Loading...
HomeMy WebLinkAboutC-7173-1 - Balboa Island Water Main Replacement - Phase IMay 22, 2019 T. E. Roberts, Inc. Attn: Timothy Roberts 306 W. Katella Ave., Unit B Orange, CA 92867 CITY Of' NEWPORT SiACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 fax newportbeachca.gov Subject: Balboa Island Water Main Replacement — Phase 1 — C-7173-1 Dear Mr. Roberts: On May 22, 2018, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 23, 2018 Reference No, 2018000187451. The Surety for the contract is Travelers Casualty and Surety Company of America and the bond number is 106827319. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure EXECUTED IN TWO COUNTERPARTS BOND 11106827319 PREMIUM $16,099 PROJECT: BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 1 CONTRACT NO. 7173-1 CITY OF NEWPORT BEACH BOND NO. 106827319 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 16,099 , being at the rate of $ _$12.95 / $9.05 PER thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to T.E. Roberts, Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of : Removal of existing four -inch (4"), six-inch (6") and eight -inch (8") distribution main; Construction of six-inch (6"), eight -inch (8") and twelve -inch (12") valves; Construction of six-inch (6"), eight -inch (8") and twelve -inch (12") distribution main including all appurtenances, fittings, services and connections to the existing water system. The work involves open -cut method to install C-900 PVC DR 14 water distribution pipe, fittings, isolation valves, service reconnections, pavement restoration and appurtenant work as required by the Contract Documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million Five Hundred Sixty Three Thousand Four Hundred Dollars and 00/100 ($1,563,400.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable T.E. Roberts, Inc. Page B-1 expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 29TH day of T.E. ROBERTS, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMFANY OF AMERICA Name of Surety ONE TOWER SQUARE HARTFORD, CT 06183 Address of Surety (909) 612-3675 Telephone APPROVED AS TO FORM: CITY ATT RNEY'S OFFICE Date: �,) By'---= ---- IY�z7 Aaron C. Harp �•+� City Attorney CHARLES L. FLAKE, ATTORNEY-IN-FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T.E. Roberts, Inc. Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County ofol_e } ss. On 12- t-(20�f_beforeme, kl(Y) t\tf. Notary Public, personally appeared -rL whk 4 yok)—&A- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal."� CO wME ts2o.54795 j n� Notary Public California Lk nY/' C � Orantl^ L'ounty � �,( ,hk_,, lLa g P1 Comm. Fx�ires�Fe6�7Y2018 Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) T.E. Roberts, Inc. Page B-3 CALIFL,r<NIA ALL-PURPOSE ACKNOW.-cDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On 11-29-17 before me, Lexie Sherwood Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L. Flake M LEXIE SHERWOOD COMM.L*C`* 2203287 z (9 NOTARY PUBUC �CUrORNll1 ORANGE COUNTY Comm. Exp. JULY 27, 2021 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 fficial seal. Signature (I✓ ,( �LGIl'O19 Place Notary Seal Above Signature ofNoftify Public Lexle Sherwood OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal anti reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer--Title(s):_ ❑ Partner [I Limited LJ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name:_- ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: WARN11` -I IIS POWER OF ATTORNEY IS INVALID Wl1110U1 TI IP- P—' uOFIDLH POWER OF AXTORNGY TRAVELERS.] Farmington Casually Company Sl. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company 'Travelers Casualty :lit([ Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America Sl. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Sl. Paul Guardian Insurance Company Attorney -In Fact No. 232427 Certificate No, 007302087 KNOW ALL MRN BY THESE PRESENTS: Thal Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casually and Surely Company, Travelers Casualty and Surety Company of Amcrica, and Flailed States Fidelity and Guaranty Company are corporations duly organized aside, file laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is it cuporalion duty organized under the laws of the State of Iowa, and That Fidelity and Guaranty Insurance Underwriters, tile., is a corporation duly organized tinder the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Charles L. Flake, David L. Culbertson, Lexie Sherwood, Spencer Flake, and Heather Willis of the City of ADahClni — _, Stale of --California , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, Seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, gumrnaecing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be Signed and their corporate seals to he hereto affixed, this - - - _ 20th day of.. _ July__---- 2017-_ Farmington Casualty Company Fidelity and G mortality Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Rel Fire sed Marine Insurance Company St. Paul Guardian Insurance Company St. foul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company a cesoatx TM n �,M..! p p��,«soA � esu. untie ywµ 11Y s 4�aoNt9 Ino y m f .t a�;F1 13:'�a^voaaree i a a� �y 0 1977 1 _. :mf 1:, a xuawxo, rumrarq Y e b1 4F.aL{o' 0 m o .ry„tllf J ANNA � `o+•. Ma � ) .