Tel: (714) 891-2323 STATE CONTRACTORS LICENSE #731797 Fax: (714) 891-2524 March 31, 2015 To: Whom It May Concern RE: Certification of Pipelining Experience This is to certify that Sancon is the manufacturer/owner of the Sancon CIDP process, as manufactured from commercially available CIPP resin and felt tube supplied products, which meets or exceeds the technical specifications for this particular project and is also in compliance with the provisions of the referenced standards for this project. As the certified manufacturer and licensed installer of the Cured -in -Place Pipe liner known as Sancon CIPP, Sancon performs all installations of the Sancon CIPP lining process using our own fully trained forces. Our personnel have been fully trained in the "wet out" and installation and processing procedures for the Sancon CIPP cured -in-place pipe lining system. This is to attest that Sancon has been installing quality CIPP liners since early 2000 resulting in 15 years of experience for our very experienced crews. Estimates of CIPP liner installed successfully would exceed approximately 500,000 linear feet from 6 -inch to 42 -inch diameter. Sancon Engineering, Inc, certifies that the formulation of the CIPP products that we use have not changed since original testing of physical properties and chemical resistance properties per ASTM Standards F-1216 or F-1743. We also attest that the project manager, our field superintendents and all foremen that would be assigned to this project have been with Sancon or involved with the CIPP product since the inception of our CIPP lining process in early 2000 and have a great deal of experience in the installation of CIPP similar to the CIPP lining on this particular project as can be attested by the accompanying project experience and reference sheets. We finally attest to our employee's cognizance and ability to comply with Sancon's 11PP program as well as all Federal and State OSHA regulations regarding confined space entry. Sincerely, SANCON ENGINEERING, INC. (" e., �! Chuck Parsons Vice -President 5841 Engineer Drive Huntington Beach, CA 92649 BOARD OF PUBLIC WORKS MEMBERS KEVIN JAMES PRESIDENT MONICA RODRIGUEZ VICE PRESIDENT HEATHER MARIE REPENNING PRESMENTPROTEMPORE MICHAEL R. DAVIS COMBIISSIONER JOEL F. JACINTO COMMISSIONER FERNANDO CAMPOS EXECUTIVE OFFICER Ryan Helmuth Sancon Engineering 5841 Engineer Drive Huntington Beach, CA 92649 CITY OF LOS ANGELES ERIC GARCETTI MAYOR March 2, 2016 SUBJECT: APPROVAL "SANCON CIPP" Dear Mr. Helmuth: DEPARTMENT OF PUBLIC WORKS BUREAU OF ENGINEERING GARY LEE MOORE, PE, ENV SP CITY ENGINEER 1140 S. BROADWAY, SUITE 7DO LOSANGELES, CA 80015-2213 hPPlleng.lacity.0rg This is to inform you that the "Sancon CIPP" lining system using Interplastics CORVE 8190 vinylester resin is approved for use in the City of Los Angeles public right-of-way. This approval is based on the Bureau of Engineering CIPP Approval Policy dated July 1, 2011: "Resin saturated felt CIPP products that are made from a resin that has successfully passed the pickle jar test will not be required to undergo additional pickle jar testing, provided the felt meets the specifications of ASTM D 5813, ASTM F 1216 and ASTM F1743." CORVE 8190 has successfully passed the "pickle jar" test in the past and we have received the infrared scan of this resin from you. The previous approval of Sancon CIPP using Chemtron B-9220 resin will be removed from the City's approved products database and other city design documents. The approval of Sancon CIPP is contingent upon the resin not changing and the felt continuing to meet ASTM requirements. The following properties must be attained in the field: Sancon CIPP Resin: intorplastics CORVE 8190 vinylester Felt: Applied Felts polyester Minimum Initial Flexural Modulus: 250, 000 psi Minimum Initial Tensile Strength: 3, 000 psi Minimum long term (50 -year) Flexural Modulus: 100, 000 psi This approval will expire on March 2, 2020. You may apply for a four year extension of this approval 60 days before it expires. If you have any questions, please contact Mr. Kent W. Welling at 213-485-4505 or Mr. Edward Arrington at 213.485-1694. Sincerely C Samara Ali -Ahmad, P.E. Engineer of Design Wastewater Conveyance Engineering Division Bureau of Engineering AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER I* CIPP Corporation Pipe Wall Thickness Design ASTM P1216-0711- FULLY DETERIORATED GRAVITY FLOW Using the Muratori Formula and the Bousalneeq Formula Copyloht Ocbbar3, 2001, PEC Me, Helena, Montana PROJECT: Sawel Lining -Ford RQ EVOnirg Canyon, end CaRmaala Yartl CiV.l Nenpest Beech Goad Load (WJ • (C4I(WdDJfB4) Ca= IoaO'ng coeifiGent= 1-agF2X(Dill W✓ Lova Loudon Corcuil(50 5.513 mud. I21(kp.) H= lcm above eovn of p:po {tt)= 10 lest Ba• Tmnc, Tre0d1 MdV1 (tt)• LOO Imel Mr= Wo.%esau!... lraliopmeuct= D13 E%Iemal Fla... on Pipe W= Sol Density 9bm)= 120 imp Be= Diameter f P;jm I'm a bKhes C4 • 3.513 Check Proposal TM1Ickn9sa for Allowable OonocUan of FIeaI010 Pipe Dead Load (ylJ= 2a4.a Ibm LWa Lead (INJ-(C.XPNF)IL 125000 ps1 W✓ Lova Loudon Corcuil(50 5.513 mud. C.- Lire Load Coelfidonl= 0.01 P• Wheal Load re) • 18.O0o acuml. F• Impact Factor I 1A see tabb L - Effective Length(asmme 31 3 Lha Lead(WiJ- 5313 Ibm Total Load 0116.- I.1WJ• 333.1 four E%Iemal Fla... on Pipe 0.177 Inches q.= EademM Pressure on Pipo=(r)(H.) a(R.I(W.YD. W.)D W== Vd6 fSall Lead 125000 ps1 •(YJ69(DY154• 5.513 mud. Y.• Specific Waght of Water 0Wm31= 0.0381 mw H== He!gh(of Water above lop of plpa(A)• 7.0 feel RW= We [Or Be"Wq Factor 559 - 1.tO33)(H,/11)= 0.77 Y'- So]DanVry yam)- 120 ve External Pressure on Pipe(ga)- is Iwo, Thickness Required for Buckling Pressure q.=(1m)'1(32)1R.)IS•HE•XEIXCYD1J1ua B= PON Wal SLfreess Factor =(EJ(t)112 I= f(D')((q,-NDoj I W2'(RjdraV)dFJ(C)j I= (0721)ID) 1(q,'N)al(R.)(D M(EJ(C)r" N= Salary Factor= O= OvalyFactor actor OvYry F = eon wn C= actor =(ti -Ow -O& 0.836 R== Water Buoyanae Factor= 0.77 B'= Coeffalent ofebsOcsuPPM = 160(e)(ef-06511)g • 0.324 [Mentors formula. kench w cfl o., fl.b!e pipe, Eq..b.n 9.5. G.S S.D.C., p. 1711 (KV • 0.13 dldl comMmn. 0.19 proecdoo conl6anj (W. use 120 to 1251Wdif no dela eoarab!ej [SoulVnesgb Formula, imeorM.Ol by HON I IG.8 &D.C.] (G.S.S.D.C.) Hhms 125000 ps1 IEL- 50% of Shen Term Modukrs) 0.11 E= I:odu5no15a1Readgn(ps)= 1,000 psi e=1,000(orso5meebngmdi5ansfnwWo: ='. SOP= calcined Mo VIA. Wall Thidmoss= 559 or as.pacified SCI COMM Mlnlmum Wall Thick....(1)• 0.143 Inches or 3.63 mm (HVEraotc, Soil, and U. Load Pressures] Ra1'roatls Ftll H1. Ire ed Factor O core! 1.9 10'mvar 1.0 (Presale for oil a to 10) Klima -ASCE Mem ala end Enokm,ung Prude. No. 60. Oar of Pmcg No. FP5, AMA StmdaM les Fmegless mice. Amedmn Nat on al Std. I ASTM F121"n ala. %1.3, Fully Deftmeremd Gravity Ppm Con llklml (Sell 6lerslon bad cowl to bucMmg suergm of odium ned, newb!e 0% -V-9 modlad Timoshenko, Ma Rued (es "Arty, buoyancy, aM alas9cily, and assuming noreampresVbl. pipe bedding (s=D.6)j t0= (Mean Dianutw-Kn Oiamme*014an Mamawr) EL= Long -Tera ModurusafElastiGry= 125000 ps1 IEL- 50% of Shen Term Modukrs) 0.11 E= I:odu5no15a1Readgn(ps)= 1,000 psi e=1,000(orso5meebngmdi5ansfnwWo: SO:ICIass Com actio SOP= calcined Mo VIA. Wall Thidmoss= 559 or as.pacified SCI COMM Mlnlmum Wall Thick....(1)• 0.143 Inches or 3.63 mm SC2 65% Recommended Wall Thickness (1) • 0.177 Inches or 4 $ mm SC3 0015 WA 95% NOM See ASTM3B3&944. Check Proposal TM1Ickn9sa for Allowable OonocUan of FIeaI010 Pipe y• Id3%K)(W.eWJ(l)XO. r=(O2) SDR -M EI-EL(1sY12 Wsy=W^, Ire (D%K)fWw)YIE1Ai.5j(SOR1).(0.081)(E)I (Modmad IOxa Farm,.. Equator, 0.17, G.S.S.D.C., F. 2101 Of- don.4on We factor= 1.50 K= bodd'rlgtac!m= 0.11 Wm= Iosdmu0x-se w*Ipipa= 28.18 lose EL, Leno-Term ModuOus of Ewetkuy 126,000 psi SOP= calcined Mo VIA. Wall Thidmoss= 559 SDR =proposed= 4S2 (usadfordsBecuonehecq y= deneafimn (Inches) 0.0751 Intres y(%)= deff.Wn dNded by 2amalar• 0.94% Typ'caly OX if lass awn 5% Check Proposed Thickness for Minimum Thleknoss Requirement (ASTM 121ll Eqn XI A FPS) E- Initial modulus of eiasadry• T50000 E112(SOR) s.= lo -lbs. 0.228 Cher it omawr Nan 0.093 SEWER MAIN LINING AND REPAIRS CONTRACT NO. 6363 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 14th day of June, 2016 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and MIKE PRLICH & SONS, INC., a California corporation ("Contractor"), whose address is 5103 Elton Street, Baldwin Park, CA 91706, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: In order to construct the sewer improvements as shown on the plans, it is understood that the Contractor will need to remove and dispose of and/or replace existing public and private improvements within the vicinity of the work area. The removal and/or replacement will include, but not be limited to, portions of rear property line walls/fencing, chain link fencing, wood fencing, portions of the side yard walls/fencing, trees, landscaping, irrigation, debris, weeds, trash and selective removal/ replacement of private yard's landscaping, hardscaping and irrigation improvements. The City has coordinated with the owners of the private properties in advance of this work. However, the Contractor will need to coordinate with the residents before any work with in the properties including demolition. The Contractor shall keep the work area to a minimum and keep the area clear and minimized disruptions to that which is absolutely required to perform the work. The work necessary for the completion of this contract consists of (1) distributing construction notices to affected residents; (2) construction surveying; (3) removing existing P.C.C. pavement, sidewalk, curb and hardscaping, landscaping and irrigation as needed for new work; (4) constructing sewer improvements including manholes, laterals and cleanouts; (5) constructing sidewalks, P.C.C. pavement, curb, etc.; (6) replacing private yard's landscaping, hardscaping and irrigation improvements; (7) hydro -cleaning existing sewer mains; (8) lining existing sewer main; (9) re -opening existing service lateral; (10) construct entry and exit pits for pipe jacking; (11) install sewer main using pipe jacking methods; (12) remove existing brick drop manhole; (13) plugging or bypassing existing sewers (14) all other incidental items to be completed in place required by the Plans and Specifications (the "Project" or "Work"). In addition the Contractor shall comply with the following: 1. All contacts with the individual residents shall include a City representative. 2. The Contractor will not request the use of the individual properties water or power during the course of its work. 3. The Contractor will not access the work area through the front of the residences, unless otherwise directed by the Engineer. 4. The yards shall be secured from both visual and physical intrusion by means of screened fencing in conjunction with the work. 5. All individual yard fencing, walls and/or gates, shall be restored to a condition equal to or better than that which existed prior to the start of work. 6. The Contractor will restore/replace all hardscaping, landscaping and irrigation improvements to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in these specifications. The Contractor is required to restore and/or replace all yard improvements damaged or removed by the Contractor during the course of its work, unless otherwise provided for on the plans, these specifications or as directed by the Engineer. Therefore, the Contractor shall include in its Lump Sum bid for each individual lot's Removal & Reestablishment, all work that does not have its own bid item that it deems necessary to be removed and replaced or protected in place, and to restore that individual lot to as close to original as possible. In addition, the Contractor shall include protective measures required for each lot within its Lump Sum bid. The Contractor shall not include work that is provided with its own bid item. The successful Contractor will be required to provide a complete breakdown of the Lump Sum bid for each lot for payment purposes. The breakdown shall be provided before the first payment request is submitted. No payment will be made until this requirement is met and approved by the City. (All items in this Recital B shall collectively be referred to as the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 6363, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto Mike Prlich & Sons, Inc. Page 2 (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Five Hundred Eighty Eight Thousand Seven Hundred Seventy Five Dollars ($588,775.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Lonny Laven to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the Mike Prlich & Sons, Inc. Page 3 authority to act for City under this Contract. represent City in all matters pertaining to Contract. 6. NOTICE OF CLAIMS The Project Administrator or designee shall the Work to be rendered pursuant to this Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Michael Prlich Mike Prlich & Sons, Inc. 5103 Elton Street Baldwin Park, CA 91706 INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are Mike Prlich & Sons, Inc. Page 4 limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority' of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 11. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. Mike Prlich & Sons, Inc. Page 5 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Mike Prlich & Sons, Inc. Page 6 Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project and/or Services, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees, volunteers and any person or entity owning or otherwise in legal control of the property upon which Consultant performs the Project and/or Services contemplated by this Agreement (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original Mike Prlich & Sons, Inc. Page 7 condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably Mike Prlich & Sons, Inc. Page 8 required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting parry written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. Mike Prlich & Sons, Inc. Page 9 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Mike Prlich & Sons, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEYIS OFFICE Aaron C. Harp City Attorney ATTEST: 7 Date: �o CITY OF NEWPORT BEACH, a California municipal corporat Date: 1 '- 1 By I I . CONTRACTOR: Mike Prlich & Sons, Inc., a California corporation Date: By: djmU )t "-,'-"By: V "` z Leilani I. Brown Michael A. Prlich City Clerk President [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B - Faithful Performance Bond Exhibit C — Insurance Requirements Mike Prlich & Sons, Inc. Page 11 MIKE PRLICH & SONS, INC. 5103 Elton Street Baldwin Park, CA 91706 Tel 626/813-1700 Fax. 626/813-1700 License No. A-760474 RESOLUTION BY THE BOARD OF DIRECTORS OF MIKE PRLICH & SONS, INC. WHEREAS, The undersigned being all of the directors (or a majority) of the above-named corporation, hereby individually and collectively consent to the following: RESOLVED, That any one or more of the following officers of this Corporation is hereby authorized to enter into any contract or execute any instrument in the name of and on behalf of the corporation. Such power is general MICHAEL A. PRLICH —PRESIDENT MILDA Y. GANDASETIAWAN — SECRETARY/TREASURER & CHIEF FINANCIAL OFFICER RESOLVED FURTHER, That any of the above officers of this Corporation is hereby authorized to execute any documents or instrument on behalf of the Corporation. The undersigned, being all of the directors (or a majority) of this Corporation, hereby adopt and consent to the foregoing resolution in lieu o eeting. DATED: May 18, 2016 Di. �Q 7;1( - President D i r e c't'q"r Secreta /Treasurer THE FINAL PREMIUM IS Issued in two (2) PREDICATED ON THE FINAL CONTRACT AMOUNT original counterparts. EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 72BCSHL2343 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Mike Prlich & Sons, Inc. hereinafter designated as the "Principal," a contract as follows:' In order to construct the sewer improvements as shown on the plans, it is understood that the Contractor will need to remove and dispose of and/or replace existing public and private improvements within the vicinity of the work area. The removal and/or replacement will include, but not be limited to, portions of rear property line walls/fencing, chain link fencing, wood fencing, portions of the side yard walls/fencing, trees, landscaping, irrigation, debris, weeds, trash and selective removal/ replacement of private yards` landscaping, hardscaping and irrigation improvements. The City has coordinated with the owners of the private properties in advance of this work. However, the Contractor will need to coordinate with the residents of all such private properties before any work with in the properties including demolition. The Contractor shall keep the work area to a minimum, keep the area clear, and minimize disruptions to that which is absolutely required to perform the work. The work necessary for the completion of this contract consists of (1) distributing construction notices to affected residents; (2) construction surveying; (3) removing existing P.C.C. pavement, sidewalk, curb and hardscaping, landscaping and irrigation as needed for new work; (4) constructing sewer improvements including manholes, laterals and cleanouts; (5) constructing sidewalks, P.C.C. pavement, curb, etc.; (6) replacing private yards' landscaping, hardscaping and irrigation improvements; (7) hydro -cleaning existing sewer mains; (8) lining existing sewer main; (9) re -opening existing service lateral; (10) construct entry and exit pits for pipe jacking; (11) install sewer main using pipe jacking methods; (12) remove existing brick drop manhole; (13) plugging or bypassing existing sewers (14) all other incidental items to be completed in place required by the plans and specifications. 