CITY OF VISALIA REQUEST FOR BID (“RFB”)

RFB NO. 13-14-21

PROJECT: ANNUAL CONTRACT FOR BACKFLOW MAINTENANCE (PARKS & RECREATION)

BIDS DUE NO LATER THAN 2:00 P.M. ON FRIDAY, NOVEMBER 29, 2013

The City of Visalia expressly reserves the right to modify, or withdraw from, the process initiated and described herein. No rights shall be vested in any party, individual or entity by virtue of its preparation to participate in, or its participation in, such process. The City expressly reserves the right to modify, for any reason, the schedule and any provision contained herein. The City reserves to itself the selection of winning respondent(s), if any, in the exercise of its sole discretion. No binding commitment shall arise on the part of the City to any respondent under this Request for Bid until and unless the parties sign documents of agreement that become effective in accordance with their terms. Responses to this RFB, however, shall be held firm by Respondent for at least ninety (90) days.

Advertisement Dates: October 28, 2013 November 5, 2013

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page i TABLE OF CONTENTS

I. DEFINITIONS ...... 1

II. INTRODUCTION ...... 1

III. INSTRUCTIONS ...... 1

IV. SCOPE OF SERVICES/PROJECT ...... 2

V. PRE-BID AND PRECONSTRUCTION MEETINGS ...... 4

VI. BID OPENING AND CONFIDENTIALITY ...... 4

VII. AWARD ...... 5

VIII. PROTESTS/APPEALS ...... 5

IX. SPECIAL CONDITIONS ...... 6

X. GENERAL CONDITIONS ...... 8

XI. POST AWARD RESPONSIBILITIES ...... 11

EXHIBITS A. BID FORM

B. CERTIFICATIONS, AFFIDAVITS, ASSURANCES, STATEMENTS, WAIVERS, AND QUESTIONNAIRES WHICH MUST ACCOMPANY BID FORM B-1. Equal Employment Opportunity Compliance Certificate B-2. Non-Collusion Affidavit B-3. Worker’s Compensation Insurance Certificate B-4. Ownership Disclosure B-5. Drug-Free Workplace Certificate

C. SAMPLE PROJECT AGREEMENT WITH ATTACHMENTS ATTACHMENT 1 - GENERAL CONTRACT PROVISIONS ATTACHMENT 2 - INSURANCE REQUIREMENTS

D. LOCATIONS LISTINGS (Attached Separately)

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page ii

I. DEFINITIONS

For the purposes of RFB NO. 13-14-21, the following terms shall have the meanings indicated:

1. “City” means the City of Visalia 2. “City Council” means the Council of the City of Visalia 3. "Bidder", "Vendor", "Supplier", “Consultant”, “Contractor” and “Subrecipient” are used interchangeably throughout this invitation to mean the person, firm, or corporation or other entity submitting a Bid in response to the Request for Bid. 4. “Bid” and “Proposal” are used interchangeably to mean an individual’s or entity’s offer in response to this Request for Bid. 5. “RFB” means Request for Bid No. 13-14-21.

II. INTRODUCTION

The City of Visalia Purchasing Division is soliciting Bids for an annual contract for Backflow Device Maintenance on approximately 620 devices in the City of Visalia.

The initial contract shall be for a twelve (12) month period and shall, at the City’s option and upon mutually agreeable terms, be renewable annually thereafter for four (4) consecutive one-year periods. Bids are being sought from contractors who are on California Water Services’ list of Backflow Preventer Testers.

The successful bidder shall be responsible for providing all labor, materials and services necessary to fulfill the requirements of this Invitation to Bid.

In an effort to encourage local businesses to provide goods and services to the City, Council has enacted a local preference. The local preference will apply to any business that has a business address within Tulare County for a minimum of six months. A Post Office Box will not be accepted as a business address. The City reserves the right to request proof of Tulare County address.

The local preference for bids consists of a match preference in which a local vendor whose bid is within 5% of the apparent low bidder will be given three (3) business days, from date notified, to match or beat the low bid. If there is more than one local vendor that is within the 5% range, the offer goes to the local vendor that is closest to the low bid.

III. INSTRUCTIONS

1. Fill out attached Bid Form (Exhibit “A”) in ink or typewriting completely.

2. Cross out and initial mistakes in ink and place the correct response next to same.

3. Timely submit Bid in a sealed envelope addressed and marked as follows:

To: City of Visalia Purchasing Division 707 W. Acequia Avenue Visalia, California 93291

From: Bidders Name & Mailing Address

Marked: Backflow Device Maintenance RFB NO. 13-14-21

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 1

4. Submit each of the required Certifications, Affidavits, Statements and Questionnaires as well as optional waiver(s) to City with the sealed Bid. City will not consider Bids which are not accompanied by the required completed forms.

5. Inquiries: Instructions to Vendor, Specifications and Bid Forms may be inspected and obtained by visiting our web site at visaliapurchasing.org or by calling (559) 713-4334, or by FAX (559) 713-4802. However, to prevent misinterpretations, the Purchasing Division would prefer that all questions be sent by email to [email protected].

Questions regarding this RFB must be received no later than November 20, 2013

IV. SCOPE OF SERVICES/PROJECT

Contractor shall provide all labor, materials and services to test, repair, overhaul or maintain backflow prevention assemblies. Currently there are approximately 620 backflow device locations to be maintained under this contract. Additional locations will be added to this contract as needed by the City.

A. WORK ASSIGNMENTS

1. Testing and Certification of all the backflow preventers per the appropriate standard as referenced in this RFB and conforming to all regulations of the State of California, Cal Water Service, OSHA and Health and Safety Codes.

2. Prior to conducting any tests, the contractor must specify the type of test performed and should provide a report for the same. The Contractor shall only perform tests that are essential for certification purposes.

3. If a backflow preventer system fails during the preliminary tests due to sedimentation and deposits on the backflow preventer, then the system should be cleaned. This operation should be carried out only if necessary for the backflow preventer to pass the certification tests. The contractor will not be paid for any unnecessary cleaning that is not necessary to make the preventer pass the test. The contractor must include comments in the report indicating the reason a cleaning operation is necessary for the Backflow Preventer to pass functional requirements.

4. If the backflow preventer does not pass the test after a cleaning operation and the contractor determines the repairs are minor in nature (cleaning dirt, o-ring or gasket replacement, etc.) then the contractor does not have to submit appropriate justification in a report to make the repair. The repair can be made in the field.

Should repairs be major in nature (backflow change), then the contractor shall submit appropriate justification in a report to the Project Manager. If there is any question as to the determination of the repair, whether minor or major in nature, the contractor shall contact the Project Manager by telephone to obtain direction as to the step(s) to take to proceed.

5. The tester will be responsible for making reports on repairs to the City of Visalia Project Manager and Cal Water Service Company. Reports shall be on a forms approved and provided by the water purveyor and/or health agency having jurisdiction (Cal Water Service).

6. All backflows that require replacement must be replaced with Febco, Wilkins or equal backflows.

7. Contractor must have City’s approval to replace a complete backflow. RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 2

8. Contractor must have City approval to replace backflow shut-off valves.

B. DEVIATION FROM SCOPE OF WORK

No deviations shall be made from this contract. Should the Contractor find any time during the progress of the work, that in his judgment conditions make desirable or necessary modifications in the requirements covering any particular item or items, he shall report such matters promptly to the Project Manager for instructions. Please refer to Exhibit “D” of this RFB for a list of Backflow Locations. Additional backflow locations may be added during the term of this contract. Contractor is to obtain authorization from the Project Manager prior to making any major repairs to the device.

C. CONTRACTOR QUALIFICATIONS

1. Contractor must be on California Water Services’ list of approved Backflow Preventer Testers.

2. The personnel employed by the Contractor to do the tasks in this contract must be certified backflow preventer assembly testers. The Contractor’s personnel who may be performing work under this contract must also submit a copy of a valid backflow assembly tester certificate to California Water Service and the City’s Project Manager before beginning the work order.

3. The Contractor shall furnish three references for the past jobs in the California Water Service jurisdiction. References to include name, date, contact information and scope of work.

D. SAFETY

1. The Contractor is responsible for compliance with all OSHA and other applicable safety regulations.

2. The Contractor shall take precautions to prevent citizens and others from coming in contact with the work being carried that may be hazardous to the safety of those individuals.

3. The Contractor must ensure that during all testing and inspection processes that damage does not occur to any equipment in and around the facility.

E. BID REQUIREMENTS

1. Submit costs for the testing and reports of Pressure Vacuum Breaker Backflows and Reduced Pressure Backflows allowing for the consideration of the City of Visalia supplying the replacement parts.

2. Contractor shall be reimbursed for parts and materials required for repairs or replacement. Contractor is to submit receipts for any authorized parts and materials purchased and itemize those on his monthly invoice. Invoices and receipts should clearly indicate the location and serial number for which the parts were purchased.

F. BACKFLOW LOCATIONS – Refer to Exhibit “D” of this RFB.

1. List of Current Locations are provided in Exhibit “D” of this RFB. 2. Additional backflow locations may be added during the term of this contract.

G. TIME OF COMPLETION RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 3 In February of each year, City of Visalia receives the testing notifications from Cal Water Service. The City will then notify the Awarded Contractor of the units to be tested and provide Contractor with the appropriate compliance forms. Cal Water requires that the City’s units be tested and compliant prior to June 16 of each year. Therefore a Time of Completion Date has been established as follow:

Time of Completion Date: The Contractor will be allowed FOUR (4) MONTHS from the date City provides Contractor with testing forms to complete testing and required maintenance of the units. An additional ten (10) business days will be allowed to complete testing on any additional backflow locations added during the term of the contract.

H. MONTHLY PROJECT MEETINGS

In an effort to ensure that the City is in compliance with the requirements of California Water Service and that the Contractor is making progress with the testing and maintenance of the units it will be a requirement that the Contractor meet with the City’s Project Manager on a monthly basis during the testing period (Mar. – Jun.). These meetings shall be held sometime during the first week of each month and shall be arranged by the Contractor. At these meetings, the Contractor shall provide the Project Manager with a status report on the number of notifications received from Cal Water and the number of units that have been tested to that point.

Contractor must complete all testing and maintenance prior to June 16 of each year.

V. PRE-BID AND BID MEETINGS

1. Pre-Bid Meeting. A non-mandatory pre-Bid meeting will be held on November 13, 2013 at 2:00 p.m. at City Hall, 707 W. Acequia, Visalia. Attendance at this meeting is not required to submit a Bid in response to this RFB. Information regarding the project will be provided at that time. It shall be the responsibility of the Contractor to have acquired full knowledge of the job site, scope of work and any problems or difficulties that may affect the work proposed.

2. Post Award Meeting. Subsequent to the award of contract, the Contractor shall meet with the Project Manager prior to the start of work to discuss any problems or questions that may arise. Contractor shall contact the Project Manager within ten (10) days of the date of the Notice to Proceed to arrange this meeting. At that time, Contractor shall furnish a schedule showing the tentative starting and completion dates. Contractor is responsible to arrange this meeting.

City Project Manager: Jim Bean Department: Parks & Recreation

VI. BID OPENING AND CONFIDENTIALITY

1. Bid Opening. Bids shall be opened publicly in the presence of attendees, if any, on November 29, 2013 at 2:00 p.m. at 707 W Acequia, Visalia CA. The name of each Bidder and the amount of each Bid shall be open to public inspection at the Bid opening and after an award decision has been made. Other Bid information will not be available for public review during the evaluation phase.

2. Bid Confidentiality. The City favors full and open disclosure of all Bid records. The City will not expend public funds defending claims for access to, inspection of, or to be provided copies of any such records. By submitting a Bid, a Bidder agrees to

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 4 indemnify and defend the City against all claims or actions brought against it to seek access to, or compel disclosure of, any records or documents in the City’s possession.

After the award, the City intends that its selection process will be open and public. Respondents are advised that the California Public Records Act (“PRA”) provides that any person may inspect or be provided a copy of any identifiable public record or document that is not exempted from disclosure by the express provisions of the Act. The Federal Freedom of Information Act (“FOIA”) contains a similar provision. Each Bidder shall clearly identify any information within its Bid that it intends to ask the City to withhold as exempt under either the PRA or FOIA. Any information contained in a Bidder’s submission which the Bidder believe qualifies for exemption from public disclosure as “Proprietary” or “Confidential” must be identified as such at the time of first submission of Bidder’s Bid to this RFB. Any failure to identify information contained in a Bidder’s Bid to this RFB as “Proprietary” or “Confidential” shall constitute a waiver of Bidder’s right to object to the release of such information upon request under either Act.

VII. AWARD

1. Most Responsive, Responsible Bidder. A Contract (substantially similar to that attached hereto as Exhibit “C” with Attachments 1-2) shall be awarded with reasonable promptness by appropriate written notice. Award shall be made to the most responsive, responsible Bidder whose Proposal meets the requirements and criteria set forth in this RFB, price and other factors considered, and whose Bid is determined to result in the optimum economic advantage to the City. A responsible Bidder is one who has the capability, financial capacity and integrity to perform the contract. A responsive Bidder is one who commits to all of the material terms, for example, price, quantity, quality and delivery, of this RFB. Contractor must return a signed copy of the contract provided by the City with its Award Notice to City within ten (10) working days of receipt thereof.

2. Reservation of Rights. The City reserves the right to reject any item or items in the Bid; to waive informalities, technical defects, and minor irregularities in Bids received; and to select the Bid(s) deemed most advantageous to the City.

VIII. PROTESTS/APPEALS

Because it is essential that Bidders have confidence in the procurement procedures for soliciting and awarding contracts, it is the policy of the City to offer Bidders the opportunity to appeal award of contracts. The following procedures shall apply in regard to appeals:

1. Any actual Bidder who is aggrieved in connection with this RFB or award of a contract hereunder may protest to the City of Visalia Purchasing Division in writing within five (5) working days after such aggrieved Bidder knows, should have reasonably known, or could reasonably be expected to know of the facts giving rise thereto; and

2. Should identify only the areas regarding bid contradictions, procurement errors, quotation rating discrepancies, legality of procurement context, conflict of interest in the rating process and inappropriate or unfair competitive procurement grievance regarding the Bid process.

3. The City’s Purchasing Division shall have the authority to settle and resolve each protest. The resolution will be provided to Bidder in writing within five (5) working days of receipt of the appeal unless the Bidder is notified more time is required.

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 5 4. Further levels of appeal may be made in accordance with the appeals provision contained in Chapter 5 of the City’s “Purchasing and Contract Procedures” which is available through City’s Purchasing Division.

IX. SPECIAL CONDITIONS

1. Project Administrative Issues

a. Project. The successful Bidder shall be responsible for providing all materials, labor, equipment and services necessary to fulfill the requirements of this RFB. It is the intent of this RFB and related agreement to describe a functionally complete project.

b. Quantities/Change Orders. The City reserves and shall have the right to make such changes to the work as may be necessary and desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Project Manager shall be and is hereby authorized to make such changes, in the work as may increase or decrease the originally awarded contract quantities and/or total contract cost. The Contract Price, or the amount due the Contractor will only be reduced/increased after the price change is reviewed and authorized by the City of Visalia Change Order Committee.

Should the Contractor disagree with any terms or conditions set forth in an approved contract change order not executed by the Contractor, the Contractor shall submit a written protest to the Engineer within 15 days after the receipt of the approved contract change order and the procedures outlined in Section 4-1.03 of the Standard Specifications apply.

If a requested change order is sent back to the Contractor for revisions, the Contractor has 15 (fifteen) calendar days to resubmit.

Changes shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such changes as if the altered work had been a part of the original contract. These changes which are for work within the general scope of the contract shall be covered by Change Orders issued by the City. Change orders for altered work shall include extensions of contract time where, in the Project Manager’s opinion, such extensions are commensurate with the amount and difficulty of added work.