•_• �4° State of, Connecticut Cily of Ranter(] ss. Y. Rohea1 L. Raney, Senior We Prcvidenl On this the 20th Lilly of - JuUU _ _ _ _2017, bclirc nlc personally uppeurod R,iberl L. Ihmcy, wh,i acknewlcdgcd hinrsclf to he the Scniur Vice Resident of Farmington Casually Company, Fidelity and Guaranty Insm'nnce Company, Fidelity and Guaranty Insurance Ilndorwrilem, Inc., St. Paul Fire and Marine Insurance (",initially, SI. Paul (halu'dinn Insurance Company. SI. Paul Mercury Inwrauce Company, Travelers Casualty and Surely Company, TiLivelers Clealalty and Surely Company of America, sod United Slnles Pidelay and Gunranly Company, and Thal he, as such, being authorized so to do, executed the foregoing inslrunenl Rr file purposes therein contained by signing oo behalf of the curpomtions by hirmoll as a duly nmhmized officer. �,7lT In Witness Whereof, I hereunto set my hand and olhowl seal. LIQ \\`,�\\v},/w� My Commission expires the 30111 day of JUne, 2021. * A(�U\G * 0 `• Marie C.'fcnwua, Noanry Public— - 58440-5-16 Printed in U.S.A. WAIVING. 1I IS I'OWEFI OF At TORN[ Y IS INVAI_IU WI 1'1-10111 l I IL RED SOI N 11 This Power of Attorney is granted under and by the .,athority of the following resolutions adopted by the Boards o, Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance; or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 29TH day of NOVEMBER _20 12. 4�� f _ Kevin E. Hughes, Assistant SeciTtary g9..pjittY Q, HPE 64 °"W4 jk,V, 4Jp�ix64gq� B 4i 4Na L �pdP10' 4 Y e 19830 i Mt>ra0R91FD ' 0oxvoxxiel.� WiipM6aRh,i° d '° $ 19%%.rg (�/ x; -•- :O"^ a rumramt O fir. xN+I! MbE �9$� a S4F°m SEA ANF w.. To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attomey-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. 'ARNING: THIS POWER OF ATTORNEY IS INVALID WI' August 2, 2018 T.E. Roberts, Inc. Attn: Timothy Roberts 306 W. Katella Ave., Unit B Orange, CA 92867 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 Fax newportbeachca.gov Subject: Balboa Island Water Main Replacement - Phase I - C-7173-1 Dear Mr. Roberts: On May 22, 2018 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 23, 2018, Reference No. 2018000187451. The Surety for the bond is Travelers Casualty and Surety Company of America and the bond number is 106827319. Enclosed is the Labor & Materials Payment Bond. Sincerely, A% 1 1 .P - Leilani I. Brown, MMC City Clerk Enclosure EXECUTED IN TWO -OUNTERPARTS PROJECT: BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 1 CONTRACT NO. 7173-1 CITY OF NEWPORT BEACH BOND NO. 106827319 LABOR AND MATERIALS PAYMENT BOND BOND /1106827319 PREMIUM: INCLUDED IN PERFORMANCE BOND WHEREAS, the City of Newport Beach, State of California, has awarded to T.E. Roberts, Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of : Removal of existing four -inch (4"), six-inch (6") and eight -inch (8") distribution main; Construction of six-inch (6"), eight -inch (8") and twelve -inch (12") valves; Construction of six-inch (6"), eight -inch (8") and twelve -inch (12") distribution main including all appurtenances, fittings, services and connections to the existing water system. The work involves open -cut method to install C-900 PVC DR 14 water distribution pipe, fittings, isolation valves, service reconnections, pavement restoration and appurtenant work as required by the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA duty authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Million Five Hundred Sixty Three Thousand Four Hundred Dollars and 00/100 ($1,563,400.