'Sewer Main Lining and Repairs, Contract No. 6363 In addition the Contractor shall comply with the following: 1. All contacts with the individual residents shall include a City representative. 2. The Contractor will not request the use of the individual properties water or power during the course of its work. 3. The Contractor will not access the work area through the front of the residences, unless otherwise directed by the Engineer. 4. The yards shall be secured from both visual and physical intrusion by means of screened fencing in conjunction with the work. 5. All individual yard fencing, walls and/or gates, shall be restored to a condition equal to or better than that which existed prior to the start of work. Mike Prlich & Sons, Inc. Page A-1 6. The Contractor will restore/replace all hardscaping, landscaping and irrigation improvements to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in these specifications. The Contractor is required to restore and/or replace all yard improvements damaged or removed by the Contractor during the course of its work, unless otherwise provided for on the plans, these specifications or as directed by the Engineer. Therefore, the Contractor shall include in its Lump Sum bid for each individual lot's Removal & Reestablishment, all work that does not have its own bid item that it deems necessary to be removed and replaced or protected in place and to restore that individual lot to as close to original as possible. In addition, the Contractor shall include protective measures required for each. lot within its Lump Sum bid. The Contractor shall not include work that is provided with its own bid item. The successful Contractor will be required to provide a complete breakdown of the Lump Sum bid for each lot for payment purposes. The breakdown shall be provided before the first payment request is submitted. No payment will be made until this requirement is met and approved by the City. (All items in this Recital B shall collectively be referred to as the `Project' or "Work"), in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Hartford Fire Insurance company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Eighty Eight Thousand Seven Hundred Seventy Five Dollars ($588,775.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce Mike Priich & Sons, Inc. v Page A-2 the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 20th day of June , 2016 . Mike Prlich & Sons, Inc. Name of Contractor (Principal) Authorized SignaturetTitle Michael A. Pdich, President Hartford Fire Insurance Company Name of Surety Authorized Age ignature 155 North Lake Avenue, 8th Floor, Suite 849, Pasadena, CA 91101 Arturo Ayala, Attorney -in -Fact Address of Surety Print Name and Title (714)674-1200 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: j By: 7--)mV1 W' Aaron C. Harp v1�8 City Attorney NOTARYACKNOXEDGMENTS OF CONTRACTOR AND SURETY MUST BEA TTACHED Mike Prlich & Sons, Inc. Page A-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } SS. On June 201h 2016 before me, Arturo Ayala Notary Public, personally appeared Michael A. Prlich who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herltheir authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under foregoing paragraph is true and correct. WITNESS my hand and official seal. - 7 Signature Arturo Ayala the laws of the State of California that the ,�=_�.,. ARTURO AYAA COMM.#2052517 a :-� :i � „Notary Pu6licCalifornia tt ORANGE COUNTY a •` My Comm. Ezpire iJ .10, 20111 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of orange } ss. On June 20th 2016 before me, Susan Pugh Notary Public, personally appeared Arturo Ayala proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. N 'Y y Signaturesen Pugh (seal) Mike Prlich & Sons, Inc. Page A-4 Bond No. 72BCSHL2343 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY one Hartford Plaza Hartford, Connecticut 06155 email: bond.claims@thehartford.com call: 888-266-3488 1 fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 72-181009 © Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized underthe laws of the State of Connecticut 0 Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut (hereinafter collectively referred to as the "Companies") do hereby make, cons up to the amount of Unlimited Arturo Ayala, Shaunna Burchfiel, Michael Castaneda, Daniel Huckabay, Dwight Reilly, Andrew Waterbury of ORANGE, California their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign Its name as surely(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009, the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. lull ',Vna:, ucwe181[n„,�i.J:T s• t9•0T fill ,�'. +�; '•�ae.r.y•n•rv.yN• !` k7C e LAM +� ! John Gray, Assistant Secretary STATE OF CONN ECTICUT) Ss. Hartford } COUNTY OF HARTFORD ii M. Ross Fisher, Vice President On this 12th day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly swom, did depose and say: that he resides in the County of Hartford, Stale of Connecticut; that he Is the Vice President of the Companies, the corporations described in and which executed the above Instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. `"4" Au "' � > T �,tn�•. a to Katldeen T. Maynard CERTIFICATE NotaryPublic My Commission Expires July 31, 2016 I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of June 20th, 2016 Signed and sealed at the City of Hartford. .ylylyJ ' N•y+ ::�4. a ��rsi""P/ e�J4 �';F 1Y.J Y \ +y :� «uo.• h a 1” lYtl; 9aa, SAr4 a 101 9 S / �wwrN `aa YJYN l l } a Ms,nM- -ate.-:, Kevin Heckman, Assistant Vice President POA 2012 THE FINAL PREMIUM IS Issued in two (2) PREDICATED ON THE original counterparts. FINALCONTRACTAMOUNT Premium: $5,900.00 (EXHIBIT B CITY OF NEWPORT BEACH BOND NO.72BGSHL2343 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5,900.00 , being at the rate of $ 10.02 per thousand of the Contract price, WHEREAS, the City of Newport Beach, State of California, has awarded to Mike Pdich a sons, Inc. hereinafter designated as the "Principal," a contract as follows:' In order to construct the sewer improvements as shown on the plans, it is understood that the Contractor will need to remove and dispose of and/or replace existing public and private improvements within the vicinity of the work area. The removal and/or replacement will include, but not be limited to, portions of rear property line walls/fencing, chain link fencing, wood fencing, portions of the side yard walls/fencing, trees, landscaping, irrigation, debris, weeds, trash and selective removal/ replacement of private yards' landscaping, hardscaping and irrigation improvements. The City has coordinated with the owners of the private properties in advance of this work. However, the Contractor will need to coordinate with the residents of all such private properties before any work with in the properties including demolition. The Contractor shall keep the work area to a minimum, keep the area clear, and minimize disruptions to that which is absolutely required to perform the work. The work necessary for the completion of this contract consists of (1) distributing construction notices to affected residents; (2) construction surveying; (3) removing existing P.C.C. pavement, sidewalk, curb and hardscaping, landscaping and irrigation as needed for new work; (4) constructing sewer improvements including manholes, laterals and cleanouts; (5) constructing sidewalks, P.C.C. pavement, curb, etc.; (6) replacing private yards' landscaping, hardscaping and irrigation improvements; (7) hydro -cleaning existing sewer mains; (S) lining existing sewer main; (9) re -opening existing service lateral; (10) construct entry and exit pits for pipe jacking; (11) install sewer main using pipe jacking methods; (12) remove existing brick drop manhole; (13) plugging or bypassing existing sewers (14) all other incidental items to be completed in place required by the plans and specifications. `Sewer Main Lining and Repairs, Contract No. 6363 In addition the Contractor shall comply with the following: 1. All contacts with the individual residents shall include a City representative. 2. The Contractor will not request the use of the individual properties water or power during the course of its work. 3. The Contractor will not access the work area through the front of the residences, unless otherwise directed by the Engineer. 4. The yards shall be secured from both visual and physical intrusion by means of screened fencing in conjunction with the work. Mike Prlich & Sons, Inc, Page B-1 5. All individual yard fencing, walls and/or gates, shall be restored to a condition equal to or better than that which existed prior to the start of work. 6. The Contractor will restore/replace all hardscaping, landscaping and irrigation improvements to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in these specifications. The Contractor is required to restore and/or replace all yard improvements damaged or removed by the Contractor during the course of its work, unless otherwise provided for on the plans, these specifications or as directed by the Engineer. Therefore, the Contractor shall include in its Lump Sum bid for each individual lot's Removal & Reestablishment, all work that does not have its own bid Item that it deems necessary to be removed and replaced or protected in place and to restore that individual lot to as close to original as possible. In addition, the Contractor shall include protective measures required for each lot within its Lump Sum bid. The Contractor shall not include work that is provided with its own bid item. The successful Contractor will be required to provide a complete breakdown of the Lump Sum bid for each lot for payment purposes. The breakdown shall be provided before the first payment request is submitted. No payment will be made until this requirement is met and approved by the City. (All items in this Recital B shall collectively be referred to as the "Project" or "Work"), in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Hartford Fre Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Eighty Eight Thousand Seven Hundred Seventy Five Dollars ($588,775.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. Mike Prlich & Sons, Inc. Page B-2 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal In full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 20th day of June ,2016 . Mike Pdich & Sons, Inc. Name of Contractor (Principal) Hartford Fire Insurance Company Name of Surety 155 North Lake Avenue, 8th Floor, Suite 849, Pasadena, CA 91101 Arturo Ayala, Attomey-in-Fact Address of Surety Print Name and Title (714)674-1200 Telephone APPROVED AS TO FORM: CITY TORN 'Y'S OFFICE Date: By:���A VOd-- Aaron C. Harp Ai City Attorney NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Prlich, President Mike Prlich & Sons, Inc. Page B-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } ss. On June 20th 2016 before me, Arturo Ayala Notary Public, personally appeared Michael A. Prlich who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Signature Arturo Ayala v (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } SS. On June 20th 2016 before me, Susan Pugh Notary Public, personally appeared Arturo Ayala proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal ppyyyyAA�� 'nid C Signhire Susan Pugh °'K (seal) Mike Prlich & Sons, Inc. Page 8-4 ARTURO AYALA WITNESS my hand and official seal. 205251.7 Np otaryMh#ic-rnia ORANG'COUNTY LL Signature Arturo Ayala v (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } SS. On June 20th 2016 before me, Susan Pugh Notary Public, personally appeared Arturo Ayala proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal ppyyyyAA�� 'nid C Signhire Susan Pugh °'K (seal) Mike Prlich & Sons, Inc. Page 8-4 Bond No. 72BCSHL2343 Direct InquiriestClaims to: POWER OF ATTOT _ E THE HARTFORD �Y�V/ ju�nV� Bond T-12 One Hartford Plaza Hartford, Connecticut 06155 email: bond.claims@thehartford.com call: 888-266-3488 1 fax: 860-757.5835 _KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 72 -181009 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Q Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Q Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Q Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Q Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint up to the amount of Unlimited Arturo Ayala, Shaunna Burchfiel, Michael Castaneda, Daniel Huckabay, Dwight Reilly, Andrew Waterbury of ORANGE, California their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009, the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. Sb�r �W4 r� :\rix �4itrs, rtax+ s °year'.• ,9° 8 3? . � �" t 1 u �� .ax+• l:�.te7t � 1tY4. • 14Tt +e,+'T - t/. '�J ,,N °xa` st+° } h\rna•S •'1i•+.rnv�///''??L. John Gray, Assistant Secretary STATE OF CONNECTICUT COUNTY OF HARTFORD ss. Hartford M. Ross Fisher, Vice President On this 12th day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. �.wThte�,�a Kathleen T. Mayard CERTWCATE Notary Public My Commission Expires July 31, 2016 I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still In full force effective as of ,lune 20th, 2016 Signed and sealed at the City of Hartford. ®r- -1 �sr�':g10' .r9�t,�N•tl h4/4\l ik,iN' Kevin Hackman, Assistant Vice President POA 2012 Hl±, HARTFORD Claims Inquiries Notice Hartford Fire Insurance Company Hartford Casualty Insurance Company Hartford Accident and Indemnity Company Hartford Underwriters Insurance Company Twin City Insurance Company Hartford Insurance Company of Illinois Hartford Insurance Company of the Midwest Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Number: Fax — Claims E-mail Mailing Address Claims Inquiries Notice 2003 888-266-3488 860-757-5835 or 860-547-8265 claims(Z 1stepsurety.com The Hartford BOND, T-4 690 Asylum Avenue Hartford, CT 06115 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 6/24/16 Dept./Contact Received From: _ Raymund Date Completed: 6/30/16 Sent to: Raymund By: Alicia Company/Person required to have certificate: Mike Prlich & Sons Type of contract: Public Works I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 811/15-8/1/16 A. INSURANCE COMPANY: Valley Forge Insurance Company B. AM BEST RATING (A-: VII or greater): A: XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? 1M/2M/2M E. ADDITIONAL INSURED ENDORSEMENT — please attach N Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must (What is limits provided?) include): Is it included? (completed Operations status does F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND G. HIRED AND NON -OWNED AUTO ONLY: COMPLETED OPERATIONS ENDORSEMENT (completed H. NOTICE OF CANCELLATION: Operations status does not apply to Waste Haulers) N Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? N Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? N Yes ❑ No J. CAUTIONI (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes N No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): N N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No H. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 8/1/15-8/1/16 A. INSURANCE COMPANY: HDI—Global Insurance Company B. AM BEST RATING (A-: VII or greater) A: XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1M E. LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): N N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A N Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No IH. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 8/1/15-8/1/16 A. INSURANCE COMPANY: HDI—Global Insurance Company B. AM BEST RATING (A-: VII or greater): A: XV C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: ( - Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 6/30/16 Date ® Yes ❑ No ® Yes ❑ No 1M ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. City of Newport Beach SEWER MAIN LINING AND REPAIRS Contract No. 6363 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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. 6363 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: S —/& —/4 - Date pp (W 4,) 78%Ga6Jj?