Excessive altered work shall be covered by supplemental agreement that is subject to funding agency approval as applicable. If the City and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the City reserves the right to terminate the contract with respect to the item and to make other arrangements for its completion.

c. Omitted Items. Project Manager is authorized to omit minor contract items. Major items must be omitted by supplemental agreement.

d. Extra Work. Contractor is prohibited from doing extra work, unless authorized in writing by Project Manager before the work is done. In the instances where it is necessary for the work to be done immediately, the Project Manager may authorize the work. Payment for approved Extra Work shall be as agreed to in writing by the Project Manager prior to the Extra Work being completed. No additional payment is due for unauthorized Extra Work.

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 6

2. City-Contractor Relations

a. Project Manager’s Responsibility and Authority. City will designate a Project Manager. All work shall be done under the general supervision of such Project Manager or his or her designee(s). The Project Manager shall decide issues of quality and acceptability of materials, work performance, rate of progress of work, interpretation of drawings and specifications, and all questions related to fulfillment of the contract for the project. Project Manager shall not have control over acts or omissions of the Contractor, Subcontractors, their agents or employees.

b. Contractor/Contractor’s Superintendent. Contractor shall bear all responsibility for, and have all control over, the construction means, methods, techniques, sequences, procedures and safety precautions or programs related to the project. Contractor may designate a superintendent.

c. Project Site/Existing Utilities and Structures. (1) Contractor shall take care to avoid, but shall be responsible for, all damage to existing structures, including, but not limited to, sewers, water service, drains and culverts, underground utilities and the like.

(2) USA Notification. Contractor shall notify underground service alert (“USA) of times and locations of proposed excavations. i. Contractor shall notify owners of and be responsible for damage to utilities and substructures. ii. If damage occurs to an unknown utility, Contractor shall repair the utility. iii. Contractor shall not make connection to or draw water from any hydrant or pipeline without first obtaining permission to do so.

d. Signs, Barricades, and Notice. Contractor must provide and maintain proper barricades, fences, signal lights, watchmen, and notice in general to the surrounding public, in accord with local, federal, and state requirements.

e. Labor (1) Workmanship. Workmanship shall be equal to the best general practice of modern day fabrication shops and good construction practice.

(2) Qualification. Contractor shall ensure that each employee who works on this project is qualified to perform their assigned duty in a safe manner.

f. Control of Materials: (1) Source of Supply and Quality of Materials Guarantee. All materials, parts and equipment supplied by the Contractor shall be new and of a quality equal to that specified. Materials which become unfit for use shall not be used for the project.

(2) Equivalent Materials. Trade names or manufacturer’s catalog information, where used, are a means of indicating kind, type, design, style, finish, durability or quality desired and are not intended to exclude or omit the products of any responsible manufacturer, if such products are equal in every respect to those specified. The burden of proof of compliance with the specifications is the responsibility of

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 7 Contractor. City shall be the sole judge as to the adequacy of any item for substitution.

(3) Manufacturer’s Directions. Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer.

(4) Material mark-up allowance. Must be included in hourly rate for repairs.

3. Legal Responsibilities.

a. It is the responsibility of Contractor to comply with all local, state, and federal laws and regulations which apply to this project. This includes, but is not limited to, compliance with Uniform Building, Plumbing, Mechanical, Electric, and Fire Codes. Contractor shall provide a safe working environment in compliance with the Occupational Safety and Health Act, and California Health and Safety Codes. Additionally, Contractor shall secure all necessary permits, licenses, and similar requirements to carry out the project. Contractor shall comply with all applicable labor laws, and ensure against discrimination.

b. Firearms Prohibited: Guns may not be carried by contractors/vendors/consultants while working on City of Visalia premises without the expressed written approval of a City of Visalia Department Head, or an exemption in the contract. If a contractor/vendor/consultant is caught carrying a gun, without City permission, their contract will be terminated.

X. GENERAL CONDITIONS

1. It is the policy of the City to provide equal opportunity to all candidates when selecting Bidders to provide public services. Bidders are expected to be equal opportunity employers.

The City hereby affirmatively ensures that Disadvantaged Business Enterprises (DBE) will be afforded full opportunity to submit a Bid in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, disability, gender or religion in any consideration leading to the award of contract.

No qualified disabled person shall, on the basis of disability, be excluded from participating in, be denied the benefits of, or otherwise be subjected to discrimination under any program or activity that receives or benefits from Federal financial assistance.

Bidder shall provide to the City a list of all instances within the last ten (10) years where a complaint was filed or pending against Bidder in a legal or administrative proceeding alleging that Bidder discriminated against its employees, subcontractors, vendors or suppliers. A description of the status or resolution of that complaint, including any remedial action taken is required.

2. Post-Closing Date Corrections are prohibited.

3. Bids will not be accepted unless signed in ink (not typed) in the appropriate space(s) by an authorized officer or employee of the Bidder.

4. Bids must be submitted on or before the Closing Date. Any Bids received after the Closing Date shall be returned, unopened, to the Bidder, provided the request number, opening date, and Bidder's return address are on the envelope. RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 8

5. Bids may be withdrawn prior to the Bid Closing Date by writing to the Purchasing Division.

6. Telegraphic, telephonic, electronic and facsimile Bids and withdrawal requests will not be accepted.

7. Prices submitted are considered accurate for a period of ninety (90) days and cannot be withdrawn after the Closing Date.

8. All Bids are the property of the City after submission.

9. City is not responsible for Bid errors and omissions.

10. Bids should be prepared in a straightforward, concise manner. Information provided which was not specifically requested will be considered only in City’s discretion.

11. A written amendment or addenda issued by City’s Purchasing Division is the only method which should be relied on with respect to changes to the RFB. Respondent is responsible to contact City’s Purchasing Division prior to submitting a Bid to determine if any amendments were made to the RFB.

12. Any contract resulting from the RFB will be jointly administered by the City’s Purchasing Division, and the Department requesting Bids.

13. Prior to conducting business in the City, a business tax certificate (license) must be obtained. Call 559-713-4326 for more information.

14. Bidder shall provide insurance as required by law and as indicated in the proposed contract.

15. Bidder shall maintain all personnel files and payroll records for employees used to implement the proposed contract.

16. Bidder shall withhold, pay and report all taxes and issue W-2 forms at the end of each calendar year for employees used to implement the proposed contract.

17. Pursuant to the City’s Charter, all other things being equal, tie Bids shall be awarded to a local merchant to the extent quality and prices are equal. If neither is a local vendor, the Bid shall be awarded by the flip of a coin by the Purchasing Division in the presence of at least one witness.

18. The City may make such investigation of the Bidder and information in the Bid as it determines necessary. This may include the collection of criminal history information, contractual and business associations and practices, employment histories and reputation.

19. All California agencies may purchase off the Proposal submitted at the same prices, terms, conditions and specifications. The City of Visalia shall incur no responsibility in connection with another agency’s purchase.

20. Each Bidder, will be required to submit Certifications, Affidavits, Assurances, Statements and Questionnaires which are attached in Exhibit “B”.

21. The quantities given on the Bid Proposal form and any related contract documents are approximate only. They are given as a basis for comparison of Bids. The City of Visalia does not, expressly or impliedly agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 9 class or portion of work, or to omit portion of the work, as the City deems necessary or advisable, at the prices Bid.

22. Bidders shall satisfy themselves by personal examination of the work site, specifications, plans, and other contract documents and by any other means as they believe necessary, as to the actual physical conditions, requirements, and difficulties under which the project must be performed. The submission of a Bid shall be conclusive evidence that the Bidder has investigated, and is satisfied as to the conditions encountered, as to the character, quality, and quantities of work to be performed, and the materials to be furnished, and as to the requirements of the RFB and the City. No allowance shall subsequently be made because of lack of such examination or knowledge.

23. All Bidders are required to make a Bid on the complete Bid Form (Exhibit “A”). Contractor may be required to submit Proposals on alternate items. The City reserves the right to award to the contract based on the lowest combination or combinations of Proposal items and alternate proposed items.

24. No mention shall be made in the Proposal of sales tax, use tax or any other tax, as all amounts Bid will be deemed and held to include any such taxes, which may be applicable.

25. Only one Bid may be submitted as a “Prime Contractor” for the same work by any firm, individual, partnership, corporation or combination thereof. A Contractor submitting a Bid as a Prime Contractor may not also submit sub-Bids to other competing Prime Contractors. Reasonable grounds for believing that any individual, firm, partnership, corporation or combination thereof is interested in more than one Proposal for the work contemplated will cause the rejection of all Proposals in which such individual, firm, partnership, corporation or combination thereof is interested. A Contractor who is not submitting a Bid as a Prime Contractor may submit any number of sub-Bids to competing Prime Contractors.

26. The City of Visalia is not liable for any costs incurred by Bidder in responding to this Request for Bid.

27. The annual contract resulting from this invitation to bid will be administered by the Parks and Recreation Department. However, the cities Purchasing Division shall be the final judge concerning issues or matters related to contract interpretation or problems regarding the terms, conditions or scope of the contract.

28. Initial contract period shall be for twelve (12) months, renewable annually thereafter for four (4) consecutive one-year periods, at the City’s option, and upon mutually agreeable terms. Contract shall be begin no later than 15 days from the receipt of annual contract.

29. All prices quoted in response to this Invitation to Bid shall be firm and fixed for twelve (12) months from the annual anniversary date of the agreement. In order to protect the interests of the City and to give the vendor a reasonable basis for bidding, a price adjustment feature is hereby incorporated into the specifications. Prices bid by vendor may be adjusted annually at time of contract renewal and upon mutual agreement of the parties to the contract to allow for price increases or decreases for labor and benefit rates, supplies and materials.

It will be the responsibility of the contractor to request a price adjustment and to provide all documentation necessary. The request for price adjustment must be submitted to the Project Manager within the thirty (30) calendar day period prior to the annual anniversary date of the agreement. Requests filed after this time period will not be considered. RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 10

The unit prices for the ensuing contracts shall be based on the movement of the unadjusted figures of the U.S. Department of Labor Consumer Price Index (CPI) for all Urban Consumers (CPI-U All Cities Average). The contract unit prices may be changed in an amount equal to the percentage of movement for the most recent twelve-month period. In no instance shall the price increase exceed 5%. The contract unit price changes as a result of this formula shall be binding on the contractor for the subsequent contract year. The adjustment of the unit bid price shall not be retroactive and shall apply only to changes incurred after approval.

30. This contract may be terminated without cause by the City, in whole or in part, by giving the Contractor fifteen (15) days written notice of the intent to terminate whenever the City determines that termination is in the best interest of the City.

If the Contractor shall fail to provide services or perform satisfactorily the work required by the terms and conditions of the contract, or materially breaches any of its obligations under this agreement the City may terminate the contract, in whole or in part by written notice. Termination shall take effect ten (10) calendar days after the date of mailing said termination notice.

Any assignment, subletting or transfer of the interest of the contractor, either in whole or in part, without the written consent of the City shall be cause for the City to immediately terminate the agreement for default.

Notwithstanding any other provisions of this agreement, this agreement may be terminated by the City upon a single violation of this agreement.

X. POST AWARD RESPONSIBILITIES

1. Written Contract with City. A written agreement in a form similar to that attached to this Request for Bid as Exhibit “C” with Attachments 1-2 must be entered into between the City and the Contractor to whom the project is awarded. The Agreement forms the basis for the contractual obligation between the parties regarding the project. A contract will be provided with the Notice of Award and must be executed and returned to City within ten (10) working days of the date of award notification unless otherwise agreed.

2. Post-Award Responsibilities. Upon execution of the Agreement between the City and the Contractor, the Contractor shall immediately report all changes in its Articles of Incorporation, By-Laws, or Tax-Exempt status to the City.

3. Insurance. Contractor shall obtain and maintain the minimum insurance coverage outlined Exhibit “C”, Attachment 2. Contractor shall provide evidence of such insurance to City’s Purchasing Division prior to commencement of work.

Upon determination by the City that a contract has been entered and Contractor has provided all of the information that it is required to provide pursuant to this RFB, City will issue, in writing, a notice to proceed on the project to Contractor.

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 11 EXHIBIT “A” BID FORM RFB NO. 13-14-21 Project: ANNUAL CONTRACT FOR BACKFLOW DEVICE MAINTENANCE (PARKS & RECREATION)

TO: THE CITY OF VISALIA PURCHASING DIVISION:

In compliance with the City’s Notice Inviting Sealed Bids No. 13-14-21 dated: ______, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor appurtenances and incidentals required for the above stated project as set forth in the RFB, including all Exhibits and related contract documents therefore, and to perform all work in the manner and time prescribed therein.

BIDDER declares that this proposal is based upon careful examination of the work site(s), scope of work, Instructions to BIDDERs, and the contract requirements. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following Bid Schedule.

BIDDER understands that a bid is required for the entire work and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. It is agreed that all prices bid include all appurtenant expenses, taxes, royalties and fees. In the case of discrepancies in amounts bid, unit prices shall govern over extended amounts and words shall govern over figures.

BIDDER hereby agrees to execute a contract and within ten (10) working days, or such further time as may be allowed in writing by the Purchasing Division, after receiving notification of the acceptance of this Bid, and it is hereby mutually understood and agreed that in case the BIDDER does not, said Purchasing Division may proceed to award the contract to others.

BIDDER agrees to commence the work upon receipt of notification from Cal Water Service (approximately February of each year). The notifications will be provided annually and all work is to be completed within four (4) months after the initial notification date, unless extended in writing by the Purchasing Division.

BIDDER shall pay the City LIQUIDATED DAMAGES in the amount of one hundred dollars ($100) a day for each calendar day the project is delayed beyond the “TIME OF COMPLETION DATE”.

BIDDER agrees to meet monthly with the City’s Project Manager during the annual testing period (Feb – May) to provide the City with a written project status report on the number of units tested during those months.

BIDDER further declares that he/she has not either directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with said bid.

BIDDER has read and hereby agrees to the conditions stated in this proposal by affixing his/her signature on the bid form

Award shall be based on bidders per unit bid price.

The following amounts to be shown in both words and figures. In case of discrepancy between words and figures, the words shall prevail.

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 12 Unit Price (Includes all labor and necessary Description: Per specifications of RFB-13-14-21 services) Annual Backflow Prevention Device Maintenance (Includes all testing, maintenance, repairs & replacements) $______

RFB: 13-14-21

Per Unit Bid Price: ______dollars (words) and______cents (words)

Alternate Bid Item: Contractor’s Hourly Labor Rate. An hourly labor rate would apply when the work involved extends beyond the routine maintenance and minor repairs of the device.

ALTERNATE BID ITEM: CONTRACTOR’S HOURLY RATE RFB-13-14-21

HOURLY LABOR RATE: $ ______per hour

(1)______Bidding Firm

(2)______Corporation, Partner, Joint Venture

(3)______Business Address City State Zip Code

______Telephone Number Fax Number

______E-mail Address

(4)______Signature of Authorized Person (Date)

______Type or Print Authorized Person’s Name

PLEASE SEE THE FOLLOWING INSTRUCTIONS REGARDING SIGNATURE

(1) If the BIDDER is an individual, enter name here in style used in business; if a joint venture, exact name of entities joining in the venture; if a partnership, the correct trade style of the partnership; if a corporation, the exact name of the corporation.

(2) If BIDDER is other than an individual, identify here its character, i.e., joint venture, partnership, corporation, including the state of incorporation. If BIDDER is an individual operating under a trade name, state “an individual dba (trade name in full)”.

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 13

(3) State on this line, the address to which all communications and notices regarding the Bid Proposal, and any contract awarded thereunder, are to be addressed.

(4) If BIDDER is a joint venture, signature must be by one of the joint venturers, and if one or both of the joint venturers is a partnership or a corporation, each participating partnership must sign by a general partner, and each corporation by an authorized officer or employee; if a partnership, by a general partner; if a corporation, by an authorized officer or employee. The title of the person signing must appear after his/her signature. Where BIDDER is a partnership or corporation, the names of all other general partners, or the president or secretary of the corporation and their business addresses must be shown below.

Note: All names must be typewritten under written signature. All Addresses must be complete with street number, city, state and zip code.