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. T.E. Roberts, Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 29TH day of NOVEMBER , 2017 . T.E. ROBERTS, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety ONE TOWER SQUARE HARTFORD, CT 06183 Address of Surety (909) 612-3675 Telephone APPROVED AS TO FORM: CITY ATT05N 'S FFICE Date: of By: �7 Aaron C. Harp ^ `N ti v•i City Attorney CHARLES L. FLARE, ATTORNEY-IN-FACT Print Name and Title 114 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ss. On 1 20 M before me, Karn e �Cjk Notary Public, personally appeared who proved to me on the basis of satisfactory evidencd to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. V �� Akwgdl- Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. Kttil E. NEWETf COMM. #2054795 x `= NIA ALL-PURPOSE ACKNOW,EDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On 11-29-17 before me, Lexie Sherwood Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L. Flake , Notary Public, OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Individual w Corporate Officer —Title(s): Partner El Limited El General Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: 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 �LEXIE executed the same in his/her/their authorized capacity(ies), SHERWOOD and that by his/her/their signature(s) on the instrument the COMM. #22o3287 3 person(s), or the entity upon behalf of which the person(s) NOTARY PUBLIC OCAUFORNIA acted, executed the instrument. ORANGE COUNTY Comm. Exp. JULY 27,2021 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 offs ial seal. Signature/; Place Notary Seal Above Signature of No ary Prublic 'exfe Sherwood OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Individual w Corporate Officer —Title(s): Partner El Limited El General Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: TRAVELERS J POWER OF ATTORNEY Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 232427007302086 Certificate No. KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Charles L. Flake, David L. Culbertson, Lexie Sherwood, Spencer Flake, and Heather Willis of the City of Anaheim , State of California , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 20th day of July , 2017 . Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Ol GI.SU.1E t` y C ftnEy4 O�L n97 o 41, SEAL t State of Connecticut City of Hartford as. By: Robert I. Raney, Senior Vice President On this the 20th day of July 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,TA In Witness Whereof, I hereunto set my hand and official seal. � My Commission expires the 30th day of lune, 2021. *1 A�bye� 58440-5-16 Printed in U.S.A. JER OF ATTORNEY IS INVALID Mane C. Tetreaulq Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guarauty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's time and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 99TH day of NOVEMBER _2017. 4gw' f z� Kevin E. Hughes, Assistant Sec tary Gp54 • p k)` y- '� 6 �X IM,rV i S4q tY RHO " 1981 3 19%% MCOtta41m r: _ �� _'rrtmR la`:WPY09in Mane 36-'Rlc�.-ten �� 19bI ��SEAL ' SSd.nN+ L,�r° W WNn $ cax a tggu 7 AWO To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.ttavelersbond.com. Please refer to the Attomey-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. Batch 3428287 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 1 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII NO FEE •$ R 0 0 1 0 1 0 7 0 s e $. 201800018745110:20 am 05123118 90 SC5 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and T.E. Roberts, Inc., Orange, California, as Contractor, entered into a Contract on November 28, 2017. Said Contract set forth certain improvements, as follows: Balboa Island Water Main Replacement — Phase 1 - C-7173-1 Work on said Contract was completed, and was found to be acceptable on May 22, 2018, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company of America. M Public Works Director City of Newport Beach PLINIaKAINIk,I I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on IU60 M ��� at Newport Beach BY���i�� City Clerk SENT California. https:Hgs.secure-recording.com/Batch/Conffrmation/3428287 05/23/2018 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and T.E. Roberts, Inc., Orange, California, as Contractor, entered into a Contract on November 28, 2017. Said Contract set forth certain improvements, as follows: Balboa Island Water Main Replacement — Phase 1 - C-7173-1 Work on said Contract was completed, and was found to be acceptable on May 22, 2018, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company of America. Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on KAd M !/f/at Newport Beach, California. BY"Si��VV� EW Pp City Clerk c�T CITY CI _ I CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Until 10:00 AM on the 1st day of November, 2017, at which time such bids shall be opened and read for BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE I Contract No. 7173-1 $ 1,750,000 Engineer's Estimate Approved by � i�V �� NYark Vukojevic City Engineer Bidders are required to attend a Mandatory Pre -Bid Meeting at 100 Civic Center Drive, Newport Beach, CA 92660 (Crystal Cove Conference Room Bay 2D) on Monday, October 9, 2017 at 2:00 PM Hard copy plans are available via Mouse Graphics at (949) 548-5571 Located at 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification (s) required for this project: Class "A" For further information, call Alfred Castanon, Project Manager at (949) 644-3314 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE http://n ewportbeachca. gov/govern ment/open-tran sparent/on I ineservices/bids- rfps- vendor -registration BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE I Contract No. 7173-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS....................................................................................... 3 BIDDER'S :OIdD DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................................... 