/3-I-7-70 Bidder's Telephone and Fax Numbers -76&4-74--4 Bidder's License No(s). and Classification(s) Bidder's email address: AM V4( kf PrL mil ¢wo Ya rs, /�G. Bidder (� Bidd is Authorized Signature and Title 5I o3 rz-rv. 17�r�wjyC4 Bidder's Address `%r 7OC., lrc res -cower City of Newport Beach Page 1 SEWER MAINLINING AND REPAIRS (C-6363), bidding on May 18, 2016 10:00 AM (Pacific) Bid Results Bidder Details Vendor Name Mike Prlich and Sans, Inc. Address 5103 Elton Street Baldwin Park, CA 91706 United States j Respondee Lonny Laven Respondee Title Estimator Phone 626-813-1700 Ext. Email bids@mikeprlichandsons.com Vendor Type License # CA DIR Bid Detail Bid Format Electronic Submitted May 18, 2016 9:53:27 AM (Pacific) Delivery Method Bid Responsive Yes Bid Status Submitted Confirmation # 80391 Ranking 0 Respondee Comment Buyer Comment i Attachments File Title File Name File Type Mike Prlich and Sons, Inc Bid Package & Subcontractors Bid Package Newport Beach Sewer Main Lining and General Attachment Qualification Repairs.pdf Mike Prlich and Sons Bid Bond Bid Bond - Newport Beach Sewer Main Lining and Bid Bond Repalrs.pdf Line Items Type Item Code UOM Qty Unit Price Line Total Comment Section 1 1 MOBILIZATION AND DEMOBILIZATION Lump Sum 1 $40,000.00 $40,000.00 2 TRAFFIC CONTROL li Lump Sum 1 $25,000.00 $25,000.00 3 SURVEYING SERVICES Lump Sum 1 $15,000.00 $15,000.00 4 CLEAN AND PROVIDE PRELIMINARY INSPECTION OF EXISTING SEWER Per Linear 700 $12.00 $8,400.00 Foot City of Newport Beach SEWER MAINLINING AND REPAIRS (C-6363), bidding on May 18, 2016 10:00 AM (Pacific) Bid Results Type Item Code UOM City Unit Price Line Total Comment 5 INSTALL CURED -IN-PLACE PIPE LINING WITHIN EXISTING SEWER Per Linear 700 $102.00 $71,400.00 Foot 6 RE- ESTABLISH EXISTING SERVICE LATERAL Each 1 $2,500.00 $2,500.00 7 GRIND PROTRUDING LATERAL FLUSH WITH THE EXISTING SEWER'S INTERIOR PRIOR TO INSERTION OF THE LINER Each 1 $1,500.00 $1,500.00 8 ABANDON EXISTING MANHOLE Each 1 $5,000.00 $5,000.00 9 JOIN EXISTING SEWER PIPE WITH MISSION FLEX -SEAL COUPLING Each 2 $1,000.00 $2,000.00 10 FURNISH AND INSTALL 48" DIA MANHOLE Each 1 $22,500.00 $22,500.00 11 FURNISH AND INSTALL 48" DIA DROP MANHOLE Each 1 $35,000.00 $35,000.00 12 FURNISH AND INSTALL 8" HDPE (DR -17) SEWER BY HORIZONTAL DIRECTIONAL DRILLING METHODS Per Linear 170 $500.00 $85,000.00 Foot 13 CONSTRUCT HORIZONTAL DIRECTIONAL DRILLING JACKING AND RECEIVING SHAFTS Lump Sum 1 $15,000.00 $15,000.00 14 FURNISH AND INSTALL 8" HDPE (DR -17) SEWER INCLUDING FITTINGS BY OPEN CUT METHODS Per Linear 25 $500.00 $12,500.00 Foot 15 FURNISH AND INSTALL 4" PVC SDR -35 SEWER LATERAL AND CLEANOUT INCLUDING FITTINGS BY OPEN CUT METHODS Per Linear 70 $800.00 $56,000.00 Foot 16 REMOVE EXISTING WELDED STEEL PIPE DROP INLET AND BRICK DROP MANHOLE Each 1 $5,000.00 $5,000.00 17 REMOVE AND CONSTRUCT P.C.C. TYPE A CURB AND GUTTER PER CNB- 182-L Per Linear 10 $200.00 $2,000.00 Foot 18 REMOVE AND CONSTRUCT 4" THICK P.C.C. SIDEWALK PER CNB -1 80-L Per Square 65 $175.00 $11,375.00 Foot j;,, .,i'. Inc Page 2 City of Newport Beach SEWER MAINLINING AND REPAIRS (C-6363), bidding on May 18, 2016 10:00 AM (Pacific) Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 19 CONSTRUCT PAVEMENT RESTORATION PER CNB STD -105-L Subcontractors Name &Address Description License Num Amount Type Manhole Construction Per Square 35 $100.00 $3,500.00 Foot 35246 Antelope Road 20 REMOVE EXISTING WELDED STEEL PIPE (WSP) United States Per Linear 40 $100.00 $4,000.00 CIPP Lining and Manhole Lining Polyurethane 731797 Foot 5841 Engineer Dr. 21 LANDSCAPING AND IRRIGATION FOR 730 ST JAMES PLACE United States Lump Sum 1 $5,000.00 $5,000.00 22 LANDSCAPING, HARDSCAPING AND IRRIGATION FOR 724 ST JAMES PLACE Jacking Lump Sum 1 $5,000.00 $5,000.00 23 PROVIDE BYPASSING OF EXISTING SEWER FLOWS Chino, CA 91710 Lump Sum 1 $65,000.00 $65,000.00 24 CUT AND PLUG ENDS OF EXISTING SEWER Each 8 $1,450.00 $11,600.00 25 REMOVE AND RECONSTRUCT INTERFERING PORTIONS OF WALL IN KIND PER SSPWC STD. PLAN 601-3 Per Linear 40 $500.00 $20,000.00 Foot 26 ABANDON EXISTING SEWER PIPE IN PLACE. FILL WITH SAND -CEMENT SLURRY Per Cubic 3 $2,000.00 $6,000.00 Yard 27 PROVIDE AS -BUILT PLANS (AND DBE CERTIFICATION IF APPLICABLE) Lump Sum 1 $3,500.00 $3,500.00 28 PROVIDE ALLOWANCE FOR UNFORESEEN CONDITIONS Lump Sum 1 $50,000.00 $50,000.00 Subtotal $588,775.00 Total $588,775.00 Subcontractors Name &Address Description License Num Amount Type Manhole Construction Manhole Construction 445161 $6,200.00 Speacilist, Inc. 35246 Antelope Road Murrieta, CA 92563 United States Sancon Engineering CIPP Lining and Manhole Lining Polyurethane 731797 $47,000.00 DGS 5841 Engineer Dr. Huntington Beach, CA 92649 United States Golden State Boring & Pipe Pipe Jacking/Boring 678500 $35,000.00 Jacking 7000 Merril Avenue Box 40 Chino, CA 91710 United States Page 3 ;111-31161TI[S]1.721"91=I7_1-4961:40111 INDEX FOR SEWER MAIN LINING AND REPAIRS SPECIAL PROVISIONS MASTER FORMAL CONTRACT CONTRACT NO. 6363 IFNDPARTI -GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Line and Grade SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION S - UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE 1 1 1 2 2 3 3 3 3 3 3 4 4 4 4 4 4 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK S 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-7.2 Working Days 5 6-7.4 Working Hours 6 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7 7-1.2 Temporary Utility Services 7 7-7 COOPERATION AND COLLATERAL WORK 7 7-8 WORK SITE MAINTENANCE 7 7-8.4.3 Storage of Equipment and Materials in Public Streets 8 7-8.6 Water Pollution Control 8 7-8.6.2 Best Management Practices (BMPs) 8 7-8.6.4 Dewatering 9 7-8.7.2 Steel Plates 9 7-10 PUBLIC CONVENIENCE AND SAFETY 9 7-10.1 Traffic and Access 9 7-10.3 Street Closures, Detours and Barricades 10 7-10.4 Safety 11 7-10.4.1 Safety Orders 11 7-10.5 "No Parking" Signs 11 7-10.6 Notices to Residents 11-1-2 7-10.7 Street Sweeping Signs and Parking Meters 12 7-15 CONTRACTOR'S LICENSES 12 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS 12 7-19 SEWER FLOW BY-PASS SYSTEM 13 7-19.1 General 13 7-19.1.1 Minimum Flow Objectives 13 7-19.1.2 Requirements 14 7-19.1.3 Existing Wastewater Flows 14 7-19.1.4 Submittals 14 7-19.1.5 Job Conditions 15 7-19.2 Products 15 7-19.2.1Materials 15 7-19.3 Execution 16 7-19.3.1 General 16 7-19.3.2 Damages 17 7-19.4 Payment 17 SECTION 9 - MEASUREMENT AND PAYMENT 18 9-3 PAYMENT 18 9-3.1 General 18 9-3.2 Partial and Final Payment. 23 PART 2 - CONSTRUCTION MATERIALS 24 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 24 201-1 PORTLAND CEMENT CONCRETE 24 201-1.1 Requirements 24 201-1.1.2 Concrete Specified by Class and Alternate Class 24 201-2 REINFORCEMENT FOR CONCRETE 24 201-2.2 Steel Reinforcement 24 201-2.2.1 Reinforcing Steel 24 201-7 NON -MASONRY GROUT 24 201-7.2 Quick Setting Grout 24 SECTION 203— BITUMINOUS MATERIALS 24 203-5 EMULSION -AGGREGATE SLURRY 24 203-5.2 Materials 24 203-5.3 Composition and Grading 25 203-6 ASPHALT CONCRETE 25 203-6.4 Asphalt Concrete Mixtures 25 203-6-4.3 Composition of Grading 25 SECTION 207 - PIPE 25 207-2 REINFORCED CONCRETE PIPE (RCP) 25 207-2.1 General 25 207-2.5 Joints 25 SECTION 214 - PAVEMENT MARKERS 26 214-4 NONREFLECTIVE PAVEMENT MARKERS 26 214-5 REFLECTIVE PAVEMENT MARKERS 26 PART 3 - CONSTRUCTION METHODS 26 SECTION 300 - EARTHWORK 26 300-1 CLEARING AND GRUBBING 26 300-1.3 Removal and Disposal of Materials 26 300-1.3.1 General 26 300-1.3.2 Requirements 27 300-1.5 Solid Waste Diversion 27 SECTION 302 - ROADWAY SURFACING 27 302-4 EMULSION -AGGREGATE SLURRY 27 302-4.3 Application 27 302-4.3.1 General 27 302-4.3.2 Spreading 27 302-4.3.3 Field Sampling 28 302-5 ASPHALT CONCRETE PAVEMENT 28 302-5.1 General 28 302-5.4 Tack Coat 28 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 28 302-6.6 Curing 28 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 29 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 29 303-5.1 Requirements 29 303-5.1.1 General 29 303-5.5 Finishing 29 303-5.5.1 General 29 303-5.5.2 Curb 29 303-5.5.4 Gutter 29 SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 29 307-17 TRAFFIC SIGNAL CONSTRUCTION 29 307-17.7 Vehicle Detectors 29 307-17.7.3 Inductive Loop Detectors 29 SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 30 308-1 General 30 SECTION 310 - PAINTING 31 310-5 PAINTING VARIOUS SURFACES 31 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 31 310-5.6.6 Preparation of Existing Surfaces 31 310-5.6.7 Layout, Alignment, and Spotting 31 310-5.6.8 Application of Paint 31 310-5.6.11 Pavement Markers 32 SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 32 312-1 PLACEMENT 32 PART 4 33 SECTION 400 - ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, 33 PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 33 400-2 UNTREATED BASE MATERIALS 33 400-2.1 General [iii] 33 400-2.1.1 Requirements 33 PARTS 33 SECTION 500— PIPELINE, MANHOLE AND STRUCTURE REHABILITATION 33 500-1 PIPELINE REHABILITATION. 33 500-1.1 Requirements. 33 500-1.1.1 General. 33 500-1.1.4 Cleaning and Preliminary Inspection. 34 500-1.1.5 Television Inspection. 35 500-1.1.7 Miscellaneous. 35 500-1.1.9 Measurement and Payment. 36 500-1.2 Pipeline Point Repair/ Replacement. 36 500-1.2.1 General. 37 500-1.2.2 Materials. 37 500-1.2.3 Excavation. 38 500-1.2.6 Installation and Field Inspection. 38 500-1.3 High -Density Polyethylene (HDPE) Solid -Wall Pipe Liner. 38 500-1.4 Cured in- Place (CIPP Liner). 38 500-1.4.2 Material Composition and Testing. 38 500-1.4.3 Resin and Tube Acceptance. 39 500-1.4.4 Chemical Resistance 39 500-1.4.5 Installation 39 500-1.4.6 Curing 39 500-1.5 PVC Pipe Lining System. 40 500-1.7 Deformed / Re-formed HDPE Pipe Liner. 40 500-1.8 CCFRPM Liner Pipe. 40 500-1.9 External In -Place Wrap. 40 500-1.10 Folded and Re-formed PVC Pipe Liner. 40 500-1.10.2 Type A Folded and Re-formed PVC Liner. 40 500-1.10.3 Type B Folded and Re- formed PVC Liner. 41 500-1.10.4 End Seals 41 500-1.11 HDPE Spirally -Wound Profile Wall Liner Pipe. 42 500-1.12 Polyvinyl Chloride (PVC) Closed Profile Liner Pipe. 42 500-1.13 Spiral Wound Polyvinyl Chloride (PVC) Pipe Liner. 42 500-2.2 Requirements. 42 500-2.2.1 Installer Qualifications. 42 500-1.2.2 Cleaning, Inspection and Surface Preparation. 42 500-2.5 Integral Locking PVC Manhole and Structure Lining System. 42 500-2.6 Segmented PVC Lining System. 42 500-2.7 Polyurethane and Epoxy Protective Lining System. 42 500-2.7.1 General. 42 500-2.7.2 Lining Material. 43 500-2.7.3 Installation and Curing. 43 500-2.8 Epoxy Lining System. 43 500-2.9 Epoxy Mastic and Flexible PVC Lining System. 44 500-2.10 Measurement and Payment 44 500-2.10.1 Measurement. 44 500-2.10.2 Payment. 44 500-5.1 Requirements 44 500-5.1.1 General 44 500-5.1.2 Variations in Plan or Profile 44 500-5.1.3 Qualifications 45 500-5.2 Materials 45 500-5.2.1 General 45 500-5.2.2 Piping and Bends 500-5.2.3 Procedures 500-5.2.4 Transportation 500-5.2.5 Storage 500-5.2.6 Handling Pipe 500-5.3 Installation 500-5.3.1 General 500-5.3.2 Ream and Pullback 500-5.3.3 Handling Drilling Fluids and Cuttings 500-5.3.2 Testing 500-5.4 Drilling Operations 500-5.4.1 General 500-5.4.2 Environmental Provisions IV] 46 46 46 46 47 47 47 48 48 49 51 51 52 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SEWER MAIN LINING AND REPAIRS CONTRACT NO. 6363 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. S -5281-S); (3) the City's (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications for Public Works Construction 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 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE Add to this section: "In order to construct the sewer improvements as shown on the plans, it is understood that the Contractor will need to remove and dispose of and/or replace existing public and private improvements within the vicinity of the work area. The removal and/or replacement will include, but not be limited to, portions of rear property line walls/fencing, chain link fencing, wood fencing, portions of the side yard walls/fencing, trees, landscaping, irrigation, debris, weeds, trash and selective removal/ replacement of private yard's landscaping, hardscaping and irrigation improvements. The City has coordinated with the owners of the private properties in advance of this work. However, the Contractor will need to coordinate with the residents before any work with in the properties including demolition. The Contractor shall keep the work area to a minimum and keep the area clear and minimized disruptions to that which is absolutely required to perform the work. The work necessary for the completion of this contract consists of (1) distributing construction notices to affected residents; (2) construction surveying; (3) removing existing P.C.C. pavement, sidewalk, curb and hardscaping, landscaping and irrigation as needed for new work; (4) constructing sewer Page 1 of 57 improvements including manholes, laterals and cleanouts; (5) constructing sidewalks, P.C.C. pavement, curb, etc.; (6) replacing private yard's landscaping, hardscaping and irrigation improvements; (7) hydro -cleaning existing sewer mains; (8) lining existing sewer main; (9) re -opening existing service lateral; (10) construct entry and exit pits for pipe jacking; (11) install sewer main using pipe jacking methods; (12) remove existing brick drop manhole; (13) plugging or bypassing existing sewers (14) all other incidental items to be completed in place required by the Plans and Specifications." In addition the Contractor shall observe the following: 1. All contacts with the individual residents shall include a City representative. 2. The Contractor will not request the use of the individual properties water or power during the course of its work. 3. The Contractor will not access the work area through the front of the residences, unless otherwise directed by the Engineer. 4. The yards shall be secured from both visual and physical intrusion by means of screened fencing in conjunction with the work. 5. All individual yard fencing, walls and/or gates, shall be restored to a condition equal to or better than that which existed prior to the start of work. 6. The Contractor will restore/ replace all hardscaping, landscaping and irrigation improvements to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in these specifications. The Contractor is required to restore and/or replace all yard improvements damaged or removed by the Contractor during the course of its work, unless otherwise provided for on .the plans, these specifications or as directed by the Engineer. Therefore, the Contractor shall include in its Lump Sum bid for each individual lot's Removal & Reestablishment all work that does not have its own bid item that it deems necessary to be removed and replaced or protected in place and to restore that individual lot to as close to original as possible. In addition, the Contractor shall include protective measures required for each lot within its Lump Sum bid. The Contractor shall not include work that is provided with its own bid item. The successful Contractor will be required to provide a complete breakdown of the Lump Sum bid for each lot for payment purposes. The breakdown shall be provided before the first payment request is submitted. NO payment will be made until this requirement is met and approved by the City." 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete this section and replace with the following: "The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his Page 2 of 57 sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9.2 Line and Grade Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Walden & Associates and can be contacted at (949) 660-0110. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Comer Records for review by the City a minimum of three (3) working days before the anticipated Work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - CONTROL OF MATERIALS Page 3 of 57 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. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 - UTILITIES 5-1 LOCATION Add the following after the 3rd paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 5-2 PROTECTION Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. 5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. Page 4 of 57 SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed. 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6-7 TIME OF COMPLETION 6-7.1 General Add to this section: The Contractor shall complete all work under the Contract within 40 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days Revise 3) to read: "any City holiday, defined as January 18t (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Page 5 of 57 Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 7:00 a.m, to 6 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. For those locations where night work would facilitate the construction and minimize the disruption to the community, the following requirements shall apply: Night work required unless otherwise agreed to by Engineer at the following locations: Ford Road and Corporation Yard. A. Night work hours shall be considered to be from 7:30 p.m. to 6:00 a.m. Sunday through Thursday. No work is allowed Friday or Saturday nights. B. The Engineer must approve all requests for night work. C. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. 