CONTRACTOR’S PERMIT INFORMATION

License Classification:______Expiration Date: ______

CITY OF VISALIA BUSINESS TAX CERTIFICATE NO.: ______(A City Business Tax Certificate (License) is not required to submit a bid; however, vendor is required to obtain a City License prior to commencement of work or if vendor is presently transacting business within the City of Visalia regardless of whether the business address is actually located within the City. Contact the Business License Division for clarification of questions at 559-713- 4326.

Federal Tax I.D. No.: ______

REFERENCES The following are the names, addresses, and telephone numbers for at least three (3) public agencies for which BIDDER has performed work similar in size and scope within the past two years.

Company Name Address Tel. No. Contact

1.______

2.______

3.______

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 14 EXHIBIT “B-1”

EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE CERTIFICATE (EXECUTIVE ORDER 11246)

To Accompany Bid Form

Equal Opportunity Clause Unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Executive Orders 10925, 11114 or Section 204 of Executive Order 11246 of September 24, 1965, during the performance of each contract with the City of Visalia, the BIDDER agrees as follows:

1. The BIDDER will not discriminate against any employee or applicant for employment because of race, color, religion, gender, national origin or political affiliation. The BIDDER will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, gender, national origin or political affiliation. Such action shall include, but not be limited to, the following: employment upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. The BIDDER agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause.

2. The BIDDER will, in all solicitations or advertisements for employees, placed by or on behalf of the BIDDER, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, gender, national origin or political affiliation.

3. The BIDDER will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or the workers’ representative of the BIDDER’s commitments under Section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice on conspicuous places available to employees and applicants for employment.

4. The BIDDER will comply with all provisions of Executive Order 11246 of September 24, 1965, and the rules, regulations and relevancy orders of the Secretary of Labor.

5. The BIDDER will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations and relevant orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders.

6. In the event of the BIDDER’s non-compliance with the non-discrimination clauses of this subcontract or with any of such rules, regulations or orders, this subcontract may be canceled, terminated or suspended, in whole, or in part and the BIDDER may be declared ineligible for further government contracts in accordance with the procedures authorized in accordance with Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor, or otherwise provided by law.

7. The BIDDER will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each SUBBIDDER or vendor. The BIDDER will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for non-compliance. RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 15 Provided, however, that in the event the BIDDER becomes involved in, or is threatened with litigation with a SUBBIDDER or vendor as a result of such direction by the contracting agency, the BIDDER may request the United States to enter into such litigation to protect the interest of the United States.

Company: ______

Business Address: ______

Signature: ______

Name of Signing Official: ______

Title of Signing Official: ______

Date: ______

Company Seal:

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 16 EXHIBIT “B-2”

NON-COLLUSION AFFIDAVIT To Accompany Bid Form

STATE OF CALIFORNIA ) ) ss CITY OF VISALIA )

______, being first duly sworn, deposes and says that he or she is ______of ______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 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.

Company: ______Business Address: ______Signature: ______Name of Signing Official: ______Title of Signing Official: ______Date: ______

Company Seal:

State of California

County of ______

On this ______day of ______before me, ______, a 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.

Signature ______(Seal)

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 17

EXHIBIT “B-3”

WORKERS’ COMPENSATION INSURANCE CERTIFICATE (CALIF. LABOR CODE § 3700)

To Accompany Bid Form

STATE OF CALIFORNIA ) ) ss CITY OF VISALIA )

I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work under this contract.

Company: ______

Business Address: ______

Signature: ______

Name of Signing Official: ______

Title of Signing Official: ______

Date: ______

Company Seal:

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 18

EXHIBIT “B-4”

CITY OF VISALIA Ownership Disclosure for Contractors and Consultants To Accompany Proposal

NAMES OF PRINCIPALS, PARTNERS, AND/OR TRUSTEES:

Firm Name:______

Firm Address:______

List the names of all principals, partners, and/or trustees. For corporations provide names of officers, directors and all stockholders owning more than 10% equity interest in corporation:

Submitted by: Name ______Date ______

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 19 EXHIBIT B-5

To Accompany Bid/Proposal

STATE OF CALIFORNIA DRUG-FREE WORKPLACE CERTIFICATION STD.21 (REV.12-93) CERTIFICATION I, the official named below, hereby swear that I am duly authorized legally to bind the contractor or grant recipient to the certification described below. I am fully aware that this certification, executed on the date below, is made under penalty of perjury under the laws of the State of California.

CONTRACTOR/BIDDER FIRM NAME FEDERAL ID NUMBER

BY(Authorized Signature) DATE EXECUTED

PRINTED NAME AND TITLE OF PERSON SIGNING TELEPHONE NUMBER (Include Area Code)

( ) TITLE

CONTRACTOR/BIDDER FIRM’S MAILING ADDRESS

The contractor or grant recipient named above hereby certifies compliance with Government Code Section 8355 in matters relating to providing a drug-free workplace. The above named contractor or grant recipient will:

1. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations, as required by Government Code Section 8355(a).

2. Establish a Drug-Free Awareness Program as required by Government Code Section 8355(b), to inform employees about all of the following:

(a) The dangers of drug abuse in the workplace,

(b) The person’s or organization’s policy of maintaining a drug-free workplace,

(c) Any available counseling, rehabilitation and employee assistance programs, and

(d) Penalties that may be imposed upon employees for drug abuse violations.

3. Provide as required by Government Code Section 8355©, that every employee who works on the proposed contract or grant: (a) Will receive a copy of the company’s drug-free workplace policy statement, and

(b) Will agree to abide by the terms of the company’s statement as a condition of employment on the contract or grant.

4. At the election of the contractor or grantee, from and after the “Date Executed” and until ______(NOT TO EXCEED 36 MONTHS), the state will regard this certificate as valid for all contracts or grants entered into between the contractor or grantee and this state agency without requiring the contractor or grantee to provide a new and individual certificate for each contract or grant. If the contractor or grantee elects to fill in the blank date, than the terms and conditions of this certificate shall have the same force, meaning effect and enforceability as if a certificate were separately, specifically, and individually provided for each contract or grant between the contractor or grantee and this state agency. RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 20 EXHIBIT “C” S A M P L E (does not need to be submitted with Bid/Proposal) PROJECT AGREEMENT-ANNUAL CONTRACT FOR BACKFLOW DEVICE MAINTENANCE (PARKS & RECREATION) (City of Visalia Bid No. 13-14-21)

This Agreement, entered into and effective this ______day of ______, 2013 [“Effective Date”], by and between the City of Visalia, hereinafter referred to as the “CITY”, and ______hereinafter referred to as the “CONTRACTOR”, “BIDDER”, or “SUBRECIPIENT”. R E C I T A L S

WHEREAS, CONTRACTOR is an ______(insert individual or entity type) with a primary business address of ______and SSN or EIN: ______; and

WHEREAS, CITY is a municipal corporation and Charter Law City; and

WHEREAS, CITY desires completion of the Annual Project which was let to bid on ______as evidenced by Bid No. 13-14-21 (the “Project”); and

WHEREAS, City of Visalia reviewed and evaluated responses to the Bid and determined to award an contract to CONTRACTOR for the Annual Project; and

WHEREAS, CONTRACTOR represents it is licensed, qualified and willing to complete the Project pursuant to terms and conditions of this Agreement.

NOW, THEREFORE, CITY and CONTRACTOR agree as follows:

1. TERM: The term of this Agreement shall commence on the Effective Date and expire upon completion of all obligations of the parties, unless earlier terminated by the parties. The initial contract shall be for a twelve (12) month period and shall, at the City’s option and upon mutually agreeable terms, be renewable annually thereafter for four (4) consecutive one-year periods. Additionally, this Agreement may be terminated for convenience. In the event of termination or expiration of this Agreement, CONTRACTOR shall transfer to CITY any funds and/or accounts receivable on hand attributable to the use of CITY funds.

2. ATTACHMENTS INCORPORATED: The following are attachments for this Agreement. Said attachments are incorporated into this Agreement as if included in full in the body:

ATTACHMENT NO. DESCRIPTION OF ATTACHMENT Attachment 1 General Contract Provisions Attachment 2 Insurance Requirements Attachment 3 City of Visalia Bid 13-14-21, Contract to Maintain Backflow Devices Attachment 4 CONTRACTOR’s bid in response to Bid No. 13-14-21

3. CONTRACTOR SCOPE OF SERVICES and COMMITMENTS*: CONTRACTOR shall provide the following services for the stated compensation on or before the stated completion dates (“Scope of Services”):

All work described in Scope of Services in Bid No. 13-14-21 RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 21

4. CITY COMMITMENTS: CITY shall perform the following tasks on or before the stated completion dates:

TASK COMPLETION DATE Pay Contractor as work is completed and invoiced As requested by Contractor

5. COMPENSATION: CITY shall pay CONTRACTOR compensation for services as indicated in Paragraph 4 above; however, CITY shall pay not more than the following amount as total compensation under this Agreement, unless otherwise agreed in writing. Such sum shall be expended and paid by CITY on a reimbursement basis for services actually performed based on invoices, receipts, time sheets and similar documents presented by CONTRACTOR to CITY.

Total Compensation: $ Source of Funds: Local Revenues Payment Schedule: Within 30 days of Contractor’s itemized invoice

IN WITNESS WHEREOF, this Agreement is executed on the day and year first above written.

CONTRACTOR

Dated: ______By:______Authorized Officer: I certify under penalty of perjury under the laws of the State of California that I am fully authorized to execute this Agreement for CONTRACTOR in the capacity I have stated, and that such execution is sufficient to bind the CONTRACTOR.

CITY OF VISALIA

Dated: ______By:______City Manager

Dated: ______By:______City Attorney

Dated: ______By:______City of Visalia Risk Manager

Dated: ______By:______City of Visalia Project Manager

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 22 Exhibit “C” Attachment 1 GENERAL CONTRACT PROVISIONS

A. Successors and Assigns: This Agreement shall be binding upon and shall inure to the benefit of any successors to or assigns of the parties.

B. Prohibition of Assignment: Neither party shall assign, delegate or transfer their rights and duties in this Agreement without the written consent of the other party.

C. Notices: Notice shall be sufficient hereunder if personally served upon the City Clerk of the CITY or an officer or principal of the CONTRACTOR, or if sent via the United States Postal Service, postage prepaid, addressed as follows:

CITY OF VISALIA CONTRACTOR 707 W. Acequia Ave. ______Visalia, CA 93291 ______Attention: City Clerk Attention: ______

D. Independent Contractor: It is understood and agreed by the parties herein that CONTRACTOR, in the performance of this Agreement, shall act as an independent contractor, and therefore shall obtain no rights to any fringe benefits that accrue to regular full-time CITY employees.

E. Jurisdiction/Venue/Waiver Of Removal: This Agreement shall be administered and interpreted under the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be in California. Any action brought to interpret or enforce this Agreement, or any of the terms or conditions hereof, shall be brought in Tulare County, California. The CONTRACTOR hereby expressly waives any right to remove any action to a county other than Tulare County as permitted pursuant to Section 394 of the California Code of Civil Procedure.

F. Integration/Modification: This Agreement and each of the documents and exhibits or attachments referenced herein, which are incorporated by reference, represents the entire understanding of the parties as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing signed by the parties, unless otherwise explicitly authorized.

G. Conflict With Law: If any part of this Agreement is found to be in conflict with applicable laws, such part shall be inoperative, null and void insofar as it is in conflict with said law, but the remainder of the Agreement shall be in full force and effect.

H. Indemnification: The CONTRACTOR waives any and all claims and recourse against the CITY, including the right of contribution of loss or damage to person or property arising from, growing out of, or in any way connected with or incidental to the CONTRACTOR’s performance of this Agreement, except claims arising from the concurrent or sole negligence of the CITY or its officers, agents or employees. The CONTRACTOR will indemnify, hold harmless, and defend (at CITY’s option) the CITY against any and all claims, demands, damages, costs, expenses, or liability arising out of the CONTRACTOR’s performance of this Agreement except for liability arising out of the concurrent or sole negligence of the CITY or its officers, agents, or employees.

I. Guarantees and Warranties: 1. IN GENERAL: All guarantees and warranties specifically called for by the specifications and/or this Agreement shall expressly run to the benefit of the CITY.

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 23 2. ONE YEAR GUARANTEE: Besides guarantees required elsewhere, CONTRACTOR shall and hereby does guarantee the project work for a period of one year after the date of acceptance by CITY.

3. WARRANTIES: Warranties required by the Invitation to Bid or this Agreement shall commence on the date of acceptance of the work by CITY, unless otherwise provided in a Certificate of Substantial Completion.

CONTRACTOR warrants that the materials and equipment furnished under the Agreement will be new and of recent manufacturer unless otherwise specified, and that all work will be of good quality, free from faults and defects, and in conformance with the Agreement. Work that does not conform may be considered defective. This warranty excludes remedy for damage or defect caused by abuse, modifications not executed by the CONTRACTOR, improper or insufficient maintenance, improper operation, or normal wear and tear under normal usage.

CONTRACTOR shall indemnify and hold CITY harmless from all claims growing out of the lawful demands of SUBCONTRACTORS, laborers, workers, mechanics, material persons, and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, incurred in furtherance of the performance of this Agreement. CONTRACTOR shall, at CITY’s request, furnish satisfactory evidence that all obligations of the nature here and above designated have been paid, discharged, or waived. If CONTRACTOR fails to do so, then CITY may, after having served written notice on the CONTRACTOR, either pay directly unpaid bills, of which the CITY has written notice, or withhold from the CONTRACTOR’s unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged where upon payment to the CONTRACTOR shall be resumed, in accordance of the terms of this Agreement, but in no event shall the provisions of this sentence be construed to impose any obligations on the CITY to either the CONTRACTOR or its surety. In paying any unpaid bills of the CONTRACTOR, the CITY shall be deemed the agent of the CONTRACTOR and any payment so made by the CITY shall be considered as payment made under the contract by the CITY to the CONTRACTOR and the CITY shall not be liable to the CONTRACTOR for any such payments made in good faith.

Any defective work that is either corrected or replaced shall be warrantied and guaranteed for a period of one year from the date of such correction or replacement.

J. Attorney’s Fees: In the event either party commences any action, arbitration or legal proceedings for the enforcement of this Agreement, the prevailing party, as determined by the court or arbitrator, shall be entitled to recovery of its attorney’s fees and court costs incurred in the action brought thereon.

K. Headings: Section headings are provided for organizational purposes only and do not in any manner affect the scope or intent of the provisions thereunder.

L. Firearms Prohibited: Guns may not be carried by contractors /vendors/ consultants while working on City of Visalia premises without the expressed written approval of a City of Visalia Department Head, or an exemption in the contract. If a contractor/vendor/consultant is caught carrying a gun, without City permission, their contract will be terminated.

M. Liquidated Damages: CITY AND CONTRACTOR ACKNOWLEDGE AND AGREE THAT TIME IS OF THE ESSENCE FOR THIS PROJECT. THEREFORE, FOR EACH DAY THE PROJECT IS DELAYED BEYOND THE AGREED COMPLETION DATE OF FOUR (4) MONTHS FROM THE DATE CITY PROVIDES CONTRACTOR WITH TESTING FORMS, IT WOULD BE EXTREMELY DIFFICULT AND IMPRACTICAL TO ASCERTAIN THE EXTENT OF THE DETRIMENT TO CITY. THE PARTIES HAVE DETERMINED AND AGREED THAT THE ACTUAL AMOUNT OF DAMAGES THAT WOULD BE SUFFERED BY CITY AS A RESULT OF ANY SUCH DELAY IS THE SUM OF ONE HUNDRED

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 24 DOLLARS ($100.00) PER DAY, WHICH IS A REASONABLE ESTIMATE OF THE AMOUNT OF SUCH DAMAGES. THE PAYMENT OF SUCH AMOUNT AS LIQUIDATED DAMAGES IS NOT INTENDED AS A FORFEITURE OR PENALTY WITHIN THE MEANING OF CALIFORNIA CIVIL CODE SECTIONS 3275 OR 3369, BUT IS INTENDED TO CONSTITUTE LIQUIDATED DAMAGES TO CITY PURSUANT TO CALIFORNIA CIVIL CODE SECTIONS 1671, 1676 AND 1677. CITY HEREBY WAIVES THE PROVISIONS OF CALIFORNIA CIVIL CODE SECTION 3389. CITY AGREES THAT THESE LIQUIDATED DAMAGES SHALL BE IN LIEU OF ANY OTHER MONETARY RELIEF OR OTHER REMEDY FOR DELAY, INCLUDING, WITHOUT LIMITATION, SPECIFIC PERFORMANCE, TO WHICH CITY MIGHT OTHERWISE BE ENTITLED UNDER THIS AGREEMENT, AT LAW OR IN EQUITY, AND SHALL BE CITY’s SOLE AND EXCLUSIVE RIGHT AND REMEDY, EXCEPT THAT CITY MAY TERMINATE THE AGREEMENT.