6-9 LIQUIDATED DAMAGES Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." Page 6 of 57 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7-1.2 Temporary Utility Services Add to the end of this section: If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water 7-7 COOPERATION AND COLLATERAL WORK Add to this section: City forces will perform all shut downs of water facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down." (Optional Item to be considered by the Engineer) The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011," 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets Page 7 of 57 7-8.4.3 Storage of Equipment and Materials in Public Streets Delete the first paragraph and add the following: Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control Add to this section: Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs) Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. Page 8 of 57 7-8.6.4 Dewatering Delete subsection in total and substitute with the following "Dewatering shall be performed by the Contractor as necessary for construction of the Work and shall include storm drain, subsurface and surface water. Dewatering shall be performed in conformance with NPDES Permit No. CAG918002 and/ or NPDES Permit CAG998001 as defined by the location of the Construction site and all other applicable local, state and Federal laws and permits issued by jurisdictional regulatory agencies. Permits necessary for treatment and disposal of accumulated water shall be obtained by the Contractor. Accumulated water shall be treated prior to disposal as required by a permit. The Contractor shall submit a working drawing and related supporting information per 2-5.3 detailing its proposed plan and methodology of dewatering and treatment and disposal of accumulated water. The plan shall identify the location, type and size of dewatering devices, pits and related equipment, the size and type of materials composing the collection system, the size and type of equipment to be used to retain and treat accumulated water, and the proposed disposal locations. The proposed disposal location will be either a storm drain system or receiving body of water as determine by the location of the Construction site. The Contractor shall provide the minimum number of pits necessary to allow for the construction and not affect areas outside the work zone." 7-8.6.5 Payment. Delete Subsection in total and substitute with the following: "Unless otherwise provided in the specifications, no payment for implementation and maintenance of BMPs shall be considered. The cost thereof shall be considered as included in the price bid for the construction or installation of the items to which implementation and maintenance of BMPs is required, incidental or appurtenant. Said cost shall also include full compensation for all labor and materials including required disposal of materials. 7-8.7.2 Steel Plates "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 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), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish Page 9 of 57 and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." 7-10.3 Street Closures, Detours and Barricades Add to this section: The Contractor shall submit to the Engineer - at least five working days prior to the pre -construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. At a minimum, the Contractor shall maintain one lane of traffic in each direction when completing their work. 6. Sidewalk closure areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure 7. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. 8. Normal working hours on Jamboree Road and Ford Road are limited to 9:30 a.m. to 4:00 p.m. and night work hours shall be 7:30 p.m. to 6:00 a.m. Contractor shall minimize noise after 11:00 p.m. during night work operations. Page 10 of 57 9. Traffic Control Plan will be required for work on Jamboree Road and Ford Road." 7-10.4 Safety 7-10.4.1 Safety Orders Add to this section: The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." Add the following Section 7-10.5 "No Parking" Signs 7-10.5 "No Parking" Signs The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY' signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractors responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking' signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Add the following Section 7-10.6 Notice to Residents 7-10.6 Notices to Residents Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will Page 11 of 57 be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-10.7 Street Sweeping Signs and Parking Meters After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY' signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. Add the following Section 7-15 Contractor's Licenses: 7-15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess an A License. At the start of work and until completion of work, the Contractor and all Sub- contractors shall possess a valid Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material." Page 12 of 57 Add the following Section: 7-19 SEWER FLOW BY-PASS SYSTEM 7-19.1 General The Contractor shall bypass all sewage flows during sewer related construction operations, as required. The Contractor shall at all times be responsible for the operation of the bypass system, including furnishing the necessary equipment and making arrangements to obtain power as required. If pumping is required, the Contractor shall provide redundant pumping capabilities to remain on site if the primary system fails. Primary bypass system and backup bypass systems shall be designed to handle 120% of the peace flow as specified by the City. The effluent level in the bypass pumping manhole shall not be allowed to rise more than 1 foot above the crown of the incoming sewer pipe. Plans for bypassing shall be submitted by the Contractor to the City for approval prior to related construction activity, allowing at least 10 working days for review and return of comments. Approval by the City does not in any way relieve the Contractor of its responsibilities provided for in this section of any public liability for sewage spills under this Contract. This Section specifies the requirements for temporary bypassing of sewers during internal television inspection, cleaning operations, sewer rehabilitation, and construction. 7-19.1.1 Minimum Flow Objectives By installing and operating a flow bypass system, the Contractor shall limit the flow in each sewer segment as follows: a. Heavy -Duty Mechanical Cleaning: 2 inch depth (upstream) b. TV Inspection (post -cleaning): Zero (0) inch depth C. Liner Installation: Zero (0) inch d. Construction: Zero (0) inch e. TV Inspection (post -lining): Zero (0) inch depth Page 13 of 57 7-19.1.2 Requirements The Contractor shall: a. Provide labor, materials, and supervision to temporarily bypass flow around the Contractors work. b. Notify the Engineer prior to bypassing sewage flow. C. Have the entire bypassing system in place and tested before bypassing any sewage. d. Notify the Engineer of any sewage spills immediately upon discovering the spill. 7-19.1.3 Existing Wastewater Flows The existing flows in the sewers affected by this project have not been measured by the City. It is the Contractor's responsibility to design and provide adequate size pump(s) as required to pump the existing sewer flow including low and high flow periods. The Contractor shall provide various means (gravity diversion and/or pumping system) to bypass the amount of flow that is actually encountered. 7-19.1.4 Submittals The Contractor shall submit drawings and complete design data showing methods and equipment it proposes to utilize in sewer bypassing for approval by the Engineer. The submittal shall include the following information: 1. Drawings indicating the location of temporary sewer plugs and bypass discharge lines. 2. Capacities of pumps, prime movers, and standby equipment. 3. Design calculations proving adequacy of the system and selected equipment. 4. Standby power source. 5. Staffing plan for maintaining equipment for 24-hour continuous, reliable operation on weekdays and/or weekend days. 6. Traffic Control Plan. 7. Noise Control Plan. 8. Plan showing the existing sewer line and the proposed points of flow interruption and/or flow diversion. Page 14 of 57 8. Construction time schedule showing anticipated times of flow interruption and/or flow diversion. A description of the equipment to be used including: a. Size of suction and discharge pipe diameter and pipe material. b. Size and model of pumps, including horsepower, speed, voltage, phase, fuel type, and fuel consumption. c. Bury depth, backfill material, pipe material, temporary surface restoration, and permanent surface restoration material for portions of bypass pipe to be buried. d. Generator (if used) make, model, horsepower, speed, voltage, phase, fuel type, and fuel consumption. e. Total Design Head calculations. f. Noise rating for all equipment. g. Security and protection of bypass system. h. Standby equipment that will be provided on-site in case of emergency. 10. Spill Contingency plan detailing precautions to be implemented to prevent sewage spills including specific responses and control measures to follow during an overflow resulting from breakage or blockage and maintenance and inspection schedules to detect potential problems to mitigate the potential release resulting from overflows, bypass pipe ruptures, and blockages. 7-19.1.5 Job Conditions Protection: In areas where flows are bypassed, all bypass flow shall be discharged as approved by the Engineer. No bypassing to the ground surface, receiving waters, storm drains, or bypassing which results in groundwater contamination or potential health hazards shall be permitted. Scheduling: The bypassing system shall not be shut down between shifts, on holidays or weekends, or during work stoppages without written permission from the Engineer. Contractor shall notify all parties whose service laterals will be out of service and to advise against water usage until the main line is back in service. In no case will the Contractor remove the bypass without informing the Engineer. 7-19.2 Products 7-19.2.1 Materials The Contractor shall provide temporary pumps, conduits, and other equipment to bypass the sewer flow. Contractor shall furnish the necessary labor and supervision to set up and operate the pumping and bypass system. Engine -driven pumps, used only for bypassing 8 -inch and larger mains, shall be equipped with mufflers and/or shall be enclosed to keep the noise level less than 60db or 10db above ambient noise levels when measured at the property lines closest to the noise source. Sewer lateral bypass pumps must be electric -driven and shall comply with the same noise requirements as engine -driven pumps. Pumps and bypass lines shall be of adequate capacity and size to handle the flows. Page 15 of 57 The Contractor shall maintain on-site sufficient equipment and materials to ensure continuous and successful operation of the bypass and dewatering systems. The Contractor shall provide standby pumps which shall be fueled and operational at all times. The Contractor shall maintain on site a sufficient number of valves, tees, elbows, connections, tools, sewer plugs, piping, and other parts or system hardware to ensure immediate repair or modification of any part of the system as necessary. All piping, joints and accessories shall be designed to withstand at least twice the maximum system pressure, or 50 psi, whichever is greater. 7-19.3 Execution 7-19.3.1 General The Contractor shall keep, where appropriate, the rehabilitated pipe section free from water during rehabilitation. Disposal of water shall not damage property nor create a public nuisance. The Contractor shall have pumping equipment and machinery in good working condition on hand for emergencies and shall have workmen available for its operation. Dewatering requirements are listed 7-8.6.4. During bypass pumping, sewage shall not be leaked, dumped or spilled onto any area outside the sewer system. When bypass pumping operations are complete, all piping shall be drained into the sanitary sewer prior to disassembly. In the event that sewage accidentally drains into the storm drainage system or the street, the Contractor shall immediately stop the overflow, notify the Engineer and take the necessary action to clean up and disinfect the spillage to the satisfaction of the Engineer. If sewage is spilled onto public or private property, the Contractor shall wash down, clean up, and disinfect the spillage to the satisfaction of the property owner and the Engineer. Bypass system shall only be operated when the weather forecasts indicate that no rain is predicted for at least five (5) days. All pipes and equipment within the manholes shall be immediately removed when rain is predicted within 24 hours. The Contractor shall take all necessary precautions, including constant monitoring of bypass pumping to prevent sewage spills due to back-up and/or overflow resulting from breakage or blockage of the bypass system. The Contractor shall provide experienced personnel knowledgeable in the operation of the bypass equipment to monitor each bypass when the bypass is installed and operating. At no time shall the bypass system be left unattended during operation by the designated personnel. The Contractor shall be liable for all cleanup, damages, and resultant fines in the event of a spill. Bypass pumps shall be self -priming, designed, for raw sewage applications, resistant to ragging and capable of passing a minimum 3 -inch solid sphere. The pumping system shall be equipped with sound attenuation to limit the noise to meet the City's noise ordinance. Back-up pumps providing 100% redundancy shall be on-site and connected at all times. In multi -pump applications, the back-up pump shall be equal in capacity Page 16 of 57 under the same pumping conditions as the largest duty pump. Provide pumps that pump over the full range of flows for each set-up. Temporary piping can be placed above ground only if it will be in service for no more than one calendar day or is within an area protected by approved traffic control plans. All other temporary piping shall be placed in a recessed trench. At all street crossing, temporary resurfacing of recessed trenches shall be flush with the existing grade. When the temporary pipeline crosses a wheelchair ramp, sidewalk or driveway the pipeline will be installed within a recessed trench or provide an asphalt mound ramped at a slope not greater than 1:12. Remove manhole or cleanout sections or make connections to existing sewer and construct temporary bypass pumping structures at access location indicated on Drawing in Appendix and as required to provide adequate suction conduit. The pumps and piping shall be protected from damage, vandalism, and/or theft to the maximum extent possible and as shown on the drawings. The bypass system (all equipment) shall be fully tested prior to commencing bypass operation including the following as a minimum: 1. Pressure test the piping to at least 50 psi with potable water prior to introducing sewage to the line. 2. Inspect the piping for leaks and repair or replace leaking sections and joints. 3. Test pumping system, including back-up pumps. All material and equipment identified in the spill contingency plan, including control measures in the event of a spill shall be on-site prior to commencing bypass operation. Upon completion of bypass pumping operations, and after the receipt of written permission from the Engineer, remove piping, restore property to pre -construction condition and restore pavement. All labor, materials, equipment, and incidentals associated with the temporary controls and diversions required to maintain uninterrupted flow in all existing sewer lines associated with this project shall be borne by the Contractor. 7-19.3.2 Damages The Contractor shall repair without cost to the City any damage that may result from the Contractor's negligence, inadequate or improper installation, maintenance and operation of bypassing and a dewatering system including mechanical or electrical failures. 7-19.4 Payment Page 17 of 57 Measurement for bypass pumping will be on a lump sum basis in the appropriate bid item. This work shall be pro -ratable based on the percentage of work completed but the value of work shall not exceed the 100% value of the bid item. The scope of work for payment shall include all items required in this specification." SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization and Demobilization: Work under this item shall include providing submittals, bonds, insurance and financing, attending all meetings, establishing a field office (if necessary), providing and maintaining 6' high construction chain link fence with screen around work areas, preparing the BMP Plan and construction schedule, and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site including but not limited to site cleanup, removing construction chain link fence, removing all USA Markings and Restore Pavement Surfaces to pre -construction conditions (Sandblasting is not permitted) and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications, posting signs and all costs incurred notifying residents. In addition, this item includes, providing the traffic control required for the project including, but not limited to signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, flagpersons, etc. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 3 Surveying Services: Work under this item shall include surveying including restoring all survey monuments and centerline ties disturbed, construction staking, and all other items as required to complete the work in place. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Item No. 4 Clean and Provide Preliminary Inspection of Existing Sewer, Including CCTV: Work under this item shall include using high -velocity hydraulic (hydro -cleaning) equipment to clean the existing sewer and then using CCTV inspection for the entire Page 18 of 57 reach that is to be lined, and all other work items as required to complete the work in place. Item No. 5 Install Cured -In -Place Pipe Lining Within Existing Sewer: Work under this item shall include installing a CIPP liner within the existing sewer, this will also include general maintenance to obtain access to effected manholes and all other work items as required to complete the work in place. Item No. 6 Re- Establish Existing Service Lateral: Work under this item shall include re-establishing the existing service lateral by remote -control cutting device, and all other work items as required to complete the work in place. Item No. 7 Grind Protruding Lateral Flush with the Existing Sewer's Interior Prior to Insertion of the Liner: Work under this item shall include grounding as close to flush with the host pipe's interior as practicable prior to insertion of the liner, and all other work items as required to complete the work in place. Item No. 8 Abandon Existing Manhole: Work under this item shall include but not be limited to removing and disposing of existing manhole rings, shaft, frame, and cover to a depth of three feet below grade and backfill the vacated area with clean native material, restore the work area to its original condition and state of usefulness as soon as practicable and all other items as required to complete the work in place. Item No. 9 Join Existing Sewer Pipe With Mission Flex-Sel Coupling: Work under this item shall include furnishing and installing necessary coupling to join the existing pipe to the new pipe including, but not limited to, natural ground removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bypassing of sewer flow as required, bedding, backfill, compaction, installation of pipe, fittings, couplings, connections to existing facilities, removal, of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, restore the work area to its original condition and state of usefulness as soon as practicable disposal of excess excavation materials and all other work items as required to complete the work in place. Item No. 10 Furnish and Install 48" DIA Manhole: Work under this item shall include constructing P.C.C. Manhole per CNB Std -401-L including but not limited to, pavement or natural ground removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, adjusting, lowering and raising to grade as needed during construction, potholing of all existing utilities, connections to existing and/or new facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, restore the work area to its original condition and state of usefulness as soon as practicable and all other work items as required to complete the work in place. Page 19 of 57 Item No. 11 Furnish and Install 48" DIA Drop Manhole: Work under this item shall include constructing P.C.C. Manhole per CNB Std -403-L including but not limited to, pavement or natural ground removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, adjusting, lowering and raising to grade as needed during construction, applying a 125 mil coating of polyurethane coating on the interior of the manhole, potholing of all existing utilities, connections to existing and/or new facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, restore the work area to its original condition and state of usefulness as soon as practicable and all other work items as required to complete the work in place. Item No. 12 Furnish and Install 8" HDPE (DR -17) Sewer by Horizontal Directional Drilling: All pipe and couplings shall be specifically designed and certified for horizontal directional drilling by the pipe manufacturer and shall conform to the latest edition of ASTM D1248, ASTM D3350, and ASTM F714. Work under this item shall include furnishing and installing all pipe material including, but not limited to, 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, butt fusion welding including removal of internal weld bead, connections to existing or new facilities, television inspections, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, and all other work necessary to install the liner complete in place. Item No. 13: Construct Horizontal Directional Drilling Jacking and Receiving Shafts: Work under this item shall include all labor, equipment, submittals, materials and supervision for the construction and excavation of the proposed shafts (regardless of size and type of shafts), complete in place, including disposal of excess materials, bedding, backfill and compaction, surface restoration (including sawcutting, pavement removal and replacement) monitoring (including associated instrumentation and premonitoring activity), protection of existing structures and utilities (gas, water, sanitary sewer, power, telephone), utility adjustments, sheeting, shoring or bracing, dewatering, grouting (if required), cleanup, ground support systems, post construction evaluation; and all other work items as required to complete the work in place Item No. 14 Furnish and Install 8" HDPE (DR -17) Sewer Including Fittings by Open Cut Methods: Work under this item shall include installing all pipe material including, but not limited to, pavement or natural ground removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bypassing of sewer flow as required, bedding, backfill, compaction, installation of pipe, butt fusion welding including removal of internal weld bead, fittings, couplings, 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, restore the work area to its original condition and state of usefulness Page 20 of 57 as soon as practicable disposal of excess excavation materials and all other work items as required to complete the work in place. Item No. 15 Furnish and Install 4" PVC SDR -35 Sewer Lateral and Cleanout Including Fittings by Open Cut Methods: Work under this item shall include installing all pipe and constructing sewer cleanout per CNB Std -460-1- including, but not limited to, pavement or natural ground removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bypassing of sewer flow as required, bedding, backfill, compaction, installation of pipe, fittings, couplings, installation of riser, clean out frames and covers, adjusting, lowering and raising to grade as needed during construction, 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, restore the work area to its original condition and state of usefulness as soon as practicable disposal of excess excavation materials and all other work items as required to complete the work in place. Item No. 16 Remove Existing Welded Steel Pipe (WSP) Drop Inlet and Brick Drop Manhole: Work under this item shall include excavation operations, shoring, bracing, control of ground and surface water, removing and disposing of the existing WSP drop inlet, WSP pipe, manhole frame and cover, brick manhole and P.C.C. base and preparation for construction of new drop manhole per CNB Std -403-1- and all other work items as required to complete the work in place. Item No. 17 Remove and Construct P.C.C. Type A Curb and Gutter per CNB - 182 -L: Work under this item shall include sawcutting, removing and disposing of the existing curb and gutter, including 1' wide minimum AC slot patch for work, compacting subgrade, constructing P.C.C. curb and gutter, installing full depth AC slot patch with Type III -C3 -PG 64-10, 1/2" maximum Asphalt Concrete material, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Gutter width shall match existing and gutter hike shall be adjusted to match existing. Item No. 18 Remove and Construct 4" Thick P.C.C. Sidewalk per CNB -180-L: Work under this item shall include sawcutting, removing and disposing of the existing sidewalk, subgrade compaction, constructing the 4" thick P.C.C. sidewalk, and all other work items as required to complete the work in place. Item No. 19 Construct Pavement Restoration per CNB Std -105-L: Work under this item shall include pavement restoration per CNB Std -105-1- A, B, C, E and F including cold milling the existing asphalt roadway to a depth below existing finished grade as shown on the standards, a 2" minimum AC Finish Course, tack coating, restripe traffic lanes/markings within removal area and all other traffic striping damaged during construction and all other work items as required to complete the work in place. If unauthorized removals expose wet subgrade conditions, the cost of all remedial work to bridge the pavement shall be borne by the Contractor Page 21 of 57 Item No. 20 Remove Existing Welded Steel Pipe (WSP): Work under this item shall include excavation operations, trench excavation, shoring, bracing, removing and disposing of the existing WSP sewer pipe and appurtenances and preparation for construction of new 8" VCP sewer pipe and all other work items as required to complete the work in place. Item No. 21 Landscaping and Irrigation for 730 St James Place: There is existing landscaping and irrigation within the project limits that will need to be removed, relocated, modified, replaced, installed and/ or protected Landscaping shall include, but not be limited to ground cover, bushes, plants, yard drains (including pipe), rail road ties, decorative rocks, ornamental features, stepping stones, lighting, etc. The work under this item shall include but not be limited to coordinating with the individual homeowner/ resident, removing, relocating and/ or protecting landscaping and irrigation or replacing the landscaping and irrigation to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in these specifications. The Contractor shall re-route interfering portions of the existing irrigation system including relocating or adding new heads, connecting the new service to the existing service and shall make temporary connection(s) to any irrigation system that is disconnected during the course of its work. It is the Contractor's responsibility to examine the site and determine what damage will be incurred by the new construction and coordinate with the homeowner/ resident. The Contractor shall restore the work area to its original condition and state of usefulness as soon as practicable and all other work items as required to complete the work in place. Item No. 22 Landscaping, Hardscaping and Irrigation for 724 St James Place: There is existing landscaping, hardscaping and irrigation within the project limits that will need to be removed, relocated, modified, replaced, installed and/ or protected Landscaping shall include, but not be limited to ground cover, bushes, plants, yard drains (including pipe), rail road ties, decorative rocks, ornamental features, steeping stones, lighting, etc. Hardscaping shall include, but not be limited to brick, concrete (P.C.C.), stone, rock, etc. The work under this item shall include but not be limited to coordinating with the individual homeowner/ resident, removing, relocating and/ or protecting landscaping, hardscaping and irrigation or replacing the landscaping, hardscaping and irrigation to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in these specifications. The Contractor shall re-route interfering portions of the existing irrigation system including relocating or adding new heads, connecting the new service to the existing service and shall make temporary connection(s) to any irrigation system that is disconnected during the course of its work. It is the Contractor's responsibility to examine the site and determine what damage will be incurred by the new construction and coordinate with the homeowner/ resident. The Contractor shall restore the work area to its original condition and state of usefulness as soon as practicable and all other work items as required to complete the work in place. Item No. 23 Provide Bypassing of Existing Sewer Flows: Work under this item shall include providing, installing, protecting and removing any temporary sewer force main used during construction and all other work necessary to provide temporary sewer main bypassing or any other means of sewer main bypassing. Contractor shall submit Page 22 of 57 a plan for bypassing sewer main during construction. Any effort relating to the sewer main bypassing will be paid as a part of this bid item. Item No. 24 Cut and Plug Ends of Existing Sewer Pipe: Work under this item shall include cutting existing pipe to allow for new construction and installing a 6 -inch minimum wall of 560-C-3250 P.C.C. within the exposed ends of the existing pipe and shall include all other work items as required to complete the work in place. Item No. 25 Remove and Reconstruct Interfering Portions of Wall in Kind per SSPWC Std. 601-3: Work under this item shall include removing existing CMU wall including footing and constructing CMU wall including footing to match existing and all other work items as required to complete the work in place. Item No. 26 Abandon Existing Sewer Pipe in Place. Work under this item shall include filling the existing sewer pipe to be abandon with a Sand -Cement Slurry and shall include all other work items as required to complete the work in place. Item No. 27 Provide As -Built Plans: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $3,500.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. Item No. 28 Provide Allowance For Unforeseen Conditions: An amount of $50,000.00 is to be included for unknown underground obstructions, as directed by the Engineer based on a time & materials basis. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: "From each progress estimate, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid." Add to this section: `Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." Page 23 of 57 PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Add to this section:" Portland Cement Concrete for construction shall be Class 560-C- 3250." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Add to this section: 'Reinforcing steel shall be epoxy coated Grade 60 steel conforming to ASTM A 615 with 2" minimum cover unless shown otherwise on the plans." 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout Add to this section: "The Contractor shall grout the area between a reinforced concrete structure and pipe with a quick setting grout. The Contractor shall use Sika Grout 212 a non -shrink, non-metallic grout by Sika Chemical Company or approved equal or as directed by the manufacturer." SECTION 203 — BITUMINOUS MATERIALS 203-5 EMULSION -AGGREGATE SLURRY 203-5.2 Materials Replace a) with the following: "Emulsified Asphalt shall be of a quick set type. It shall be cationic unless otherwise specified and shall conform to the requirements of CQS-1 h of 203-1.3 (Test Reports and Certification), 203-3.2, and to the following specifications when tested according to appropriate ASTM Methods: Furol Viscosity at 77 degrees F sec. Page 24 of 57 Minimum Maximum 15 50 Sieve Test 0.10 Residue from distillation % 60 80 Penetration of Residue at 77 degrees F 40 75 Particle Charge Test Positive Replace 2) with the following: "ADDITIVES: Latex - Latex shall be Ultrapave 65K produced by the Textile Rubber and Cement Company, Inc., or equal approved by the Engineer in advance of ordering the latex additive. It shall be added to the emulsified asphalt by the co -mill method at the emulsion plant at the rate of 2'/z percent of weight of the emulsified asphalt. Latex - added emulsified asphalt shall be kept in a suspended state by an agitating mixer and mixed every three days. Materials testing shall be performed as directed by the Engineer." Replace in Table 203-5.2 (B): Sand Equivalent shall range from a value of 55 to a value of 45." 203-5.3 Composition and Grading Add this Section: 'Replace Residual Asphalt percentage of Dry Aggregate Weight for Type II aggregate from a value of 7.5 minimum to 8.5 minimum." 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures 203-6-4.3 Composition of Grading Add this Section: Asphalt Concrete for the finish course shall be C2 64-10 and B 64-10 for the base course. SECTION 207 - PIPE 207-2 REINFORCED CONCRETE PIPE (RCP) 207-2.1 General These specifications apply to reinforced concrete pipe intended to be used for the construction of storm drains, sewers, and related structures. 207-2.5 Joints Add to this section: All storm drain joints shall be sealed with an external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced collar composed of Page 25 of 57 rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. The Contractor shall use Mar Mac "Mac Wrap" or approved equal. Mar Mac Manufacturing Company may be contacted at (800) 845- 6962." SECTION 214 - PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass -covered reflective faces or be 3M Series 290." PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List." 300-1.3.1 General Add to this section: `The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Page 26 of 57 The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items." 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1-% 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 that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention." SECTION 302 - ROADWAY SURFACING 302-4 EMULSION -AGGREGATE SLURRY 302-4.3 Application 302-4.3.1 General Add to this section; Type I slurry shall be applied at the rate of 9.5 pounds per square yard. Type II slurry shall be applied at the rate of 13 pounds per square yard. At all intersections where the intersecting street does not receive a slurry seal, slurry seal application shall end along a projection of the edge of gutter (or curb face if no gutter exists) of the intersecting street unless otherwise directed by the Engineer." 