CITY CONTRACTOR ______

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 25 Exhibit “C” Attachment 2

INSURANCE REQUIREMENTS

1. CONTRACTOR Insurance. CONTRACTOR, at its sole cost and expense, for the full term of this Agreement (and any extensions thereof), shall obtain and maintain at a minimum compliance with all of the following insurance coverage(s) and requirements. Such insurance coverage shall be primary coverage as respects CITY and any insurance or self-insurance maintained by CITY shall be in excess of CONTRACTOR’s insurance coverage and shall not contribute to it.

2. Subcontractor(s’) Insurance. If CONTRACTOR utilizes one or more subcontractors in the performance of this Agreement, CONTRACTOR shall obtain and maintain independent insurance as to each subcontractor or otherwise provide evidence of insurance coverage for each subcontractor equivalent to that required of CONTRACTOR.

3. Types of Insurance and Minimum Limits. The following types of insurance and minimum limits are required providing at least the following minimum coverage and limits of liability:

a. Worker’s Compensation written in accordance with the laws of the State of California providing coverage for any and all employees of CONTRACTOR in the minimum statutorily required coverage amounts;

b. Automobile Liability Insurance for each of CONTRACTOR’s vehicles used in the performance of this Agreement, including owned, non-owned (e.g. owned by CONTRACTOR’s employees or contractors), leased or hired vehicles, in the minimum amount of $1,000,000 combined single limit per occurrence for bodily injury and property damage.

c. Comprehensive or Commercial General Liability Insurance coverage in the minimum amount of $1,000,000 combined single limit, including coverage for:

(1) bodily injury; (2) personal injury; (3) broad form property damage; (4) contractual liability; (5) cross-liability; (6) products and completed operations liability

4. Other Insurance Provisions. If any insurance coverage required in this Agreement is provided on a “Claims Made” rather than “Occurrence” form, CONTRACTOR agrees to maintain the required coverage for a period of three (3) years after the expiration of this Agreement (hereinafter “post agreement coverage”) and any extensions thereof. CONTRACTOR may maintain the required post agreement coverage by renewal or purchase of prior acts or tail coverage. This provision is contingent upon post agreement coverage being both available and reasonably affordable in relation to the coverage provided during the term of this Agreement. For purposes of interpreting this requirement, a cost not exceeding 100% of the last annual policy premium during the term of this Agreement in order to purchase prior acts or tail coverage for post agreement coverage shall be deemed to be reasonable.

5. Endorsements. All required Automobile and Comprehensive or Commercial General Liability Insurance shall be endorsed to contain the following clauses:

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 26 a. The City of Visalia, its officers, agents, employees, representatives, and volunteers are added as additional insureds as respects operations and activities of, or on behalf of the named insured, performed under contract with the City of Visalia.

b. It is agreed that any insurance maintained by the City of Visalia shall apply in excess of and not contribute with insurance provided by this policy.

c. This insurance shall not be canceled, limited in scope or coverage, or non-renewed until after thirty (30) days prior written notice has been given to the City Clerk, City of Visalia, 707 W. Acequia, Visalia, CA, 93291

6. Proof of Coverage. CONTRACTOR agrees to provide its insurance broker(s) with a full copy of these insurance provisions and provide CITY on or before the effective date of this Agreement with Certificate(s) of Insurance for all required coverages. Copies of all the required Endorsements shall be attached to the Certificate(s) of Insurance or other evidence of insurance acceptable to the City of Visalia, which shall be provided by CONTRACTOR’s insurance company as evidence of the stipulated coverages. This Proof of Coverage shall then be mailed to the City of Visalia at the following address:

City of Visalia 707 W. Acequia Visalia, CA 93291 Attn: Purchasing Division

RFB NO. 13-14-21 Annual Contract for Backflow Device Maintenance (Parks & Recreation) Page 27 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

5300 blk. W. Hurley Ave. - L8701 Coopman Acres 1 1/4" 825Y, BC7858 62106967 10' s/of curb face n/e corner of Walnut and Teddy - 10' L8702 Westgrove Estates 2" 765, 10102 62139374 e/of curb face s/w Akers of Cambridge - 15' s/of south curb L8702 Westgrove Estates 2" 765, 08555 62139397 face 630 W. Walnut - Walnut & Johnson St., n/w L8703 Sebastian Acres 1 1/2" 825Y, Q3231 52139274 corner 1935 S. Johnson L8704 North Park Homes #2 1825 W. Riggin s/s next to brick wall 1 1/2" 825Y S2235 62044273 L8707 Westwood Park #1 & #2 s/e corner of S. Court and Menlo 1 1/2" 825Y, R3125 62180789 L8708 Foxglen #1 W/side of Cain, n/side of Westcott 1 1/4" 825Y, N4515 62119993 L8708 Foxglen #1 s/w corner of Laurel / Cain 1 1/4" 825Y, P5499 62115416 L8709 Robinwood Estates Hurley & Atwood - 30' w/of Atwood 1" 765, 18255 107015 Akers at Nicholas - 10's/of L8709 Robinwood Estates 1", 375xl, A042325 62115431 Nicholas on east side 4810 W. Caldwell - 100' w/of Crenshaw on L8801 Westwind #1 2" 765,08045 62158513 Caldwell 3400 S. Crenshaw, Chestnut & Mission on L8801 Westwind #1 2" 765, 08783 62120624 Crenshaw S. Chinwoth & Caldwell - n/w Chinowth and L8802 Oakcrest #1 2" 825Y, Q9026 62120683 Caldwell Walnut and Ceda, N of Walnut - Stonebridge L8804 Stonebridge #1 & #2 2" 825Y, AE0207 62190521 Park 5200 Blk. W. Westgate - 30' s/of south L8806 Cypress Ranch 1 1/4 " 825Y, S2066 62119881 curb face 5100 Blk. W. Tulare - 20' w/of Parkwood, L8806 Cypress Ranch 1 1/4" 825Y, R8340 62277202 s/side of Tulare

L8807 Park Summit #1 & #2 318 E. Caldwell, 200' east of Garden St., n/s 1 1/2" 825Y, X7368 62180823

2279 N. St. John's Parkway - s/e corner of L8808 Island Oaks #1 - #5 2" 825Y, V6264 62214802 Clark St.

L8808 Island Oaks #1 - #5 2250 N. Burke St. - 15' w/of west curb face 2" 825Y, V6040 62214792

L8808 Island Oaks #3 n/w corner St. John's Pky. & Modoc 2" 825Y, AE8311 62103407 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

2627 N. St. John's Parkway - w/s 200' n. of Lark L8808 Island Oaks #4 & #5 2" 825Y, A30342 62122870 Ave. L8808 Island Oaks #4 & #5 20' E/St. Johns Pky& 150' N/Lark St. .75" 825Y, H20223 62044272 3200 Blk. of Parkwood Ct. - n/of Parkwood Ct. L8809 Westwind #2 1 1/2" 825Y, AB8284 62214657 and Chestnut 3400 Blk., s/of of Chinowth, west side, next to L8810 Oakcrest #2 1" 825Y, U0170 62129796 brick wall n/e Millcreek Park and Simon - 200' w. of L8901 Kirkwood Estates #1 & #2 1 1/2" 825Y, AA4198 62180820 Simon on N/S Millcreek Park 3500 Blk. Millcreek Park - n/s Millcreek Park, s. L8901 Kirkwood Estates #1 & #2 1 1/2" 825Y, AG5783 62105172 of Teakwood

L8902 Green Pine 150' E. of Goddard, s/s of St. John's Parkway 1 1/2" 825Y, Y0498 62120635 2111 E. Kaweah Crt. s/e corner of Kaweah Crt. L8903 Windemere 1" 765 DJ8693 62071219 and Pinkham 2036 E. Cherry, s/w corner of Pinkham and L8904 Seven Oaks 1" 825Y V5203 8066343 Cherry L8904 Seven Oaks 2230 E. Cherry, 1.5" 825Y, H12657 62050974 L8904 Seven Oaks 2230 E. Cherry, 1.5" 825Y, H20524 62050974 L8904 Seven Oaks 2535 S. Pinkham, 158' S of Cherry 1.5" 825Y, J003983 62117191 L8904 Seven Oaks 2702 E. Cherry 1" 825Y, V203 8066343 N. Akers St, 200 yds. s. of Goshen, w. side of L8905 Country Akers #3 2" 825Y W1884 62214683 Akers L8906 Hidden Oak #1 & #2 1730 E. Cambridge - 100' s/w of Princeton Ct. 2" 860 A02723 62190500 1619 S. Exeter Ct. on Ben Maddox, w. side of L8906 Hidden Oak #3 2" 825Y AE3398 25836010 Ben Maddox and Paradise L8906 Hidden Oak #5 1400 South Ben Maddox Way 2" 825Y Febco #A168402 62180844 145 Lovers Ln., s. of 149 N. Lovers Ln. middle L8907 Spanish Oaks 1" 825Y AF7370 62129783 of block fence 6040 W. Tempe Ave. - n/e corner of Tempe L8909 Copper Creek 2" 825Y AE0257 31611144 and Roeben Paradise and Roeben Rd. - s/e corner of L8909 Copper Creek #1 & #2 2" 825Y V8382 62012707 Paradise and Roeben 6042 W. Dartmouth - n/e corner of Dartmouth L8909 Copper Creek #3 & #4 1 1/4" 825Y AB7752 62051028 and Roeben Rd. Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

6038 W. Mary Ct. - n/e corner of Mary Ct. and L8910 Gold Creek #1 & #2 1 1/2" 825Y AC4346 31651047 Roeben 5801 W. Walnut and Cottonwood, s/w corner of L8910 Gold Creek #1 & #2 1 1/2" 825Y Z5441 62250942 Cottonwood and Walnut W. Walnut and Cottonwood - n/w corner of L8911 Sycamore Creek 2" 825Y V8487 62250939 Walnut and Cottonwood 2040 Chelsea Ct. and St. John's Parkway, s/w L8913 River Oak Park #6 1 1/2" 825Y AC1248 62129744 corner 1149 N. Linwood. s/w corner of Douglas and L8914 Key West #1, #2 & #3 1 1/2" 825Y AB5347 62190504 Linwood. L9002 Giddings Heights #2 2200 N. Giddings Ave. - 400' s. of Ferguson St. 2" 825Y Z3592 62117152

L9002 Giddings Heights #3 2200 N. Giddings Ave., 400 s. of Ferguson St. 2" 825YZ3592 14330486

L9004 Robinwood Estates #3 s/w corner of Douglas and Linwood 1 1/2" 825Y AB5347 5378629 L9006 Fairview Village s/e corner of Riggin and Conyer 1 1/2" 765 80226 62044690

L9006 Fairview Village 801 W. Riggin 825ya, 1.5", J000491 62247659 L9008 Silvercreek Estates Cain & Vine Ct. , west/s. of Cain St. 1 1/4" 825YAB3827 62287515 1737 E. Parrish Ct. - s/w corner of Parrish and L9009 Grove East Esates 1 1/2" 825YAF2277 62126993 Hillcrest L9011 Parcel Map 90-24 Divisadero & James Backflow off of CostCo building 4700 blk of W. Whitendale,500' w. of Linwood L9012 Covington Park 2" 825Y AD7371 31655953 on Whitendale

L9012 Covington Park 5000 Blk. of W. Whitendale 2" 825Y AD7366 31638546

L9014 Willow Brook on the Park 1828 N. Liberty Ct. and Prospect Ave. 1 1/2" 825Y AG5788 62120025 150' w. of Packwood Cree, n/s Caldwell, next to L9015 Stonebrook 1" 825YFebco #AE 9175 10923663 brickwall 1200 blk. west Caldwell - 200' e.of Stonebrook L9015 Stonebrook 2" 825Y AF5396 62287494 St., north side 649 W. Monte Verde Ave., e. side of Johnson L9016 Parkwest #7 2" 825Y AD3396 62015242 St., 40' s. of Whitendale L9102 Rivers Edge #2 W. of Goddard, s/s of St. John's Parkway 1 1/2" 825Y AE0081 08673051

L9107 St. Charles Place 2401 E. Houston Ave. 1" 825Y AH0700 14953292 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

L9109 Quail Creek s/w corner of County Center and Packwood 1 1/4" 825Y AB3762 62066906

L9110 Foxglen #2 1900 Blk. e. Tulare across from 1929 E. Tulare 1 1/4" 825Y AB3760 62129808

L9111 Westwood Estates s/e corner of Akers and Grove 2" 765 00155 31583881 2731 W. Buena Vista Ave. - s/e corner of Buena L9112 Country Club Estates #1 2" 825YA12182 62105173 Vista L9112 Country Club 1349 N. County Center 2", 825Y, J005562 62117134 L9112 Rosemont #1 2834 W. Perez Ct. at County Center 2" 825Y, A32711 62117144 L9112 Rosemont #2 s/e corner County Center & Ferguson 2" 825Y, A149108 82306520 2718 Houston Ave. (backflow location 2530 W. L9112 The Oaks #1-2 2" 825Y, A143048 62139324 Houston Ave.) 2145 N. Zachary St. (Cal water meter located L9112 The Oaks #4 on the south side of Ferguon Ave. n/s of 1 1/2" 825Y Febco #H-01711 62015266 Zachary St. 3550 E. Houston Ave. - Simon Ct. s/s of L9202 East Roosevelt Estates 1 1/2" 825Y h16407 62140033 Houston L9203 Woodland Park #1 2425 W. Houston Ave. 2" 825Y AH6496 62103408 1604 N. Mooney & Elowin - w/s of street, next to L9203 Woodland Park #2 2" 825Y AK1408 13230852 block wall L9203 Woodland Park #4 2200 W. Ferguson and Mooney 2" 825Y, A23675 62114349 4739 W. Tulare Ave. - s/s corner of Tulare L9204 Westgate Estates 1 1/4" 825Y AK1323 62016263 and Crenshaw

L9205 Lois Rois/Casa Blanca 3801 E. Tulare Ave. - 200' east of McAuliff s/s 1 1/2" 825Y BE4180 62117165

L9205 Lois Rois/Casa Blanca 4105 E. Tulare Ave. - 30' east of Sol St. s/s 1 1/2" 825Y BE4011 31655961

4106 E. Tulare Ave. - n/e corner of Tulare and L9205 Lois Rois/Casa Blanca 1 1/2" 825Y BC2062 62117056 Sol St. 4195 E. Tulare Ave. - s/w corner of Tulare and L9205 Lois Rois/Casa Blanca 1 1/2" 825Y BE4043 62051068 Arroyo St. 4196 E. Tulare Ave. - n/w corner of Tulare L9205 Lois Rois/Casa Blanca 1 1/2" 825Y BE4014 62051052 and Arroyo St. 3600 E. Feemster Ave. - n/e corner of 1400 S. L9205 Monteceito 1 1/2" 825Y AK4077 62117078 McAuliff Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

1639 E. Beech - s/w corner of Beech and Ben L9206 Briarwood 2" 825Y AH2264 62109602 Maddox 1633 E. Laura - s/w corner of Ben Maddox and L9206 Briarwood 2" 825Y AH2281 62100706 Laura 3748 E. Mineral King Ave. - n/w corner of L9207 Sierra Point 1 1/2" 825Y AM5614 62214747 Summit St. L9207 Sierra Point #4 115 South McAuliff St. 2" 825Y Febco #A164633 62180845 500 N. Virmargo - Virmargo & Goshen, s/w L9208 Sequoia Heights 1" 825Y BD7037 62099550 corner L9208 Sequoia Heights 204 N. Virmargo 825Y, 1", A054588 62178602 1650 N. McAuliff, 200' s. of Harold - McAuliff L9209 Golden Valley Estates 1 1/2" 825Y, BC2688 62066805 and Elowin Ct., e/s of McAuliff 1800 E. Douglas Ave. - 100' west of O'Malley L9301 Emerald Park 1" 825Y AG2305 62141731 St. n/s L9302 Lisendra Heights 2300 Blk., s. of Akers St. 1" 825Y BC1521 62140010 L9302 Lisendra Heights 120 yds. s. of Whitendale - w/s of Akers 1 1/4" 825Y AL2078 62114294 6041 W. Evergreen Ave. - 40' s. of Evergreen, L9302 Lisendra Heights 1 1/4" 825Y BF8381 621093537 e. side of Roeben 5700 blk. of Whitendale - southside, east of L9302 Lisendra Heights 1 1/4" 825Y BA7991 62051072 Cottonwood 5700 blk. W. Whitendale - north side, east of L9302 Lisendra Heights 1 1/4" 825Y BC7966 62051045 Cottonwood 2900 blk. s. Akers St. - 50' n. of Whitendale, w. L9302 Lisendra Heights 1 1/4" 825Y BC1526 62066806 side of Akers in median L9302 Lisendra Heights Parkway 5810 W. Lisendra Dr. - Sunset Park 1 1/2" 825Y BK4853 62072475 6400 W. Walnut Ave. -n/w corner of Walnut L9304 Savannah Heights 1 1/2" 825Y BE4026 62051049 and Savannah St. s/w corner of Riggin and Dinuba Blvd. - 300' L9402 Fairview Village #5 2" 825Y BD2510 62180873 west of Dinuba Blvd. 440 W. Robin Ave. - s/e corner of Dinbua L9404 Riverbend 1 1/4"975xl2, 3233570 62062252 Blvd. & Robin Ave.