302-4.3.2 Spreading Replace the first sentence of the second paragraph with, "Slurry seal shall be sufficiently cured for vehicle traffic without tracking or damage to the surface by 3:00 p.m. on the same day. In case of damage done by vehicles and/or pedestrians upon slurry that has not been sufficiently cured by 3:00 p.m., the Contractor shall replace all of the damaged work at the Contractor's expense and no additional compensation shall be made by the City. Upon the completion of the day's slung, street or parking lot shall be temporary striped. Final striping shall be installed no more than ten (10) working days after placement of slurry." Page 27 of 57 Replace the first sentence of the third paragraph with, "Prior to the slurry application, the Contractor shall clean all work surfaces and remove all loose materials, vegetation, oil, and other foreign material. Additionally, all weeded locations shall be treated by an approved weed -killer before any slurry shall be applied." 302-4.3.3 Field Sampling Add this section: "Upon the Engineer's direction, the Contractor shall slurry seal test sections within the construction limits for each batch of slurry mix. The Contractor shall apply the slurry test sections as directed by the Engineer. No slurry shall be applied until the test slurry sections have been approved the Engineer. The costs of these slurry tests shall be included in the contract price paid for slurry seal and no additional compensation shall be made by the City to the Contractor. Field samples that do not meet the requirements of Table 301-4.2.2 (A) shall be re -tested and the Contractor shall be responsible for all cost associated with the re -testing." 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General Add to this section: "All cracks '/-inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1 '/2 inches of asphalt (finish course) shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302-5.4 Tack Coat Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one —tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302-6 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." Page 28 of 57 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303-5.5 Finishing 303-5.5.1 General Add to this section: `The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-17 TRAFFIC SIGNAL CONSTRUCTION 307-17.7 Vehicle Detectors 307-17.7.3 Inductive Loop Detectors Page 29 of 57 Amend this Section to include: "Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -56 and shall be Type E spaced ten feet apart. Front loops shall be a 6' diameter, modified Type E per the Traffic Signal Specifications Supplemental and will be placed immediately behind the limit line/crosswalk. Loop wire shall be Type 2. Loop Sealant shall be Hot -Melt Rubberized Asphalt sealant. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement course placement." SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr. John Conway at (949) 644-3083 a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. [This section applies to either alternative] If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. Page 30 of 57 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces Modify and amend this section to read: 'The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting Modify and amend this section to read: `The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Page 31 of 57 Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.25 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY' signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Add the following Section: 310-5.6.11 Pavement Markers All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." Page 32 of 57 PART 4 SECTION 400 - ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400-2 UNTREATED BASE MATERIALS 400-2.1 General 400-2.1.1 Requirements Add to this section: "The Contractor shall use crushed miscellaneous base as the base materials." PART 5 SECTION 500 — PIPELINE, MANHOLE AND STRUCTURE REHABILITATION 500-1 PIPELINE REHABILITATION. 500-1.1 Requirements. 500-1.1.1 General. Add the following: "The Contractor shall field verify the existing pipe's diameter at the manholes and lengths prior to ordering liner materials. The Contractor shall notify the Engineer of any discrepancies between information obtained in the field and project specifications. 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 the bid non- responsive. Minimum pipe liner wall thickness: The minimum liner's wall thickness shall be verified as calculated per ASTM F 1216-93, Appendix X1, "Fully Deteriorated Gravity Pipe Condition". The physical properties listed below shall be used in the ASTM F 1216-93 calculations. The Contractor shall submit with the bid one clear, accurate and legible copy of the calculations, signed by a registered Civil Engineer in the State of California. Unless otherwise demonstrated by the calculations (CIPP only) the minimum liner wall thickness allowed shall be 0.225 inches for 8 inch, 0.280 inches for 10 inch, 0.336 inches for 12 inch, and 0.420 inches for 15 inch. If the calculations are not included with the bid proposal, the bid shall be considered non- responsive. Page 33 of 57 Mean Diameter (D)= 8" Depth of pipe (H) = Assume 10' for 8". Height of water above top of pipe (H,N)= Assume T for 8". H2O highway loads Soil Modulus (E's) = 1000 psi Soil Density = 120 pcf Enhancement factor (K)= 7 Ovality= (q) 2% Factor of safety (N) = 2 Flexural strength (v;) 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) t=0.721D� (`ygtC)21 1/3 ELRWB'Es JI 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 liner. Cured- in- Place Liner (CIPP) designs shall use a minimum of 15% extra thickness to compensate for resin migration/ seal factor to fill joints, cracked or deteriorated pipelines. 500-1.1.4 Cleaning and Preliminary Inspection. Delete the second paragraph and replace with the following: The Contractor shall use High- Velocity Hydraulic (Hydro- Cleaning) Equipment (per (b)) to clean the pipelines. The Contractor shall assume that the pipes require normal cleaning (two to three passes). If the Engineer orders additional cleaning, the cost for the additional cleaning shall be paid per Subsection 3-3. The Contractor shall use a vacuum truck or approved equal to pick- up all debris before it can continue downstream. The Contractor shall dispose of all debris removed from the pipeline, in accordance with current applicable regulations. Any hazardous waste material encountered during the project shall be considered as a changed condition in accordance with 3-4. Page 34 of 57 It is the responsibility of the Contractor to take adequate measures to insure that no debris is allowed to enter the District's trunk sewer. If at any time debris does enter the District's trunk sewer, the Contractor shall clean the trunk sewer to a point downstream as determined by and to the satisfaction of the District. All costs of debris removal and cleaning of the District's trunk sewer shall be bome by the Contractor and no additional compensation will be allowed therefor." 500-1.1.5 Television Inspection. Add the following: "Unless otherwise specified, original digital storage devices, log sheets and reports shall be submitted to the Engineer within two (2) working days from the date of inspection. Progress payments will be withheld pending receipt of any outstanding digital storage devices, log sheets and reports." Replace the fourth paragraph with the following: "CCTV inspection shall be performed utilizing a rotating- lens video camera system. The pre- lining video inspection and recording performed with this camera shall stop at each lateral and the head rotated to look up the lateral to identify if the lateral is active, plugged or has roots that could interfere with the complete reinstatement. If the CIPP alternative is installed, then the following shall apply. The post- lining inspection shall include looking up all laterals that had roots identified in them on the pre- lining video to verify that the resin has not run up the lateral and combined with the roots to plug the lateral. The pre- inspection and post- inspection video will be performed while the upstream lines are plugged or bypassed. The line shall be dry except for flow from the laterals in the section of the line being televised." 500-1.1.7 Miscellaneous. (a) Service Connections Add the following: "All protruding laterals that are encountered during the pre- lining inspection videotape shall be ground as close to flush with the host pipe's interior as practicable prior to insertion of the liner. Payment for grinding protruding laterals shall be considered to be included in the contract unit price for each lateral ground and no other compensation will be allowed therefor. All costs for required point repairs or excavations made for the service connections which are found plugged by the rehabilitation process, shall be paid for by the Contractor. Page 35 of 57 To prevent maintenance problems such as roots, infiltration, exfiltration, or loss of backfill material into the newly lined pipe, all plugged service connections identified in the pre- lining videotape shall not be opened unless specifically directed by the Engineer." Delete the second paragraph and replace with the following: "Service connections shall be re-established as quickly as possible, not to exceed the next working day, after completion of each pipe liner installation, refer to 6-7.2. It is the Contractor's responsibility to determine if service(s) require bypasses to provide for a successful lining installation. When the service connection is re-established, the invert of the service connection shall match the bottom of the reinstated service opening. The service opening cuts shall conform to the shape and size of the inside diameter of the existing service connection. The new edge shall be smooth and crack free with no loose or abraded material." Add to the third paragraph the following: 'The Contractor shall be responsible for all coupons (cutouts, cookies or residual pieces) generated by the remote control device used to re-establish individual service laterals from within the sewer pipe. The Contractor shall use whatever means available and acceptable to the Engineer to capture the coupons at the nearest downstream manhole. Approval by the Engineer does not in anyway relieve the Contractor of the full responsibilities provided for in this Section. Each coupon shall be physically removed from the manhole, and counted in the presence of the Engineer. The number of coupons removed shall equal the number of services re-established. If the numbers do not equal, the Contractor shall make every effort to locate and capture the missing coupon(s) even if it has traveled downstream of the initial work area." Add to the third paragraph the following: "Payment for re-establishing service connections shall be considered to be included in the contract unit price for each lateral opened and no other compensation will be allowed therefor." (a) Segmented Liner Pipes Delete entire subsection. 500-1.1.9 Measurement and Payment. Delete the second paragraph and replace with the following: "Payment for lining completed will be made as shown in the Bid. Unless otherwise specified, the liner will be measured along the longitudinal axis along the finished surface between insertion and exit points (manholes, excavations) and shall not include the inside dimensions of any structures. The price paid per linear foot of pipe lined shall include full compensation for furnishing all labor, materials, tools, equipment, apparatus, and incidentals for doing all the work required including the post -inspection video. 500-1.2 Pipeline Point Repair/ Replacement. Page 36 of 57 500-1.2.1 General. Delete Subsection in total and substitute with the following: "The Contractor will not be responsible for making point repairs under the provisions of this contract. If a need for a point repair is established while reviewing the pre- lining inspection video per 500- 1.15 the segment or reach requiring the repair will not be rehabilitated under this contract. Payment for cleaning and the pre -lining inspection video shall be considered to be included in the contract unit price for each lineal foot cleaned and inspected and no other compensation will be allowed therefor. When it has been determined by the Engineer that a void exists around the outside diameter of the host pipe that does not require a point repair, the Contractor shall field mark the location of the void on the finished surface by calculating a distance from the nearest manhole to the void and marking the area clearly with paint. The Contractor shall make the required access/insertion hole for slurry backfilling of the void after the installation of the liner has been successfully completed to provide additional protection of the finish product. The cost for such work shall be considered extra work and paid per 3-3. When it has been determined by the Engineer that the base of an existing manhole requires modifications for the acceptance of the proposed liner. The Contractor shall make the required modifications to the manhole base so that it will resemble a standard City manhole. Manhole rehabilitation will require at a minimum: core drilling through the manhole base, reconfiguration of the manhole channel and installation of approximately six lineal feet of VCP sewer pipe and appurtenances, size to equal existing main line and one (1) sack slurry backfill the excavation to within one (1) inch below the existing A.C. section or within four (4) inches of the original finish surface and capping the excavation per current City standards. The cost for such work shall be considered extra work and paid per 3-3. When it has been determined by the Engineer that the host pipe cannot be successfully lined because of a clean out. The Contractor shall remove the clean out including all existing wyes and other sewer pipe fittings as required for a successful lining installation. After the host pipe is successfully lined the Contractor shall install a tight fitting plug or stopper in the line and one (1) sack slurry backfill the excavation to within one (1) inch below the existing A.C. section or within four (4) inches of the original finish surface and capping the excavation per current City standards. The cost for such work shall be considered extra work and paid per 3-3. It is the responsibility of the Contractor to take adequate measures to protect existing gas flaps in District manholes during the lining process. If it is determined by the City and/or District that the gas flap has been damaged it shall be fixed or replaced to the satisfaction of the District. All costs of repairing or replacing the gas flap shall be borne by the Contractor and no additional compensation will be allowed therefor." 500-1.2.2 Materials. Page 37 of 57 Delete the section and replace with the following: "The repair pipe material shall be SDR -35 PVC and shall comply with 207-17." 500-1.2.3 Excavation. Delete the section and replace with the following: "All trenching and excavation shall conform to 306 and as modified per these specifications." 500-1.2.6 Installation and Field Inspection. Delete the first sentence and replace with the following: "The installation of the replacement pipe and/or repair work, and re-establishing the connection of the service lateral(s) shall conform to 306 and as modified per these specifications." 500-1.3 High -Density Polyethylene (HDPE) Solid -Wall Pipe Liner. Delete the entire subsection. 500-1.4 Cured in- Place (CIPP Liner). 500-1.4.2 Material Composition and Testing. Add the following: "The side of the liner exposed to the sewer flow after inversion is completed shall have a layer of polyurethane bonded to it, with a minimum thickness of 0.01- inch and shall be pinhole free. All seams and patches in the polyurethane coating shall be inspected under a black light. The tube shall be put under a vacuum at the factory and submerged in a die bath to verify that it is pinhole free. The factory test results for each length of felt tube to be installed shall be submitted to the Engineer before installation. The felt tube shall be continuous and of sufficient length to extend the entire reach (from entry to end or exit point) to be rehabilitated. No joints or laps will be permitted between manholes The factory test results for each batch of resin shall be submitted to the Engineer before installation. One 8 inch long restrained and cured sample shall be taken from the down stream manhole and checked by the City's inspector using ASTM D 2122- 90 to verify the minimum wall thickness." Delete the second paragraph and replace with the following: "Testing of the installed CIPP liner is required for this project. The physical properties of the installed CIPP liner shall be verified through field sampling and laboratory testing as approved by the Engineer. An 8 -inch long sample shall be cut from each section of the pipe liner that has been inserted through a same diameter pipe mold, at the upstream downstream and any intermediate manholes in accordance with ASTM F 1216 sections 8.1.1 and Page 38 of 57 8.1.2. One sample shall be taken for each installation of pipe liner. 