L9404 Riverbend 2403 N. Dinuba Blvd - 200' N of Ferguson 1", 825Y, H34182 62204609

L9404 Riverbend 2402 N. Dinuba Blvd 1", 825Y, J047239 62214601 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

L9404 Riverbend #2 2720 North Dinuba Blvd. 2" 825Y Febco #A-221235 62214786

5400 W. Buena Vista and Akers -- s/w corner L9502 Marseille 1 1/2" 825Y BK2571 62100729 behind wall on Buena Vista 5501 West Ferguson Ave(Cal water meter L9502 Marseille #2 located south side of Ferguson, west of Akers 2" 825Y Febco #A184835 62214798 rd. Maddox @ Caldwell #4 North L9601 3518 S. Stover St. 1 1/2" Febco 825Y, H01573 62030728 side of Caldwell (both sides of

Sequoia Glenn\Maddox @ 3300 S. Ben Maddox Way (Cal water meter L9601 Caldwell (These districts share located on east side of Ben Maddox Way, n/s of 1" 825Y Febco #A080692 62122867 the same water and electrical) Sunnyside, n/s of Dorthea)

6501 W. Walnut south side of Walnut Ave. east L9603 Oak Meadow Estates #1 #3 2" 825Y, A23673 62109610 of Savannah St. L9701 Park Breeze 1300 W. Caldwell, n/s - 60' w. of Stonebrook 2" 825Y, A110452 62051013

L9702 Linwood Ranch #1 s/e corner of Caldwell & Linwood 2" 825Y-A141007 62139298

L9702 Linwood Ranch #2 3921 South Linwood 2" 860 Febco #A02786 62158491

L9702 Linwood Ranch #3 3617 South Chinowth Ave. 2" 825Y Febco #A198581 62190516 L9702 Linwood Ranch #4 3128 South Chinowth Ave. 2" 825Y Febco #A229683 62190519 Linwood Ranch 1-4 / Hunter's L9702 4545 West Redding St. 2" 825Y Febco #A155896 62117135 Crossing #1-2 4645 West Caldwell St. (Cal Water meter Linwood Ranch 1-4 / Hunter's L9702 located on south sideof Caldwell west of 2" 825Y Febco #A222440 62214796 Crossing #1-2 Linwood Ave. 4700 West Whitendale Ave. Meter L9801 Brookside #1 located 50ft N. of Whitendale Ave at 2700 2" 825Y Febco #A157909 62139381 South Kent St. 4834 West Ashland Ave (Cal water Meter L9801 Brookside #2 located on Crenshaw n/s of Ashland and n/w 2" 825Y Febco #H06763 62214793 corner of Linwood and Cherry Ave. 2120 South Atwood St. (Cal Water Meter L9801 Brookside #3 located n/e corner of Atwood St & Wagner off 11/2" 825Y Febco #A2526229 90740169 Walnut Ave.) Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

L9803 Country Meadows #1 2400 East Walnut 2" 825Y Febco #A159259 62180833 2840 E. Cherry Ave. (Cal water meter located L9803 Country Meadows #4 west side of Lovers Lane, N/W corner Lovers 2" 825Y Febco #H07669 2" 62022450 Lane and Cherry Ave to Maple St.

L9901 Sunrise Point 1900 K Road 2" 825YA, #A024084 62158517 300 W. Cameron Ave. (Cal water meter located L9902 Caldwell West Estates #2 n/e corner of Oakview and Cameron Ave to 2" 825Y Febco #A222612 16615558 West St. L9903 Oakwood #1 1433 North Demaree 2" 825Y Febco #A168416 62117048 3820 West Houston Ave. Located North side of L9903 Oakwood #3 2" 825Y Febco #A237572, 62214759 Houston, Demaree to Chinowth Giddings & Whitendale, s/w corner next to brick L0017 Laurelwood Estates 1 1 /4" 825y, AB3840 87251889 wall L0025 Country Akers #1 Pershing & Akers 1" 825Y, J003601 83348291

L0034 Virmargo Village Pinkham & Iris 2" 765, 86605 62180794

L0049 Country Akers #2 Goshen & Peppertree, s/w corner 2" 765, 05856 62139383 2122 W. Ben Maddox - 10' e. of curb face at L0099 Aspen Village 1 1/4" 765 68253 62016264 Ferguson Ct. s/w corner of Ben Maddox and St. John's, in L0099 Charter Oak #1 2" 765 02128 62109600 planter 1233 St. John's Parkway, in median, 100' w. of L0099 Charter Oak #2 1 1/4" 765 49058 98776557 Ben Maddox 1040 E. St. John's Parkway in median, west of L0099 Charter Oak #3 & #4 1 1/2" 825Y BA8555 62062251 Bradley 1818 N. Ben Maddox - n/e corner of Ben L0099 East Glen 1 1/2" 765 91548 62108983 Maddox and Buena Vista

L0099 East Glen 1100 E. Buena Vista 2", 825y, H21345 62068185

Lovers Lane and Cecil - 75' s. of Houston on L0099 Four Creek #2 2" 765 06046 62105184 w/s of Lovers Lane 2915 E Pershing Ct. On Lovers Lane N of L0099 Golden Oaks 1", 825ya, 47974 62073750 Douglas Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

1039 N. Lovers Lane - w. side of Lovers Lane L0099 Four Creeks #1 2" 720A-581204 62180818 at Pershing St. Lovers Lane and Houston - Roosevelt, e/s of L0099 Golden Oak Estates 1" 825Y-Y7974 62122866 Lovers Lane

L0099 Golden West Bike Path 3641 E. Douglas, 25' s. of meter 1 1/2" 765 92531 62062250

L0099 Golden West Village s/s 3500 blk., E. Houston Ave. 1" 825Y AE5201 62140083

1420 N. Citrus St. (Cal Water Meter located L0099 Houston Ave. & McAuliff 2" 825Y Febco #A-235661 11/2" 62214706 north/east side of Houston Ave and McAulliff St.

L0099 Kennedy Heights 2020 E. Houston Ave. & Kennedy Ct. 1 1/2" 825Y-B12805 62050999 3100 blk. Mill Creek Parkway - 50' w. of Velie, L0099 Mill Creek Parkway 2" 765 08336 62051035 in median 2300 E. Mill Creek Parkway - n/s Mill Creek, L0099 Mill Creek Parkway 1" 825Y-J017925 62247782 next to block wall L0099 Mill Creek Parkway 3500 E. Millcreek Parkway in median 1" 825Y, HO3935 3163854 L0099 1842 E. St. John's Pky N/side of street 2" 825Y, AA3856 6476658 S/E Corner on Lovers Ln/Houston in cat eye L0099 2", 825Y, 99734 1266605 planter L0099 Nunez Heights 150' e. of n/e corner of Houston & Goddard 1" 825Y-AE9156 62126985

L0099 Sequoia Heights Bike Path s/e Virmargo & Goshen 2" 825Y BE6929 62109554

L0099 Silver Creek 1315 E. Vine Ct. - Ben Maddox Way side 1 1/4" 825Y, R5169 62158514 2627 N. St. John's Parkway in median, n. of L0099 St. John's Median 1" 825Y, H00576 62122813 Modoc Ditch 2340 E. St. John's Parkway in median 400' W of L0099 St. John's Median 1 1/2" 825Y, H01833 62012703 Goddard 2604 E. St. John's Parkway in median - 60' w. L0099 St. John's Parkway 1" 765 61820 62061911 of Cedar

L0099 St. John's Parkway 1844 E. St. John's Parkway in median 1" 825Y R9544 88751191

2305 St. Johns Pkwy west end south side of L0099 St. John's Parkway 1.5" 825Y AE0081 62139265 wall Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

L0099 St. John's Parkway 2340 E. St. John's Parkway in median 1.5" 825Y AC4299 62139868

L0099 St. John's Parkway 2604A E. St. John's Parkway 1", 765, H386664 62061911

L0099 St. John's Parkway 1844 E. St. John's Parkway 1", 825y, H03949 62247741

L0099 St. John's Parkway 1842 E. St. John's Parkway .75", 975xl2, 3332779 62247741

L0099 St. John's Parkway 1842 E. St. John's Parkway 2", 975xl2, 3281040 62247741

L0099 St. John's Parkway 2627 St. John's Parkway 1.5", 860, A00009 62214718 2805 E. St. John's Parkway in median, west of L0099 St. John's Parkway 1 1/4" 825Y AF2928 62100683 Alder St. n/e corner of Ben Maddox and St. John's, in L0099 St. John's River 2" 765 01838 62120601 planter

L0099 Valley Oaks Lovers Lane & Magnolia Ct. 1 1/4" 825Y-AB3805 62277213 2839 E. Sweet St. - 10' s. of Sweet St. on L0099 Valley Oaks #4 1" 825Y AA9556 62050964 Lovers Lane 1412 N. Maple St. - 40' e. of Maple on Houston L0099 Valley Oaks #5 1 1/2" 825Y-Y2206 31638548 n/s L0099 Village Park Estates Burke at Buena Vista - 15' s.of Buena Vista 1 1/2" 765 91079 62120703 L0099 Virgmargo Bike Path 3500 E Mill Creek Pkwy 2" 825Y-J018564 62120622

L0100 Four Creek #2 951 E Buena Vista 1 1/2" 825Y-J008510 62139349 4735 West Ferguson Ave (Cal water meter L0101 Serenata #1 located on the south side of Ferguson west side 2" 825Y Febco #A220703 62158484 of Kent St. 2233 N. Linwood (NW Crn of Linwood & L0101 Serenata #1 1.5", 825Y, H08163 62016270 Ferguson #62029238 (116 East side of McAulliff, n/s of Packwood Also 2" 825Y H10404 1" S. McAulliff) L0102 McAullif Ranch #1-2 north side of Tulare Ave. at Packwood Creek. 825Y H26740 #62103405 (920 S. McAulliff) L0102 McAullif Ranch #1-2 325 S. McAuliff (On Mineral King) 2" 975xl, 2123264 62105145

L0103 River Run Ranch #1 3740 E. St. John's Parkway 2", 975xl, 820562 62051059 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

L0103 River Run Ranch 4245 E. St. John's Parkway 1.5", 975xl, 3133319 62180786

L0103 River Run Ranch #2 4141 E. St. John's Parkway 2", 975xl, 3009725 62180816 2350 North Tommy St. (Cal Water Meter L0201 Foxwood #1& #2 located North side of Ferguson Ave. East & 2" 825Y Febco #A25057 Meter # 98748285 West of Tommy St. 2235 N. Cottonwood St. (Cal water meter L0201 Foxwood #3 located on the south side of Ferguson Ave., e/w 2" 825Y Febco #H07481 2" Meter #62022447 of Cottonwood St. 2350 North Tommy St. (NW crnr of Tommy & L0202 Cameron Creek Ranch #1 2" 825Y Febco #A258597 62139364 Ferguson 3840 S. Vintage St. (Cal water meter located L0202 Cameron Creek Ranch #1 north side of Cameron Ave, east side of Vintage 2" 825Y Febco #A268653 2" 62022448 St. n/s of Loyola, n/s of Russel Ave. L0202 Cameron Creek Ranch #1 4001 S. Vintage (SW cnr Cameron & Vintage) 2", 825Y, J013755 62139273

L0202 Cameron Creek Ranch #1 3801 S. Court 1.5", LF825Y, Febco, J000403 62247660

L0202 Cameron Creek Ranch #1 60" N/Loyola E/S of Vinatge 2" 825Y Febco #A268653 2" 62008860

100 W. Cameron Ave. (Cal water meter located L0202 Cameron Creek Ranch #2 2" 825Y Febco #H06457 2" Meter #62022451 n/e corner of Vintage St. and Cameron Ave.