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 City's inspector. The sample shall be submitted to a certified laboratory, which has been pre- approved by the Engineer and tested in accordance with ASTM D 638 and ASTM 790 to confirm that the pipe liner conforms to the minimum requirements of Table 500-1.4.2 (A). Test results are due within 30 calendar days from the date the samples were taken. The Contractor shall be responsible for repairing non- complaint pipe liner in accordance with 500-1.4.8. Payment for testing shall be considered to be included in the price bid per lineal foot lined and no other compensation will be allowed therefor. The Contractor shall submit to the Engineer with the Bid, three certified laboratories that can perform the required ASTM testing for this project. The laboratories shall be within the Los Angeles or Orange County area. The Contractor will be responsible for delivery of the sample(s) to the laboratory within 48 hours after the sample has been obtained." 500-1.4.3 Resin and Tube Acceptance. Add the following: "The Contractor shall designate a location where the uncured resin in the original containers and the unimpregnated felt tube liner shall be vacuum impregnated prior to installation. The Contractor shall allow the engineer to inspect all materials and procedures. The Contractor shall pay all inspection costs required for this wet out process and shall include this cost in the bid price." 500-1.4.4 Chemical Resistance Add the following: "As an alternative, chemical resistance testing for CIPP liner system may be in accordance with ASTM D5813." Delete the second sentence and replace with the following: "Proof of meeting either of these requirements shall be provided with the bid. A bidder's failure to do so shall render their bid non-responsive." 500-1.4.5 Installation Add the following: "The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage, stretching during installation and loss of resin through cracks and irregularities in the host pipe. The Contractor shall use either an end- stop or hold- back mechanism to prevent the felt tube from extending into conduits, which are not to be rehabilitated." 500-1.4.6 Curing Add the following: "The heat source shall be fitted with monitors to gauge the temperature of the incoming and outgoing water supply. Another such gauge shall be Page 39 of 57 placed between the impregnated liner and the existing pipe invert at the remote maintenance hole to determine the temperature during cure. The time required to cure is a function of the pipeline section diameter and length and shall be determined by the Contractor in accordance with the lining manufacturer's instructions. The Contractor shall be responsible for determining when curing has been accomplished to meet the specified properties. Care shall be taken during the elevated curing temperatures so as not to over stress the fiber felt liner. The cured liner shall have a smooth finish inside. Any roughness that may affect the hydraulic conditions shall be removed by sanding or trimming the "fins" or folds. The Contractor may either apply a sealant compatible with the material to areas where sanding has taken place or reline from manhole to manhole as approved by the City. After the cool -down period, the liner shall be cut off in the manhole. The cut shall be smooth and parallel with the manhole wall. The finished liner shall not protrude into the manhole over two inches. If the manhole has been lined through, the top half of liner pipe may be cut off even with the top of the shelf leaving the channel lined and shall not extend above the shelf." 500-1.5 PVC Pipe Lining System. Delete the entire subsection. 500-1.7 Deformed / Re- formed HDPE Pipe Liner. Delete the entire subsection. 500-1.8 CCFRPM Liner Pipe. Delete the entire subsection. 500-1.9 External In -Place Wrap. Delete the entire subsection. 500-1.10 Folded and Re- formed PVC Pipe Liner. 500-1.10.2 Type A Folded and Re- formed PVC Liner. Add the following to (c) Material and Equipment Acceptance: "The factory test results for each coil of pipe shall be submitted to the City before installation." Replace the first sentence of (f) Installation and Field Inspection #7 with the following: "Testing of the installed PVC liner is required for this project. The physical properties of the installed PVC liner shall be verified through field sampling and laboratory testing as Page 40 of 57 approved by the Engineer. The Contractor shall submit to the Engineer with the Bid, three certified laboratories that can perform the required ASTM testing for this project. The laboratories shall be within the Los Angeles or Orange County area. The Contractor will be responsible for delivery of the sample(s) to the laboratory within 48 hours after the sample has been obtained." Add the following: "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 City's inspector. Test results are due within 30 calendar days from the date the samples were taken. The Contractor shall be responsible for repairing non- complaint pipe liner in accordance with 500-1.10.6. Before installation, the pipe coils shall be checked by the City's inspector using ASTM D 2122- 90 to verify the minimum wall thickness specified in the requirements of 500- 1.1.1 and the calculations provided by the Contractor at the time of bid." 500-1.10.3 Type B Folded and Re- formed PVC Liner. Add the following to (c) Material and Equipment Acceptance: "The factory test results for each coil of pipe shall be submitted to the City before installation." Replace the first sentence of (f) Installation and Field Inspection #6 with the following: "Testing of the installed PVC liner is required for this project. The physical properties of the installed PVC liner shall be verified through field sampling and laboratory testing as approved by the Engineer. The Contractor shall submit to the Engineer with the Bid, three certified laboratories that can perform the required ASTM testing for this project. The laboratories shall be within the Los Angeles or Orange County area. The Contractor will be responsible for delivery of the sample(s) to the laboratory within 48 hours after the sample has been obtained." Add the following: "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 City's inspector. Test results are due within 30 calendar days from the date the samples were taken. The Contractor shall be responsible for repairing non- complaint pipe liner in accordance with 500-1.10.6. Before installation, the pipe coils shall be checked by the City's inspector using ASTM D 2122- 90 to verify the minimum wall thickness specified in the requirements of 500- 1.1.1 and the calculations provided by the Contractor at the time of bid." 500-1.10.4 End Seals Delete and substitute with the following: "After installation the liner shall be cut off in the manhole. The cut shall be smooth and parallel with the manhole wall. The finished liner shall not protrude into the manhole over two inches." Page 41 of 57 If the manhole has been lined through, the top half of liner pipe may be cut off even with the top of the shelf leaving the channel lined." 500-1.11 HDPE Spirally -Wound Profile Wall Liner Pipe. Delete the entire subsection. 500-1.12 Polyvinyl Chloride (PVC) Closed Profile Liner Pipe. Delete the entire subsection. 500-1.13 Spiral Wound Polyvinyl Chloride (PVC) Pipe Liner. Delete the entire subsection. 500-2.2 Requirements. 500-2.2.1 Installer Qualifications. Add the following "All personnel working in the area shall wear the air support outfit as approved by the manufacturer. There shall be no deviation from or exception to this requirement." 500-1.2.2 Cleaning, Inspection and Surface Preparation. Replace the third sentence of the first paragraph with the following "the Contractor shall stop all leaks (waterproofing) in the structure. The method used to stop the leaks shall be at the Contractor's option as approved by the City. The City shall not be responsible for any approved method for stopping leaks, which fails to meet the criteria. All costs associated with waterproofing shall be included in the price bid for the 48" Drop Manhole and no additional compensation shall be allowed." 500-2.5 Integral Locking PVC Manhole and Structure Lining System. Delete the entire subsection. 500-2.6 Segmented PVC Lining System. Delete the entire subsection. 500-2.7 Polyurethane and Epoxy Protective Lining System. 500-2.7.1 General. Add the following "The Contractor shall use Zebron or an approved equal Durathane 100 type of lining and provide a 5 -year warranty on the liner." Page 42 of 57 500-2.7.2 Lining Material. Add the following "Once the coating formulation is accepted and approved by the City, it shall not be changed except by authority of the Engineer, or in conjunction with N.S.U. Products. The lining material shall be a 125 mil coating of plural -component, 3-1 mix ratio, high build, anti -corrosive and anti -abrasive impact resistant, 100% solids, non-solvented, hybrid polyurethane coating, with a shore "D" hardness of 57 at 77 degrees Fahrenheit. The material must be able to pass the flexibility as prescribed by A.S.T.M. D-1737, using cylinder mandrel of 0.5 inches. The flash point of the fluid mixture is 450 degrees Fahrenheit open Zahn cup. The coating material shall meet or exceed the Applicable Standards in addition to the following specifications: Solution Acetic Acid Sulfuric Acid Ferric Acid Sodium Hydroxide Ammonium Hydroxide Nitric Acid Soap Detergent (Linear Alkyl Benzyl Sulfonite or LAS) Bacteriological Petroleum Oils and Greases Vegetable and Animal Oils 500-2.7.3 Installation and Curing. Concentration 5% BOD not less than 700 PPM N/A N/A Add the following "The Contractor shall furnish two plugs to permit measurement of the thickness. The Contractor shall take all necessary measures to prevent damage to installed coating from equipment and materials used in and during the course of the work. Upon completion, all tools, excess materials, etc. shall be removed and the structure left in a clean and presentable condition." 500-2.8 Epoxy Lining System. Delete the entire subsection. Page 43 of 57 500-2.9 Epoxy Mastic and Flexible PVC Lining System. Delete the entire subsection. 500-2.10 Measurement and Payment 500-2.10.1 Measurement. Delete the entire subsection. 500-2.10.2 Payment. Delete and substitute with the following: "Payment for the installation of the lining system, surface preparation and repairs and performance of testing shall be considered to be included in the contract unit price for the 48" Drop Manhole and no other compensation will be allowed therefor." 500-5 HORIZONTAL DIRECTIONAL DRILLING (HDD)/HDPE PIPE Add this subsection. 500-5.1 Requirements 500-5.1.1 General It is the intent of this specification to define the acceptable methods and materials for installing sanitary sewer by the horizontal directional drilling method and the requirements for high density polyethylene (HDPE) pipe installed by directional drilling or in open cut trenches. At least 10 days prior to mobilizing equipment Contractor shall submit its detailed installation plan to the Engineer. The plan shall include a detailed plan and profile of the bores and be plotted at a scale no smaller than 1 inch equals 20 feet horizontal and vertical. The plan shall also include a listing of major equipment and supervisory personnel and a description of the methods to be used. 500-5.1.2 Variations in Plan or Profile The Contractor may request changes to the proposed vertical and horizontal alignment of the installation and the location of the entry and exit points. Proposed changes shall be submitted in writing to the Engineer and receive approval of the Engineer prior to construction. The proposed plan and profile installation locations are based on alignments to accommodate acquired easements, to avoid obstructions, and to properly maintain operation flow velocities. Page 44 of 57 500-5.1.3 Qualifications Directional drilling and pipe installation shall be done only by an experienced Contractor specializing in directional drilling and whose key personnel have at least five (5) years' experience in this work. Furthermore, the Contractor shall have installed directionally drilled pipe at least as large as 20 inches in diameter, have performed crossings at least 2,000 feet in length, and successfully installed at least 100,000 feet in length. 500-5.2 Materials 500-5.2.1 General High density polyethylene pipe in accordance with these Specifications shall be used in HDD installations. All piping system components shall be the products of one manufacturer and shall conform to the latest edition of ASTM D1248, ASTM D3350, and ASTM F714. Polyethylene pipe shall be made from high density polyethylene resin compound which meets ASTM D1248. Dimensions and workmanship shall conform to ASTM F714. The polyethylene pipe shall be the nominal pipe size and dimension ratio shown on the Plans. Installation shall be in accordance with ASTM D2321 or as modified herein. Color of HDPE pipe shall be green pipe or pipe with green stripe on exterior wall Shipping lengths of pipe shall be assembled into one continuous length at the job site by thermal butt -fusion. Fusion machine and fusion machine operator shall be approved by pipe manufacturer. The resultant joint shall be as strong as the intervening lengths. Butt fusion welding shall be used to join HDPE pipe into one continuous pipeline. Joining of pipe and installation of outlets shall be in accordance with the pipe manufacturers written recommendations. The pipe manufacturer shall provide the services of a trained representative to instruct the Contractor's forces in the proper techniques for jointing of pipe and the installation of outlets or other items. For HDPE, removal of internal weld beads is required. Installation of polyethylene pipe in areas where flotation is probable whether on land or a subaqueous location installation shall conform with manufacturer's recommendation. Polyethylene pipe shall not be crimped in any way during construction. Fabricated polyethylene bends shall be manufactured by pipe manufacturer SDR of fabricated polyethylene bends shall be equal to SDR of connecting pipe. When connecting polyethylene pipe to a manhole, a seal between the pipe and manhole shall be provided with non -shrink grout. A concrete retainer block shall Page 45 of 57 encase the first segment of HDPE pipe outside of the manhole. The retainer block shall be connected to the manhole wall with epoxy dowels. 500-5.2.2 Piping and Bends Piping and Bends shall be extruded from a polyethylene compound and shall conform to the following requirements. The polyethylene resin shall meet or exceed the requirements of ASTM D3350 for PE 3408 material with a cell classification of 335434C, or better. The polyethylene compound shall be suitably protected against degradation by ultraviolet light by means of carbon black, well dispersed by precompounding in a concentration of not less than 2 percent. The maximum allowable hoop stress shall be 800 psi at 73.4 degrees F. The pipe manufacturer shall be listed with the Plastic Pipe Institute as meeting the recipe and mixing requirements of the resin manufacturer for the resin used to manufacture the pipe in this The pipe and bends shall have a minimum standard dimension ratio (SDR) wall thickness as specified by the Engineer. Joining shall be performed by thermal buttfusion in accordance with the manufacturer's recommendations. Sanitary sewer pipe exterior shall be green in color or contain green striping. Sanitary sewer pipe interior shall be light in color for internal video inspection. 500-5.2.3 Procedures All polyethylene pipe shall be cut, fabricated, and installed in strict conformance with the pipe manufacturer's recommendations. Joining, laying, and pulling of polyethylene pipe shall be accomplished by personnel experienced in working with polyethylene pipe. The pipe supplier shall certify in writing that the Contractor is qualified to join, lay, and pull the pipe or representative of the pipe manufacturer shall be on site to oversee the pipe joining. Expense for the representative shall be paid for by the Contractor. 500-5.2.4 Transportation Care shall be taken during transportation of the pipe to ensure that it is not cut, kinked, or otherwise damaged. 500-5.2.5 Storage Pipes shall be stored on level ground, preferably turf or sand, free of sharp objects which could damage the pipe. Stacking of the polyethylene pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under Page 46 of 57 anticipated temperature condition. Where necessary due to ground conditions, the pipe shall be stored on wooden sleepers, spaced suitably and of such widths as not to allow deformation of the pipe at the point of contact with the sleeper or between supports. 