South side of Caldwell Ave east and west of L0202 Cameron Creek Ranch #4-5 Oakview Ct. To west St. includes Cul-de-sac 2" Febco 825Y H13795 62190487 planter end of James Ct. 809 W. Caldwell

3636 East Paradise Ave. (Cal water meter L0206 Diamond Creek 2" 825Y Febco #H01626 Meter # 31655949 located on McAulliff n/s of Paradise Ave. 2425 S. Johnson St. (Cal Water Meter located L0207 Whitendale Park #1-2 2" 825Y Febco #A209306 62250980 on Beech e/w of Johnson St. 509 West Evergreen Ave (Cal Water Meter L0207 Whitendale Park #1-2 located on west side ofWest St. from 2" 825Y Febco #A268109 62103422 Whitendale n/s Evergreen Ave. 1151 East Dorthea Ave. (Cal Water Meter Walnut Breeze #1 (Kensington Meter # 16531261 L0208 located n/w corner of Ben Maddox Way and 11/2" 825Y Febco #A242608 Manor) (shared with #2) Dorthea Ave. Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

Walnut Breeze #1 (Kensington s/w corner of Ben Maddox and Dorothea. 3400 L0208 11/2" 825Y Febco #H00600 62250968 Manor) S. Ben Maddox Walnut Breeze #1 (Kensington s/e corner Burke St. & Arlene Ave. 911 E. Arlen L0208 2" 825Y H10929 62253606 Manor) Ave L0209 The Oaks #5 2810 W. Sunnyview Ave. 2" 825Y Febco #H13897 Meter # 62015266

L0209 The Oaks #5 NE Crnr of Sunnyview 2" 825Y Febco #H13897 62043348

L0209 The Oaks #6 2108 N. Terrace St. 2" 825Y Febco #H13969 Meter # 62043343

L0210 Shannon Ranch #1-4 3906 N. Demaree 2" 825Y Febco H12827 62214721 L0210 Shannon Ranch #1-4 3440 N. Demaree 2" 825Y Febco H00566 Meter #62044260

L0210 Shannon Ranch #1-4 3200 N. Leila St. 2" 825Y Febco H12870 Meter #31678515

L0210 Shannon Ranch #1-4 3390 N. Leila St. 2" 825Y Febco H13086 Meter #62044259 2" 825Y Febco H12824 3/4" L0210 Shannon Ranch #1-4 South Park - 2920 W. Jerome Ave. 62030718 825Y FebcoH20143 (D.F.) 2" 825Y Febco H-12823 3/4" L0210 Shannon Ranch #1-4 North Park - 3804 N. Mendonca St. 62030719 825Y FebcoH-06475 (D.F.) L0210 Shannon Ranch #1-4 3006 W. Shannon Parkway 2" 825Y Febco H12836 62190479

L0210 Shannon Ranch #1-4 3212 W. Shannon Parkway 2" 825Y Febco H-13112 62044269

L0210 Shannon Ranch #1-4 3330 W. Shannon Parkway 2" 825Y Febco H12876 62030722 L0210 Shannon Ranch #1-4 North Tower - 3448 W. Shannon Parkway 2" 825Y Febco H12871 62044267 L0210 Shannon Ranch #1-4 3400 W. Shannon Pakway 3/4" Febco 825Y, H23533 (D.F.) No Meter #

L0210 Shannon Ranch #1-4 Shannon Parkway 825Y, 2", H22810 62139236

L0210 Shannon Ranch Chaparral II 825Y, 2", J001564 62114302

L0210 Shannon Ranch Pocket Park 3804 N. Mendonca 825y, 2", H2823 62190505

L0210 Shannon Ranch Pocket Park 3804 N. Mendonca 825y, .75", H06475 62190505 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

L0210 Shannon Ranch #1-4 3300 W. Shannon Parkway 3/4" Febco 825Y, H22460 (D.F.) No Meter #

L0210 Shannon Ranch #1-4 3805 N Demaree 825y, 2", J010151 62114339

L0210 Shannon Ranch #1-4 100' W of NE Crnr of Prescott 825y, 2", J002101 62122777

L0210 Shannon Ranch #1-4 2651 W. Pratt (20' N of meter) 825y, 2", J04441 62117211

L0210 Shannon Ranch 3041 N. Leila 825Y, 2", J009952 62139353

L0210 Shannon Ranch #1-4 3931 N County Center (250' South of Pratt) 825y, 2", J000472 62105155

L0210 Shannon Ranch #3-5 2200 W Shannon Parkway 825y, 2", J010727 62214695

L0210 Shannon Ranch #8 3112 W Riggin 825y, 2", J005594 62073170

L0210 Shannon Ranch #8 3317 W Pratt 825y, 2", J00900 62105156 3326 S. Pinkham St. (Cal Water meter located L0302 South Point Estates at west side of Pinkham St, north of Caldwell 2" 825Y Febco #A271486 31583789 Ave. L0302 South Point Estates #2 3045 S. Pinkham Street 2", 975xl, #1736339 62287425

L0303 Harter Court Walnut Ave, and Cain St. 2" 825YA H000900 62027905 2611 North Akers (Cal water Meter located on L0306 Sienna 2" Febco #H01592 31655960 the west side of Akers n/s of Delware. L0306 Sienna 2701 N. Akers (on Akers 100' south of Modoc) 1", 975xl2, 3435039 62291799 2643 N. Akers Rd. (Cal Water Meter located L1102 Tuscany/Vineyard west side of Akers Rd. n/s of Wren, n/s of 2" 825Y Febco #H01842 6200846 Modoc St. 329 N. McAulliff Ave. (Cal water meter located L0309 Creekside #1 & #2 2" 825Y Febco #H05676 62250973 west side of McAulliff St., n/s of Oak Ave.

3901 E. Murray (75' northwest of meter on the L0309 Creekside #1 & #2 2", 825y, J004484 62122802 south side of the road) Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

L0310 Tiffany Ranch 5848 W. Hillsdale Ave. 2" 825Y H10566 Meter #62030734 L0311 Roeben Ranch 2531 S. Roeben St. 2" 825Y H10378 62043350 2212 S. Roeben St. (Cal water meter located L0313 Lexington Estates (Fieldstone) s/w corner of Walnut Ave. and Roeben St. N/S 2" 825Y Febco #H002668 62105143 of Pryor and N/s of Laura. 730 West Cameron Ave (Cal Water Meter L0314 Caldwell Ranch #1-3 located Cameron Ave, between Court Street 2" 825Y Febco #H04876 16615558 and West St. 1403 N. Comstock St (Cal Water meter located L0315 East Oak Estates on south side of Houston Ave. e/w of Comstock 2" 825Y Febco #A259676 62139302 St. L0316 Hidden Acres 5704 W. Caldwell (on S. Peppertree) 1.25", 825Y, H01975 62050960 L0318 Oakwest 6637 W. Logan 2", 825Y, J007861 62122877 L0319 Ashley Grove 3641 W. Ferguson 2", 825YA, J004981 62158461 L0319 Ashley Grove 3624 W. Ferguson 2", 825y, H20676 62066814 L0323 The Ranch 1900 N. Linwood 2" 825y, A154525 62190497 L0323 The Ranch 4302 W. Houston (12' north of meter) 2", 825Y, H19708 62062287 1317 N. Julieann (n/s houston 50' west of L0323 The Ranch 825y, 2", H21347 62073155 julieann) 1319 N. Julieanne 34' NW of mster, SS of L0323 The Ranch 825Y, 1.25", H07123 62190502 Houston n/w corner of Linwood and Ferguson Ave. 2233 L0324 Linwood & Ferguson 1 1/2" Febco 825Y H08163 62214616 N. Linwood. East side of McAulliff, n/s of Hillcrest Ave. 1802 L0326 Eagle Glenn #1 2" 825Y Febco H14075 62040334 S. McAullif L0326 Eagle Glenn #1 1733 S. Visalia Pkwy (116' S of Harvard) 1.5", 825YA, J000854 62117169 L0326 Eagle Glenn #1 2100 Blk E Walnut (NE Crnr of Pinkham) 825y, 1", A220303 62139907 L0326 Eagle Glenn #1 4320 E. Walnut 825Y, 2", J003677 62214779 1802 S. McAuliff - E side of McAuliff south side L0326 Eagle Glenn #1 2" 825Y-H14075 62214648 Hillcrest L0401 Oakwest #6 6240 W. Hurley 2", 825Y, H20380 62044265 L0402 Four Creeks Estates 1905 N. Edison 825Y, 2", H19513 62068184 L0404 Park Place 3401 S. Villa 825y, 2", J002733 62122799 L0404 Park Place 2100 E. Caldwell LF825YA, 1.5", J000439 62277135 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

3101 S. Lovers Lane (WS Lovers 50' N of L0404 Park Place 825y, 2", H25602 62103391 Sunnyside) L0404 Park Place 3301 S. Lovers Lane 825YA, 1.5", J000501 62247657 2110 E Caldwell (38' E of Pinkham c/f on L0404 Park Place 825y, 2", H26236 62103421 Caldwell) L0405 Sierra Point Villas 331 S. Wind Ct 975XL, 1.25", 19817423 62112627 L0502 Sunrise Park 2705 S. Pinkham 825Y, 2", H21116 62103380 L0503 South Cameron Creek 140 W Visalia Pkwy 825ya, 2", J000014 62072449 610 W. Visalia Pkwy (Approx 380' W of S.West L0503 South Cameron Creek 825y, 2", J002460 62122776 Street & 21' N of S curb face) L0503 South Cameron Creek 928 W. Visalia Pkwy (100' w of fire hydrant) 825y, 2", J020348 62190488 4170 S. Court (200' N of Visalia Parkway on L0503 South Cameron Creek 825y, 2", J002331 62117159 Court) L0503 South Cameron Creek 631 W Cameron (500' E of Oakview) 825ya, 2", J002508 62114344 3323 S. Burke (W/S of Burke between Chestnut L0504 Rancho Santa Fe 825ya, 2", J000241 62103395 & La Sallee - N of Caldwell) L0505 Gunn Ranch 3916 W. Visalia Pky I 825y, 2", H25910 62103369 L0507 St. John's Estates 1648 E. Knight (14' north of meter) 825Y, 1.5", H01578 62066802 L0508 Foxwood #5 2128 N Mae Carden Ct 825YA, 2", J001154 62122787 L0510 Caldwell 1-5 (new) L0511 Fieldstone Oaks 3049 W. Houston 825y, 2", J000955 62117071 L0511 Fieldstone Oaks 2021 N. County Center (250' N of Vine) 825y, 2", J002704 62122785 L0511 Fieldstone Oaks 2140 N. University 825y, 2", J003011 62117081 L0511 Fieldstone Oaks 3100 W. Houston 825y, 2" , J002128 62100746 L0511 Fieldstone Oaks 3218 W. Sweet Ave (Gabriels park) 825y, 1", J007040 62119848 L0511 Fieldstone Oaks 3108 W. Elowin (Covey's Park) 825y, 2", J008631 62119849 L0511 Fieldstone Oaks 1645 N. Mendonca (Christians Park 825y, 2", J007434 62119909 L0511 Fieldstone Oaks 3228 W. Clinton (Spencers park) 825y, 1", J007110 62119890 L0512 Eagle Creek 2126 N. Roeben (50' S of Whitley) 825ya, 2", H001952 62100742 L0512 Eagle Creek 2001 N Roeben St. 825ya, 2", H001952 62117154 L0514 Ashley Grove 3-6 County Center & Oakridge (NW Corner) 825y, 2", J007212 62103377 L0514 Ashley Grove 3-6 3101 W Oakridge 825ya, 2", H009862 62105193 3207 W. Modoc (Park - S side of Modoc L0514 Ashley Grove 3 825y, 2", J012264 62114350 between Vickie & Leila) L0514 Ashley Grove 5-6 3624 W. Modoc 825y, 2", J002399 62114347 L0515 West Park #2 4101 S Kent (SW Crn of Kent & Nellis) 825y, 2", J004316 62122845 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

L0516 Silver Oaks #1 4041 W. Ferguson 825Y, 2", H26374 62105152 L0516 Silver Oaks #1 3255 W Ferguson 825y, 1.5", H12284 62073755 L0516 Silver Oaks #1 3640 W. Buena Vista 825Y, 2", J008291 62122836 L0517 Ashley Grove #12 2818 W. Lark 825y, 2", J010014 62114298 L0517 Ashley Grove #12 2402 W. Riggin 825Y, 2", J009370 62178100 L0517 Ashley Grove #12 2715 N. Mooney 62114340 L0517 Ashley Grove #12 2801 N. Mooney 825y, 2", J016433 62117224 L0519 Pheasant Ridge 6303 W. Ferguson 825Y, 2", H010507 62105141 L0519 Pheasant Ridge 6014 W. Oriole 825ya, 2", J009972 62158464 2900 W. Houston (On Houston betwn CC & L0520 The Country Club #2 825y, 2", J002128 62100746 Mendonca) L0522 Willow Creek 4291 E Bennett Circle (WS of Park/Playground 825y, 2", H24833 62117133

L0522 Willow Creek 4120 E Center (20' east of McAuliff on Center) 825Y, 2", J007882 62122868

L0523 Sterling Oaks 2525 N. County Center 825Y, 2", H25706 62103379 L0523 Sterling Oaks 2639 N County Center 825y, 2", J007803 62105177 L0523 Sterling Oaks 2930 N County Center 825YA, 2", H008522 62117089 L0523 Sterling Oaks 2818 W Riggin 825y, 2", H13963 62073169 L0523 Sterling Oaks 2630 W Riggin 825Y, 2" J021230 62139232 L0523 Sterling Oaks 2702 N. Demaree 825YA, 2", J004459 62139239 L0525 Avalon 3944 W Riggin (Crnr of Riggin & Kayenta) 825y, 1 1/2", J002997 62117126

L0602 Shannon Ranch II Pocket Park 2523 W. Sedona (x/s Zachary) 825YA, 2", J012624 62214694

L0602 Shannon Ranch #7-10 3633 N. County Center 825y, 2", H19790 62072458

L0602 Shannon Ranch #7-10 3455 N County Center 825y, 2", H22806 62072456

L0602 Shannon Ranch #7-10 3200 N County Center 825y, 2" H20509 62072457 L0603 Oakwood Ranch 1241 N. Tilden 825y, 1.5", J000818 62129777 L0603 Oakwood Ranch 1240 N. Tilden 825y, 1 1/2", J003833 62129787 L0604 Valley Palms 2651 N Kayenta St 825YA, 2", J004387 62139245

L0607 West Park #3 4131 S. Chinowth 825y, 2", J016051 62180832 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

4103 S. Linwood (60' S of Nellis on Liwood W/S L0607 West Park #3 2" 825y, H23986 62117180 of Street) L0607 West Park #3 4418 W. Visalia Pkwy I 825y, 2", J016063 62122796 4200 S Linwood (between Nellis & Elkhorn on E L0607 West Park #3 825Y, 2", J010555 62122797 side of Road) L0607 West Park #3 4728 W Visalia Pkway 825y, 2", J005576 62117116

L0607 West Park #3 5202 W Visalia Pkway 825y, 2", J004259 62117148

LL0611 Summers Place 1627 N. Summers Place LF825y, 1", J001650 62191938 L0613 Four Creeks Estates 951 E. Buena Vista 1.5", 825YA, J008510 62139349 L0613 Four Creeks Estates 1103 E. Buena Vista 825y, 2", H21104 62068193 L0708 Oakwest #7 6948 W. Hillsdale 375, 3", L35839 62180878 3843 E. Walnut (SW Corner of Walnut & Rio L0711 Sousa Majestic Oaks 2", 825ya, J010625 62190462 Vista)

L0711 Sousa Majestic Oaks 3701 E. Laura (SE Corner of Laura & McAuliff) 2", 825ya, J010595 62158472

L0714 Luisi Ranch 1500 N Wellsley 2", 825Y, J004060 62117099 L0714 Luisi Ranch 1334 N Demaree 2", 975xl, 3019622 62158475 L0714 Luisi Ranch 3643 W. Elowin 2', 825y, J008968 62180836 L0801 Valley Oaks 2108 S. Shirk St (20' east of meter) 2", 825y, J015792 62158430 309 S. Johnson 15' W of west curb face at 101 City Hall West 825y, 2", R2933 Willow & S. Johnson 31978454 M.H.C.C. 247 W. Ferguson Ave (Summer's Park) 825y, 2", AB9983 9206768

107 M.H.C.C. 247 W. Ferguson Ave (Summer's Park) 825y, 2", AB9983 9206768

108 Anothony Community Center 345 N. Jacob 975xl, 2", 1832523 Not Listed

108 Anothony Community Center 345 N. Jacob 975xl, 2", 1832523 62044696 109 Senior Center 310 N. Locust 860, 2", H01785 31638543 110 Oval Building 808 N. Court St (40' N/ of curb face) 825y, 1 1/4", HO5682 82306527 110 Oval Building 808 N. Court St (40' N/ of curb face) 825y, 1 1/4", HO5682 82306527 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

113 Fire Station #2 2224 W. Monte Vista 825y, 2", BH2299 62214562 113 Fire Station #2 2224 W. Monte Vista 825y, 2 1/2", 9502020559 62214562 121 Fire Station #4 440 W. Ferguson 825y, 2", BH2338 62051039 121 Fire Station #4 440 W. Ferguson 825yd, 2 1/2", 9502020557 62051039 121 Fire Station #4 (bldg) 440 W. Ferguson 825y, 11/4", BG9286 62129762 125 Fire Station #5 6508 W. Ferguson 975XL, 2", 3009715 62158485 125 Fire Station #5 6508 W. Ferguson 825Y, 2", J002147 62214781 125 Fire Station #5 6921 W. Ferguson 350ADA, 6", V19805 35177063 125 Fire Station #5 6921 W. Ferguson 950xl, .75", 3018514xld 35177063 127 Transit Center 525 N. Cain St I 375, 3", L26240 Not Listed 127 Transit Center 425 E. Oak 825Y, 1", H22561 62020308

127 Transit Center 525 N. Cain St (37' W of driveway on Goshen) 825y, 2", J005461 62103393

127 Transit Center 525 N. Cain St 350DA, 6" V05746 Not Listed 127 Transit Center 525 N. Cain St 950XL, .75" W258321 32870406 127 Transit Center 1401 E Goshen 825y, 1", J033756 62148945 127 Transit Center 525 N. Cain St I 375, 3", L26240 62103397 130 Police Substation 230 NW 3rd 975XL, 2", 2777813 62139334 130 Police Substation 204 NW 3rd, bypass meter 32870410 350ADA, 6", V05796 32870410 220 NW 3rd, community camps (7 NW of 130 Police Substation 825Y, 2", H17291 62068191 meter) 204 NW 3rd, 35; SE of N crn of bldg 8' NW of 130 Police Substation 975,x, 2", 2567228 62214673 curb face 130 Police Substation 204 NW 3rd 950XL, 3/4", 2665650 Not Listed 130 Police Substation 230 NW 3rd (Boy Scout Bldg) 950XL, 3/4", 2568049 33759510 130 Police Substation 230 NW 3rd (Boy Scout Bldg) 350ADA, 6", V11709 Not Listed 4100 S. County Center (Approx 90' E of W P/L 131 Police Station #2 (south) 975, 2", 2192042 62105166 on Cameron St) 4100 S. County Center (Approx 100' E of W P/L 131 Police Station #2 (south) 975xl, 2", 2166762 62105164 on Cameron St) 4100 S. County Center (Approx 150' e of w pl 131 Police Station #2 (south) 350DA, 6" V05797 None on cameron 4100 S. County Center (Approx 150' e on 131 Police Station #2 (south) 950XL, .75" W258263 32305508 Cameron 309 Pearl Ave (8' N/ of curb face at Village 213 Village Park 825y, 2", AA3977 62051003 Park) 213 Village Park 825y, .75", J041401 62051003 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

214 Fairview Park Conyer & Wren (N/W Corner of Fairview Park) 825y, 1 1/2", V4121 62120675

215 Houk Park 2640 Royal Oaks Dr 825y, 2", AA3963 62157842 215 Houk Park 2640 Royal Oaks Dr 825Y, 2", H26101 62157842 621 S. Encina St. (10' W/ of curb face, N/W 216 Jefferson Park 825y, 2", H20336 62157846 Encina & Cypress) 216 Jefferson Park 621 S. Encina St. 825Y, 1 1/2", A051148 62157846 217 John Combs Park 3031 S. Crenshaw 825y, 1 1/2", BF1493 62100738 218 Oval Park Oval Park- Court, north side of park 860, 3", F0406231505 95896452 218 Oval Park Oval Park - by office bldg 825Y, 1", H05682 91121223 S. Divisadero- Harvard 20' N/ of So Pa (lot & 10' 219 Rotary Park 825y, 2", BA9232 62139391 E of curb face Rotary park) 220 OLD Soroptimist Park 701 E. Douglas Ave (N/S Building, Sorp park) 825y, 1", J045003 65176908 1551 W. Main (Sierra Dr Alley- Eastside Creek 222 Mayor's Park 825y, 1 1/2", BC2699 62015230 in Alley) 223 Ruiz Park 627 E. Buena Vista 825y, 1 1/4", AG1815 62114322 223 Ruiz Park 627 E. Buena Vista (Buena Vista & Liberty) 825y, 3/4", H43895 62114322 226 Foxwood Park 2253 N Roeben 825YA, 2", J000020 62073180 227 Soroptimist Park 1711 N Bollinger (Buena Vista & Bollinger) 825Y, 1", J044967 62158480 227 Soroptimist Park 1711 N Bollinger (Buena Vista & Bollinger) 825Y, 2", J017473 62158480 227 Soroptimist Park 1900 N Linwood 825Y, 2", J015334 62157844 229 Lions Park 6508 W Ferguson 975XLSE, .75", 3311850 62214781 229 Lions Park 6501 W Ferguson 975xlseu, 2", 3311778 62051005 229 Lions Park 2250 N Denton 825y, 2", j000004 62073178 229 Lions Park 6508 W Ferguson 975xlseu, 2", 3311777 62214781 230 Riverway Sports Park 3810 W. Riverway 825Y, 2", J002649 62103370 230 Riverway Sports Park 3611 N. Dinuba 375A, 4", X15985 70210999 230 Riverway Sports Park 3611 N. Dinuba 375A, 4", X15985 no meter # 230 Riverway Sports Park 3611 N. Dinuba 950xl, .75, 3172822 35762939 230 Riverway Sports Park 3611 N. Dinuba 950XL, .75, 3172826 35629240 230 Riverway Sports Park 3611 N. Dinuba dcda, 4", V23754 no meter # 230 Riverway Sports Park 3611 N. Dinuba 975xl, 2", 2241031 62117093 231 Burke Park 3100 S. Burke 825ya, 3/4", H007673 62157845 231 Burke Park 3100 S. Burke 825ya, 2", H009739 62157845 1130 S. Pinkham Rd (inside fence 20' E/ of East 234 Pinkham Park 825y, 1", J087528 62139286 curb face) Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

1130 S. Pinkham Rd (inside fence 20' E/ of East 234 Pinkham Park 825ya, 2", J016573 62139286 curb face) 235 Library Grounds 400 N. Locust W/S St. next to 825y, 2", R2922 62139269

236 Mill Creek Garden Park 3003 E. Mill Creek (N/E Cr. Of park in planter) LF825YA, 1.5", J000784 62108982

236 Mill Creek Garden Park 3003 E. Mill Creek (N/E Cr. Of park in planter) LF825YA, 1.5", J000994 62108982

237 Summers Park 141 W. Ferguson Ave 825y, 1 1/2", 165001 62120636 237 Summers Park 247 W. Ferguson Ave 825y, 2", L7228 62105175 237 Summers Park 247 W. Ferguson Ave 860, 2", A02294 62139296

237 Summers Park 248 W. Ferguson Ave 825y, 2", AB9983 62010870

238 Crestwood 2850 S County Center 825y, 2", J011828 62062283 2627 N. Bradley St- 400 yds W/ of Be (Maddox 239 St. John's River Park 825y, 1 1/2", AC1118 62131462 on St. Johns Levie E/S pump station 239 St. John's River Park 1844 St. John's Pkwy 825Y, 2", AA3856 96476658 239 St. John's River Park 2451 N. Gowdy 825Y, 2", J019888 62214791 239 St. John's River Park 2451 N. Gowdy 825y, 2", J019788 62214713 239 St. John's River Park 2340 E. St. John's Pkwy 825Y, 1 1/2", AC4299 92660447 239 St. John's River Park 2045 N. Ben Maddox 825Y, 1.5", J006935 62122775 240 Willow Glen Park 5200 W. Hurley 825YD, 4", 5872 68066572 240 Willow Glen Park 526 N. Akers Rd 825y, 3/4", AA9996 62234350 241 Coopman Park 321 N. Lovers Ln (N/S Millcreek) 825y, 1", BB0167 62180839 244 Constitution Park 1137 S. Crenshaw st- I 825y, 2", AH2185 62105149 245 Stonebrook Park Hemlock & Martin 825yd, 3", J4295 62062258 245 Stonebrook Park (Giddings) 1410 W. Hemlock- I & Martin 825y, 1 1/2", AM5655 62062258 245 Stonebrook Park 1410 W. Hemlock & Martin 825y, 3/4", A155732 31897160 246 Sunset Park 5810 W. Lisendra Dr I 825y, 1 1/2", BK4853 60014876 5940 W. Lisendra Dr (inside pump cage N/W 246 Sunset Park 825y, 2", BJ2126 62051007 end of Park) 5940 W. Lisendra Dr (inside pump cage N/W 246 Sunset Park 825y, 2", BK0659 62062258 end of Park) 247 Riverbend Park 2534 N. Court St. I 825y, 1 1/2", J023363 62250955 247 Riverbend Park 2534 N. Court St. I 825y, 3/4", A248914 16615553 So. Court St. (In planter across from Parkview 249 Blain Park 775, 4", 52456 62015277 St.) Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

249 Blain Park 3101 S. Court (across from Parkview St) 975xl2, 2", 3258506 62015277 3101 S. Court (in planter across from Parkview 249 Blain Park 375A, 4", X17226 62015277 St) 250 Whitendale Park W/S 150' N. of Beech St. 825y, 1 1/2", A132758 98039804 NW Cr. West & Beech 20' M of curb f (90' W/ 250 Whitendale Park 825y, 1", A19416 64126996 West st.) 250 Whitendale Park N/W Cor. West & Beech (East parking lot) 880, 3", F0408091617 64126996 252 Plaza Park Concession 1 SW Ballfield Plaza 825y, 2", A221666 62062254 252 Plaza Park 8945 W. Airport 825YA, 2", J006961 62157841 252 Plaza Park 8945 W. Airport 825Y, 2", J006903 62157843 253 Woodland Park 1711 N. Woodland (East side of park) 860, 2 1/2, 9707241238 62122834 253 Woodland Park 1711 N. Woodland 825y, 3/4", A145649 62122834 254 Seven Oaks Parks N/W Side of park 40' East of Edison St. 825y, 3/4", A235968 62015222 254 Seven Oaks Parks N/W Side of park 40' East of Edison St. 825y, 1 1/2", H03777 62015222 254 Seven Oak Parks N/W Side of park 40' East of Edison St. 825y, 1 1/2", H03785 62015222 1200 E. Tulare Ave (S/W Park 200' N. of 254 Seven Oaks Parks-Bark Park 825y, 1 1/2", R1761 62109581 Tulare) 254 Seven Oaks Park- Bark Park 1200 E. Tulare Ave 825y, 3/4", H05450 62109581 410 E. Race st., meter on Bridge st. (Ctr of 279 Ice House Park 825y, 2", R6843 62214748 park, W/S of bldg in planter) 1550 W. Main St. (W/side Hall St. 50' N/ Main 291 Memorial Park 825y, 2", R6724 62051036 st.) 323 W. Acequia Parking 222 W. Acequia 825y, 1 1/2", J001633 62131680 323 W. Acequia Parking 222 W. Acequia DC, 6", 108577 Not Listed 323 W. Acequia Parking 222 W. Acequia DC, 3/4", 19515 32744730 323 W. Acequia Parking 222 W. Acequia 825y, 1 1/2", J001633 62131680 324 City Parking Lot 409 E. Murray 825y, 1", J020604 62190622 324 City Parking Lot 225 N. Garden (at the meter) 825y, 1", H47836 62062124 324 City Parking Lot Center & Johnson 975xl2, 2", 3254165 62190477 324 City Parking lot #29 200 Blk of Bridge 825y, 1", H41254 62062126 324 City Parking Lot #41 307 N Santa Fe 825y, 1", H31294 62023985 Parking Lot #1- 30' N/ of Center (in planter W/S 324 City Parking Lots #1 825y, 3/4", A155799 62138985 of West st.) 324 City Parking Lots #19 503 E. Acequia 825y, 1", A174491 99836901 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

Parking Lot #2, N/S of Center 60' East of 324 City Parking Lots #2 825y, 3/4", AF8580 10388462 Encina in planter 10' N/ of Acequia St. E. 100 Blk (in planter S/E 324 City Parking Lots #28 825y, 1", AE9021 62248009 corner) 324 City Parking Lots #3 S/S alley- 15' West of Dudley 825y, 3/4", AF8702 98039748 324 City Parking Lots #30 211 N. Tipton St (in planter) 825y, 1", A167972 62119867 324 City Parking Lots #33 S/W corner of Center & Floral 825y, 1", A243059 16891906 324 City Parking Lots #34 404 E. Center 975xl2, 2", 3310148 62180791 4' South of SPCA South side fence, 25' E. of W. 324 City Parking Lots #36 860, 2", H03578 62012715 fence 4' South of SPCA South side fence, 25' E. of W. 324 City Parking Lots #36 825Y, 1", H00439 62287420 fence 1900 N. LoversLn (St. Johns Pky S/W/ Cr. 324 City Parkings Lots 825y, 3/4", AB5874 62055899 Parking lot) 810 W. Main St (at Conyor/ Main in planter 324 City Parkings Lots 825y, 3/4", AF8620 62139005 across) 120 W. Center (Southside of Dumpster Wall in 324 City Parkings Lots 860, 1", H20497 62107021 planter) Court & Plaza Parking Lot #11 (N.W. corner of 324 City Parkings Lots #11 825y, 3/4", A173751 62138990 Court & Acequia in planter) Parking Lot #12- 20' E of Locust (in planter on 324 City Parkings Lots #12 825y, 1", AE9164 96189588 Center) 4' N/S of Alley, on Center St between Dudley & 324 City Parkings Lots #36 825y, 1", H22545 62021475 Giddings 211 W. Murray Ave. (150' East of Encina on 324 City Parkings Lots #37 825y, 3/4", A267030 62012997 Murray) 211 S. Stevenson (20' S of Alley W/S street in 324 City Parkings Lots #4 975xl, 1.5", W273583 62112602 planter Parking Lot #4 Parking Lot #9 on Church (60'S of Center West 324 City Parkings Lots #9 825y, 1", 3254169 62190476 curb face) 115 N Church (S. Side of Riggin 300' E of Plaza) 8737 W. 364 Roadsides & Unimproved 975XL, 1", 271961 62253598 Riggin

365 Riggin Median 3816 W Riggin (N/S 3800 blk Riggin) in median 825y, 1", J038372 62117121

365 McAuliff Median 1652 N. McAuliff 825y, 1", H34184 62029190 365 McAuliff Median 801 W. Riggin 62044690 365 McAuliff Median 801 W. Riggin 62247659 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

365 McAuliff Median 3801 S. Court 62246660 364 Roadsides & Unimproved 3255 W. Ferguson Ave 825y, 1 1/2", H21262 62066803 Medians & Unimproved- 451 201 W. Main (SW corn Main & Locust) 825Y, 1 1/2", J000185 62204854 Dowtown malls Medians & Unimproved- 451 108 N. Bridge 975xl2, 1", 3523759 62232565 Dowtown malls Medians & Unimproved- 451 312 N. Court (NE Crn of intersection) LF825y, 1", J001328 62131211 Dowtown malls Medians & Unimproved- 451 S/S of Main St (in planter 60' E/ of Locust st) 825y, 1", AA9831 15851582 Dowtown malls Medians & Unimproved- 451 101 E. Main (SE crnr Main & Court 825y, 1 1/2", J000164 62213576 Dowtown malls Medians & Unimproved- 451 701 E. Race (12' south of the meter) 825y, 1", J037849 62131613 Dowtown malls Medians & Unimproved- 451 Encina & W. Main St 825y, 1", A005317 62131579 Dowtown malls Medians & Unimproved- 451 300 N. Church St 825y, 1", H41252 62056211 Dowtown malls Medians & Unimproved- 451 220 W. Main St. (Encina St. N/E corner) 825y, 1", A005321 62003079 Dowtown malls Medians & Unimproved- 451 W. Main St. & Floral (S/E corner in planter) 825y, 1", A003407 62010232 Dowtown malls Medians & Unimproved- 451 W. Main St. & West St. (S/E corner in planter) 825y, 1", J001424 62107351 Dowtown malls Medians & Unimproved- 451 209 S. Church 825y, 1", H41239 62061997 Dowtown malls Medians & Unimproved- 451 310 N. Sante Fe (on north property line) 825y, 1 1/2", J002963 62109599 Dowtown malls Medians & Unimproved- 451 Church & Main (in planter S/W corner) 825y, 1", AB3465 62129719 Dowtown malls Medians & Unimproved- Garden & Main (S/W corner Garden & Main in 451 825y, 1", A005322 62024086 Dowtown malls planter) 451 Medians 3107 S Akers 825Y, 1", H48040 62099576 Medians & Unimproved- 451 110 N. Bridge St. 825y, 1", H41287 62061949 Dowtown malls Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