500-5.2.6 Handling Pipe The handling of the joined pipeline shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. Ropes, fabric, or rubber protected slings and straps shall be used when handling pipes. Chains, cables, or hooks inserted into the pipe ends shall not be used. Two slings spread apart shall be used for lifting each length of pipe. Pipe or fittings shall not be dropped onto rocky or unprepared ground. Slings for handling the pipeline shall not be positioned at butt - fused joints. Sections of the pipes with cuts and gouges exceeding 10 percent of the pipe wall thickness or kinked sections shall be removed and the ends rejoined. The open ends of all sections of joined and/or installed pipe (not in service) shall be plugged at night to prevent animals or foreign material from entering the pipe line or pipe section. Waterproof nightcaps of approved design may be used but they shall also be so constructed that they will prevent the entrance of any type of natural precipitation into the pipe and will be fastened to the pipe in such a manner that the wind cannot blow them loose. The practice of stuffing cloth or paper in the open ends of the pipe will be considered unacceptable. Where possible, the pipe shall be raised and supported at a suitable distance back from the open end such that the open end will be below the level of the pipe at the point of support. 500-5.3 Installation 500-5.3.1 General The Contractor shall install the pipelines by means of horizontal directional drilling. The Contractor shall assemble, support, and when requested, the Contractor shall provide explanations of this position monitoring and steering equipment. The Contractor shall employ experienced personnel to operate the directional drilling equipment and, in particular, the position monitoring and steering equipment. No information pertaining to the position or inclination of the pilot bores shall be withheld from the Engineer. Each exit point shall be located as shown with an over -length tolerance of 10 feet for directional drills of 1,000 linear feet or less and 40 feet for directional drills of greater than 1,000 linear feet and an alignment tolerance of 5 feet lefuright with due consideration of the position of the other exit points and the required permanent easement. For gravity sanitary sewer installations, sags in the pipeline shall not exceed 25 percent of the nominal pipe diameter. Sags will only be allowed where the entering and exiting grades are adequate to provide velocities through the sag area sufficient for moving solids. No more than one (1) sag area shall occur between two (2) manholes. The alignment of each pilot bore must be approved by the Engineer before pipe can be pulled. If the pilot bore fails to conform to the above tolerances, the Engineer may, at his option, require a new pilot boring to be made. After the pipe is in place, cleaning pigs shall be used to remove residual water and debris. After the cleaning operation, the Contractor shall provide and run a sizing pig to Page 47 of 57 check for anomalies in the form of buckles, dents, excessive out -of -roundness, and any other deformations. The sizing pig run shall be considered acceptable if the survey results indicate that there are no sharp anomalies (e.g. dens, buckles, gouges, and internal obstructions) greater than 2 percent of the nominal pipe diameter, or excessive ovality greater than 5 percent of the nominal pipe diameter. For gauging purposes, dent locations are those defined above which occur within a span of five feet or less. Pipe ovality shall be measured as the percent difference between the maximum and minimum pipe diameters. For gauging purposes, ovality locations are those defined above which exceed a span of five feet. 500-5.3.2 Ream and Pullback Reaming operations shall be conducted to enlarge the pilot after acceptance of the pilot bore. The number and size of such reaming operations shall be conducted at the discretion of the Contractor. The maximum allowable pull exerted on the HDPE pipelines shall be measured continuously and limited to the maximum allowed by the pipe manufacturer so that the pipe or joints are not over stressed. A swivel shall be used to connect the pipeline to the drill pipe to prevent torsional stresses from occurring in the pipe. The lead end of the pipe shall be closed during the pullback operation. The pipelines shall be adequately supported by rollers and side booms and monitored during installation so as to prevent over stressing or buckling during the pullback operation. Such support/rollers shall be spaced at a maximum of 60 feet on centers, and the rollers to be comprised of a non-abrasive material arranged in a manner to provide support to the bottom and bottom quarter points of the pipeline allowing for free movement of the pipeline during pullback. Surface damage shall be repaired by the Contractor before pulling operations resume. The contractor shall at all times handle the HDPE pipe in a manner that does not over stress the pipe. Vertical and horizontal curves shall be limited so that wall stresses do not exceed 50% of yield stress for flexural bending of the HDPE pipe. If the pipe is buckled or otherwise damaged, the damaged section shall be removed and replaced by the Contractor at his expense. The Contractor shall take appropriate steps during pullback to ensure that the HDPE pipe will be installed without damage. 500-5.3.3 Handling Drilling Fluids and Cuttings During the drilling, reaming, or pullback operations, the Contractor shall make adequate provisions for handling the drilling fluids, or cuttings at the entry and exit pits. To the greatest extent practical, these fluids must not be discharged into the waterway. When the Contractor's provisions for storage of the fluids or cuttings on site are exceeded, these materials shall be hauled away to a suitable legal disposal site. The Contractor shall conduct its directional drilling operation in such a manner that drilling fluids are not Page 48 of 57 forced through the subbottom into the waterway. After completion of the directional drilling work, the entry and exit pit locations shall be restored to original conditions. The Contractor shall comply with all permit provisions. Pits constructed at the entry or exit point area shall be so constructed to completely contain the drill fluid and prevent its escape to the beach or waterway. The Contractor shall utilize drilling tools and procedures which will minimize the discharge of any drill fluids. The Contractor shall comply with all mitigation measures listed in the required permits and elsewhere in these Specifications. To the extent practical, the Contractor shall maintain a closed loop drilling fluid system. The Contractor shall minimize drilling fluid disposal quantities by utilizing a drilling fluid cleaning system which allows the returned fluids to be reused. As part of the installation plan specified herein before, the Contractor shall submit a drilling fluid plan which details types of drilling fluids, cleaning and recycling equipment, estimated flow rates, and procedures for minimizing drilling fluid escape. 500-5.3.2 Testing Madrel HDPE pipe will be subject to the deflection testing with the use of a 7.5% mandrel by the Contractor. Mandrel test is for deflection quality checking only and does not address sags. Deflection of HDPE pipe after installation and backfill shall not exceed 7.5 percent. Pipe found to be deflected more than 7.5 percent shall be replaced at the Contractor's expense. All HDPE sewer lines shall be tested by the Contractor and at his expense for diametric deflection using a GO -NO-GO type mandrel or other approved method. The mandrel shall have an outside diameter of not less than 92.5 percent of the pipe inside diameter. This testing shall be accomplished prior to final acceptance, but no sooner than 30 days after completion of placement and densification of backfill. The pipe shall be cleaned and inspected for offsets and obstructions prior to testing. For all HDPE pipes 24 -inch ID or smaller, a mandrel shall be pulled through the pipe by hand to ensure that maximum allowable deflections have not been exceeded. Prior to use, the mandrel shall be certified by the Engineer or by another entity approved by the Engineer. Use of an uncertified mandrel or mandrel altered or modified after certification will invalidate the test. If the mandrel fails to pass, the pipe will be deemed to be over deflected. Unless otherwise permitted by the Engineer, any over deflected pipe shall be uncovered and, if not damaged, reinstalled. Damaged pipe shall not be reinstalled, but shall be removed from the Work site. Any pipe subjected to any method or process other than removal, which attempts, even successfully, to reduce or cure any over deflection, shall be uncovered, removed from the Work site, and replaced with new pipe. Page 49 of 57 The mandrel shall: 1. Be a rigid, nonadjustable, odd -numbered -leg (9 legs minimum) mandrel having an effective length not less than its nominal diameter. 2. Be fabricated of steel, be fitted with pulling rings at each end, be stamped or engraved on some segment other than a runner indicating the pipe material specification, nominal size, and mandrel OD; and be furnished in a suitable carrying case labeled with the same data as stamped or engraved on the mandrel. The maximum average ID shall be measured in the field prior to installation. All costs incurred by the Contractor attributable to mandrel and deflection testing, including any delays, shall be borne by the Contractor at no cost to the City. It is the responsibility of the Contractor to ensure that the test is performed. The Contractor shall provide the Engineer written assurance that the test was performed with acceptable results. Reports for mandrel tests shall also be submitted by the Contractor for the Engineer to place in the project file. Pipe Line tolerances A. The invert at each manhole shall conform to the elevation set forth in the plans. The invert of the center of the flow channel in the manhole shall not deviate from the plans by more than +/- 0.10 ft. A maximum tolerance of the invert shall be established at one tenth of a foot at each manhole shown on the plans. The typical overall line segment between consecutive manholes shall not deviate more than 0.20 feet per typical 400 -ft run, or proportionally less based upon the length of run (i.e. 350 ft length of run would equate to 0.175 -ft tolerance). Unless prior approval by the Engineer has been received, the manhole and effected line segment not within these acceptable tolerances shall be rejected and replaced at the Contractor's expense. Flow channels that pond water are unacceptable. B. The horizontal alignment of the pipeline shall conform to +/- 1 -ft from true alignment shown on the plan. Unless prior approval by the Engineer has been received, the line segment not meeting this tolerance shall be rejected and replaced at the Contractor's expense. C. The Contractor shall make every effort to conform to the plans. The grade as shown on the Plans is that of the invert to which the Work must conform. Any variation from the grade tolerances shall be deemed sufficient reason to cause the Work to be rejected and rebuilt at the Contractor's expense. The Engineer reserves the right to make adjustments to the grades and slopes to fit actual field conditions. The inclining grade of the bottom of the sewer after completion shall be such that after flooding the flood water will drain so that no remaining puddle of water will be deeper than the acceptable sag tolerance noted.. Any section of pipe that does not comply with the specifications at any Page 50 of 57 time previous to final acceptance of the work shall be replaced or re-laid at the Contractor's expense. D. It shall be the Contractor's responsibility to ensure that quality assurance throughout the project is sufficient for compliance with the specifications at the time the project is delivered to the City E. Pipe, complete in place, shall be tested for sags in accordance with industry standards. 500-5.4 Drilling Operations 500-5.4.1 General The Contractor shall prepare a plan to be submitted for Engineer approval which describes the noise reduction program; solids control plant, pilot hole drilling procedure, the reaming operation, and the pullback procedure. All drilling operations shall be performed by supervisors and personnel experienced in horizontal directional drilling. All required support, including drilling tool suppliers, survey systems, mud cleaning, mud disposal, and other required support systems used during this operation shall be provided by the Contractor. Drill pipe shall be API steel drill pipe, Range 2, Premium Class or higher, Grade S-135 in a diameter sufficient for the torque and longitudinal loads and fluid capacities required for the work. Only drill pipe inspected under API's Recommended Practice Specification API RP 7G within 30 days prior to start and certified as double white band or better shall be used. A smoothly drilled pilot hole shall follow the design centerline of the pipe profile and alignment described on the construction drawings. The position of the drill string shall be monitored by the Contractor with the downhole survey instruments. Contractor shall compute the position in the X, Y and Z axis relative to ground surface from downhole survey data a minimum of once per length of each drilling pipe (approximately 31 foot interval). Deviations from the acceptable tolerances described in the Specifications shall be documented and immediately brought to the attention of the Engineer for discussion and/or approval. The profile and alignment defined on the construction drawings for the bores define the minimum depth and radius of curvature. At no point in the drilled profile shall the radius of curvature of the bore be less than 1,600 feet. The Contractor shall maintain and provide to the Engineer, upon request, the data generated by the downhole survey tools in a form suitable for independent calculation of the pilot hole profile. Between the water's edge and the entry or exit point the Contractor shall provide and use a separate steering system employing a ground survey grid system, such as "TRU-TRACKER" or equal wherever possible. The exit point shall fall within a rectangle 10 feet wide and 40 feet long centered on the planned exit point. During the entire operation, waste and leftover drilling fluids from the pits and cuttings shall be dewatered and disposed of in accordance with all permits and regulatory agencies requirements. Remaining water shall be cleaned by Contractor to meet permit requirements. Technical criteria for bentonite shall be as given in API Spec. 13A, Specification for Oil Well Drilling Fluids Material for fresh water drilling fluids. Any modification to the basic drilling fluid involving additives must describe the type of material to be used and be included in Contractor's drilling plan presented to the Page 51 of 57 Engineer. The Owner retains the right to sample and monitor the waste drilling mud, cuttings and water. 500-5.4.2 Environmental Provisions The Horizontal Directional Drilling operation is to be operated in a manner to eliminate the discharge of water, drilling mud and cuttings to the adjacent creek or land areas involved during the construction process. The Contractor shall provide equipment and procedures to maximize the recirculation or reuse of drilling mud to minimize waste. All excavated pits used in the drilling operation shall be lined by Contractor with heavy duty plastic sheeting with sealed joints to prevent the migration of drilling fluids and/or ground water. The Contractor shall visit the site and must be aware of all structures and site limitations at the directional drill crossing and provide the Engineer with a drilling plan outlining procedures to prevent drilling fluid from adversely affecting the surrounding area. The general work areas on the entry and exit sides of the crossing shall be enclosed by a berm to contain unplanned spills or discharge. Waste cuttings and drilling mud shall be processed through a solids control plant comprised as a minimum of sumps, pumps, tanks, desalter/desander, centrifuges, material handlers, and haulers all in a quantity sufficient to perform the cleaning/separating operation without interference with the drilling program. The cuttings and excess drilling fluids shall be dewatered and dried by the Contractor to the extent necessary for disposal in offsite landfills. Water from the dewatering process shall be treated by the Contractor to meet permit requirements and disposed of locally. The cuttings and water for disposal are subject to being sampled and tested. The construction site and adjacent areas will be checked frequently for signs of unplanned leaks or seeps. Equipment (graders, shovels, etc.) and materials (such as groundsheets, hay bales, booms, and absorbent pads) for cleanup and contingencies shall be provided in sufficient quantities by the Contractor and maintained at all sites for use in the event of inadvertent leaks, seeps or spills. Waste drilling mud and cuttings shall be dewatered, dried, and stock piled such that it can be loaded by a front end loader, transferred to a truck and hauled offsite to a suitable legal disposal site. The maximum allowed water content of these solids is 50% of weight. Due to a limited storage space at the worksite, dewatering and disposal work shall be concurrent with drilling operations. Treatment of water shall satisfy regulatory agencies before it is discharged. Page 52 of 57 .� EXIST SEWER PROP SEWER CHOLE S T= `BY PASS PIPEEXIS/ DRI YEW` Y 'EXIST / y SEWER A, EXIST 6' MANHOLEXISTR EXIST DRIVEWAY f . NEWAY1 SEVER SEWER +� LEANOU ' PLAN VIEW OF ST JAMES ROAD AND PLACE CITY OF NEWPORT BEACH WASTEWATER ATLAS - N08 m N NOT TO SCALE CIVIL ENGINEERS SEWER BY-PASS PLAN V*7SSOCIATES EN & LAND SURVEYORS PLANNERS FOR 2552 WHITE ROAD, SUITE B, IRVINE, CA 92614 ST JAMES SEWER REPAIR (949) 660-0110 FAX: 660.0418