Medians & Unimproved- 451 1100 N. Demaree 975xl, 2", 3040562 62158478 Dowtown malls Medians & Unimproved- 3811 S. Demaree (S of SE entrance by sonic, N 451 825y, 1", J071045 62271346 Dowtown malls of Packwood) in median Medians & Unimproved- 451 Acequia & Floral (N/W corner in planter) 825y, 1", A005325 62107318 Dowtown malls 452 Oval Triagles 100 Pine St. (7' W of East curb face) 825y, 1", 3450449 09137545 452 Oval Triagles 200 Pine St. (7' E of West curb face) 825y, 1", AD8466 62117470 452 Oval Triagles 208 N.E. 1st (E/S of Triagle) 825y, 1", AE4639 62044518 452 Oval Triagles 200 N.W. 1st & 700 N. Encina 825y, 1", AE9013 98980621 453 Beech Ave Median 2421 S. West St. (100' S of Beech Ave) 825y, 3/4", A236002 15851563

455 Divisadero Median 700 S. Divisadero (between Myrtle & College) 765, 3/4", 57853 62067105

455 Divisadero Median 611 S. Divisadero (60' S/ of Kaweah) 765, 3/4", 74604 62067103 455 Divisadero Median 513 S. Divisadero (70' N/ of Kaweah) 765, 3/4", 57490 93643326 456 Highland Median 719 N. Highland (W/S of median) 825y, 1", A007790 62067179 457 Linwood Median 3129 S. Linwood St. (Clock # 7) 825y, 1", AC1819 62073555 457 Linwood Median 1840 S. Linwood (Clock #3) 825y, 3/4", A173778 98489029 457 Linwood Median 1420 S. Linwood (Clock #2) 825y, 1", AE5204 62073649 457 Linwood Median 1019 S. Linwood (Clock #1) 825y, 1", AE8889 62073650 2245 S. Linwood (Clock #4)- N/W of Linwood & 457 Linwood Median 825y, 1", Z5987 62073554 Laura 457 Linwood Median 2512 S. Linwood (Clock #5) 825y, 1", AA6787 62073556 457 Linwood Median N/W Corner of Santa Fe & Paradise 825y, 3/4", AA3689 81671073 457 Linwood Median 2926 S. Linwood (Clock #6) 825y, 1",AA9744 62044605 458 Lovers Ln Median, N/198 1148 S. Lovers Lane 825y, 1 1/2", H43078 62056029 458 Lovers Ln Median, N/198 2251 S. Lovers Lane 825y, 1", H43347 62056052 458 Lovers Ln Median, S/198 1234 S. Lovers Lane (in Median) 825y, 1", BC4112 62178742 736 S. Lovers Ln I (E of RN Market N/ Driveway 458 Lovers Ln Median, S/198 825y, 1", H41262 62056028 center Parkway) 458 Lovers Ln Median, S/198 Lovers Ln (S of Paradise) 825y, 1", H41281 62056026 459 Mooney Blvd Median 2600 S.Mooney Blvd (Clock #9) 765, 1", AD4720 85225713 459 Mooney Blvd Median 1700 Blk S. Mooney Blvd (Clock #7) 765, 1", IG4136 Not Listed 2100 Blk S. Mooney Blvd (Clock #8)- fr 2nd 459 Mooney Blvd Median 765, 1", AE4903 Not Listed approach S/ of Walnut 459 Mooney Blvd Median 1234 S. Mooney Blvd 825y, 1.5", J009824 62180801 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

459 Mooney Blvd Median 600 S. Mooney Blvd (Clock #1) 825y, 1", BB50553 14460586 459 Mooney Blvd Median 3300 S. Mooney Blvd 825y, 1.5", J012925 62180798 459 Mooney Blvd Median 750 S. Mooney (Clock #2) 825y, 1", A155582 19347651 459 Mooney Blvd Median 910 S. Mooney Blvd (Clock #3) 825y, 1", BB9224 9600841 459 Mooney Blvd Median 1139 S. Mooney Blvd (Clock #4) 765, 1", AD8422 Not Listed 459 Mooney Blvd Median 1410 S. Mooney Blvd (Clock #5) 765, 1", AD4649 Not Listed 459 Mooney Blvd Median 3200 S. Mooney Blvd (Clock #11) 765, 1", AD4791 83348298 459 Mooney Blvd Median 2950 S. Mooney Blvd (Clock #10) 765, 1", AD4778 3763553 459 Mooney Blvd Median 1500 Blk S. Mooney Blvd (clock #6) 765, 1", AD4729 Not Listed 460 Whitendale Median In Median on Whitendale at Watson st. 825y, 1", A174500 14703293 460 Whitendale Median In Median on Whitendale at Locust 825y, 1", AB4906 16255587 462 Dorothaea Gateway 1749 Dorothea Ave (200' E of Fairway Ave) 825y, 1", A012271 62148925 5400 W. Hillsdale I (in median, west of 465 Hillsdale Median 825y, 3/4", AC1952 91855294 Tamarack Ct.) Goshen& Lovers Ln (in median 150' N/ of 467 Lovers Ln Median, N/198 825y, 1", 6823 62040344 Goshen) 467 Lovers Ln Median, N/198 3301 S. Lovers Lane 62247657 1001 A S. Ben Maddox (in median 300' N/ of 468 Ben Maddox S. of 198 825y, 2", S2637 62044268 Tulare Ave) 3300 BLK S. Ben Maddox Way (located 200' S/ 468 Ben Maddox S. of 198 825y, 1", A112568 84422675 of Sunnyside on Ben Maddox E/side of street)

468 Ben Maddox S. of 198 3300 BLK S. Ben Maddox Way (in median) 825y, 1", H26763 62029247 Caldwell Median E&W of 469 1674 W. Caldwell Ave 825y, 1", A000390 62204934 Mooney 469 Caldwell Median 3501 W. Caldwell LF825ya, 1.5", J000481 62247959 469 Caldwell Median 2100 E. Caldwell 62277135 469 Caldwell Median 150' E of West St. 825y, 1.25", H06992 62159408 469 Caldwell Median 268 E. Caldwell - median 825y, 1", H27065 62159410 469 Caldwell Median 809 W. Caldwell 825y, 1", H27065 62204310 469 Caldwell Median 322 W. Caldwell - 150' E of Court Median 825y, 1", J026449 62159410 2046A Sunset Dr (in median N/side across fr 470 N. Mooney Blvd Median 825y, 2", R2869 62100686 sunset-main & mooney) 1604 N. Mooney (in median 2200 Blk of Elowin 470 N. Mooney Blvd Median 825y, 1 1/2", AM5451 62129671 across st) 470 N. Mooney Blvd Median 3213 N. Mooney 825ya, 2", J012544 62214687 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

216 S. Ben Maddox Way (in median between 472 Ben Maddox S. of 198 LD 825Y, 1.5", LF825y 62192353 main st. & mineral king) 474 Noble & Min King Rdse. 4240 W. Mineral King 975xl, 1", N2930736 62159467 474 Noble & Min King Rdse. 4240 W. Mineral King 765, 1", H284710 62159466 474 Noble & Min King Rdse. 4240 W. Mineral King 825Y, 2", J010057 62139229 474 Noble & Min King Rdse. 4027 W. Noble (100' north of meter) 825Y, 1.25", H41278 62056202 474 Noble & Min King Rdse. 4123 W. Mineral King 825y, 1", H41270 62056128 474 Noble & Min King Rdse. Conyer & Mineral King (200' West of Conyer) 825y, 1", A0053333 87637780

474 Noble & Min King Rdse. Giddings & Mineral King (200' East of Giddings) 825y, 1", J004262 62247937

474 Noble & Min King Rdse. Dollner & Mineral King 825y, 1", A005335 62119884 474 Noble & Min King Rdse. 1103 E. Mineral King (East of Oakhurst st) 825y, 1", A005338 97775919 474 Noble & Min King Rdse. 5101 W. Noble 825y, 1", H41274 62056102 474 Noble & Min King Rdse. 601 E. Mineral King (East of Tipton St) 825y, 1", J018132 62190506 3118 W. Whitney (in front of sta 26 - Redwood 474 Noble & Min King Rdse. 825y, 1", H11097 62013974 & Whitney) 474 Noble & Min King Rdse. 1304 W. Noble 825y, 1 1/4", H01584 62061921 1200 W. Noble_ Oak Park & Noble (100' W of 474 Noble & Min King Rdse. 825y, 1", A005859 98776586 Oak Park, N/S of Noble in planter 474 Noble & Min King Rdse. 701 E. Mineral King (in planter) 825y, .75", H23585 62204333 475 Sante Fe Rdse. 2300 Blk S. Santa Fe (W/S of Road) 765, 1", AD4662 Not Listed 475 Sante Fe Rdse. 2700 Blk S. Santa Fe (W/S of Road) 825y, 1", BD1642 81671071 476 Goshen Median 3801 W. Goshen Ave & Tilden Ave 825y, 3/4", A4492 62204925 4901 W. of Goshen Ave (300' E/ of Atwood, in 476 Goshen Median 825y, 3/4", A005021 62204924 median) 476 Goshen Median West Goshen Ave & Century 975xl2, 3/4", A202679 98039734 476 Goshen Median 8200 W.Goshen Ave 825y, 1", H13932 62017283 476 Goshen Median 8255 W. Goshen 825y, 3/4", A163835 62126878 Marcin & Goshen (100' W. of Marcin st. on 476 Goshen Median 825y,1", H13839 62021396 Goshen Ave) 476 Goshen Median Goshen & Peppertree 825y, 1",H14070 62021390 476 Goshen Median 4405 W. Goshen Ave 825y, 3/4", A004146 15685114 476 Goshen Median 4405 W. Goshen Ave 375xl, .75", A042326 62071202 1900 Blk E. Walnut Ave (on walnut straight 477 East Walnut Roadside 825y, 1", BB9237 62140005 across from Cain st.) 477 East Walnut Roadside 2100 Blk E. Walnut Ave 825y,1", A220303 62139907 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

200 Blk E. Houston & N/E 5th Ave (middle of 478 Houston Triangle 765, 1", 03718 62067121 triangle on N/side) 2900 S. Court St. (N/E Corner of Court & La 479 Packwood Estates 825y, 1", A007791 62105369 Vida Ave) Akers & Tulare (60' W. of Akers Rd, N/S Tulare 482 Akers Median S. of 198 825y, 2", A176692 62127041 Ave) 482 Akers Median S. of 198 624 S. Akers Rd B (80' N/ of Cypress on Akers) 825y, 2", BC0295 62100713

482 Akers Median S. of 198 1545 S. Akers St (100' W. of Judy Ave) 825y,3/4", H07664 62010112

482 Akers Median S. of 198 2649 S. Akers St. I (300' N. of Whitendale Ave) 825y, 1", A249500 62008656

482 Akers Median S. of 198 3107 S Akers 825Y, 1", H48040 483 South Entry Sign 99 Hwy (S/S of ditch) 825y, 3/4", AB4197 62129761 1745 W. Sunnyside- S/E Cr. E/side (of wall in 486 Sunnyside Gateway 825y, 3/4", W6284 62141885 planter) 488 Akers Median, N.of 198 1037 N. Akers 975xl, 3/4", 2933617 62247632 488 Akers Median N of 198 2111 N. Akers 825y, 1", H06011 62119856 491 Modoc Ditch Bikepath 2419 N. Encina 825y, 1 1/4", BB7565 62247806 492 Goshen Ave Bikepath W. Goshen Ave (N/S of Road) 825y, 3/4", A163841 62129763

492 Goshen Ave Bikepath 6200 W. Goshen & Mae Carden (S/S of road) 825y, 3/4", A123817 98039710 1600 W. Goshen Ave (N/W corner of Goshen & 492 Goshen Ave Bikepath 825y, 3/4", BJ4870 62131605 Leslie) 701 N. Mooney & Goshen (S/E corner of bus 492 Goshen Ave Bikepath 825y, 3/4", A004151 62139985 impound fence) 1300 W. Murray (N/W cornerof Murray & 492 Goshen Ave Bikepath 720A, 3/4", A042972 62204896 Giddings) 501 Civic Center Grounds 707 W. Acequia 825y, 1 1/2", AC1266 31655957 545 Visalia Business Aviation 9501 Airport, Parking Lot 825y, 1 1/2", A160745 16521412 545 Visalia Business Aviation 9500 W. Airport Dr. B 825y, 1", AM4381 13800154 545 Visalia Business Aviation 9500 Airport Dr (Building Patio) 825y, 1", A155594 62050975 440 N. Giddings Westside behind field (10' S. of 571 Rawhide 825y, 1 1/4", 3243421 62114328 middle gate) 571 Rawhide Parking lot Middle of S/S planter 825y, 3/4", AB4178 Not Listed 80' N/W alley @ Du (No. of Center St. 571 Rawhide 765, 2", 97245 62122794 Recreation Park) 571 Rawhide 100' W of Turner in alley 950XL, 3/4", 2372403 32752008 Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

571 Rawhide 300 N. Giddings (feed by 2" meter) RP, 4", X10383 62158457 571 Rawhide 300 N. Giddings 950xl, 3/4", 2957203 35032665 571 Rawhide 440 N. Giddings DCDA, 6", V01781 Not Listed 571 Rawhide 300 N Giddings DCDA, 6", V18375 Not Listed 4721 W. Manor Ct. I (In ponding basin next to 575 Webb Estates Pond 825y, 1", A012183 62201340 sce) 577 Briarwood Ponding Basin W. Seeger & Beech Dr. 825y, 3/4", AB5914 13056571

577 Briarwood Ponding Basin 2245 S. Beech (N of 2301 S Beech) 975xl, 1", 3181919 62155861 579 Packwood Riparian 1820 W. Cameron 825y, 1.25", H08857 62209345 900 Blk W. Caldwell Ave (150' W. of Packwood 579 Packwood Riparian 825y, 1", AE9175 10923663 Crk N/side) 579 Packwood Riparian 4200 S. County Center Dr. 825y, 2", J008501 62105168

579 Packwood Riparian 947 S. Rio Vista St. (100' N/W of Meadow Ave) 825y, 1.5", AB8251 62061923 3418 E. Howard Ct. (10' N/W of fence on 579 Packwood Riparian 825y, 2", H16816 62044691 Creekside) 580 Mill Creek Riparian 160 N. Akers 975xl2, 2", 3371204 62248040 300 Conyer St. On Conyer 200' (N. of Mineral 580 Mill Creek Riparian 825y, 2", Y0764 62250985 King on E. Side- Conyer Park) 101 N. Fairway (S/W side of Road next to 580 Mill Creek Riparian 825y, 1", H16997 62220063 Creek) 580 Mill Creek Riparian 3500 E Mill Creek Pky 825y, 1", H03935 31638541 580 Mill Creek Riparian 1723 N Dunworth (near 3500 E Mill Creek) 825y, 2" S6450 62190480 581 Straford Pond 3209 W. Rialto Ave 825y, 3/4", BK2117 95468571 1300 S. McAuliff - East end of (S/S of Tulare 584 McAulliff Pond 825y, 1 1/2", AC1262 62209343 Ave) Per Don Stone 1301 S. McAuliff 1300 S. McAuliff Rd I- 100' S/of Tu (South east 584 McAulliff Pond 825y, 1", A003428 62204725 side) 587 Lisendra Pond 6200 W. Walnut 825y, 2", AE3293 62129654 8231 W. Doe Ave (N/W Corner Doe Ponding 590 Doe Ponding Basin 825y, 1 1/2", AB8251 94570200 Basin) N/S Mineral King-Ponding Basin (halfway 591 McDermott Basin 825y, 1 1/4", H00361 62012684 between Demaree & Chinowth) N/S Mineral King-Ponding Basin (halfway 591 McDermott Basin 825y, 1", H19522 62029189 between Crenshaw & Linwood) Exhibit "D"

BACKFLOW DEVICE LOCATIONS LISTING

DIV. # SUBDIVISION Address Meter Location BACKFLOW DEVICE METER # MODEL, SIZE, SERIAL #

3903 E. Murray (150' E of McAuliff on S.Side of 591 Willow Creek Ponding Basin LF825y, 1.5", J000546 62190483 Murray