10 NON -COLLUSION AFFIDAVIT..................................................................................... 13 DESIGNATION OF SURETIES.....................................................................................14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 21 ACKNOWLEDGEMENT OF ADDENDA.......................................................................23 INFORMATION REQUIRED OF BIDDER ............ - .......................................................22 NOTICE TO SUCCESSFUL BIDDER...........................................................................25 CONTRACT.................................................................................................................. 26 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS TABLE OF CONTENTS.......................................................... [i] SPECIAL PROVISIONS............................................................................................ SP -1 4, City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE I Contract No. 7173-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, and received by the City Clerk by in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashiers check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidders security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. As a balanced bid gives the City the best assurance that the bid will result in the lowest ultimate cost to the City, lump sum and unit bid items should reflect reasonable actual costs plus a reasonable proportionate share of the bidder's anticipated profit, overhead costs, and other indirect costs. Each element of the bid must carry its proportionate share of the total cost of the work plus profits. The City will evaluate bid items for reasonable conformance with the engineer's estimate and other bids received. Unbalanced bids will be deemed non-responsive. 8. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 9. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 10. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 11. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 12. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 13. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 14. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 15. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the 4 City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. 16. Bidders are required to attend a mandatory pre-bid meeting that will be held at the Crystal Cove Conference Room (Bay 2D) at 100 Civic Center Drive, Newport Beach on October 9, 2017 at 2:00 p.m. The bidders company officer, proposed superintendent and/or construction manager are required to attend. FAILURE TO ATTEND THE PRE-BID MEETING WILL RESULT IN DISQUALIFICATION AND REJECTION OF THE BIDDER'S BID PROPOSAL. The signature below represents that the above ha kyewedD 603000 - A - i3enernl �na�neenwlq�,Prewient Contractor's License No. & Classifi n J Authorized Signaturef itle-nnlmh t00000�2B0 eAF. 6.30.10 DIR Reference Number & Expiration Date I.E. Roberts , Inc. Bidder 11-(0-1-7 Date BOND# 10-B PREMIUM: NIL City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE I Contract No. 7173-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 1, Contract No. 7173-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 24TH day of OCTOBER , 2017. T.E. ROBERTS, INC. (pr{ i Name of Contractor (Principal) Ti zAahorized Signature/Title TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA/ Name of Surety Authorized Agent Signature 21688 GATEWAY CENTER DRIVE DIAMOND BAR. CA 91765 Address of Surety 909-612-3674 Telephone CHARLES L. FLAKE / ATTORNEY-IN-FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 1 1 1 1 1 / A 1 State of California County of ACKNOWLEDGMENT ss. On before Public, personally appeared 5- lc 0-t j) -eq d Notary ,who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 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 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) 1548; Thumbprint of Signer Capacity of Signer: ❑ Check here if Trustee no thumbprint Power of Attorney orfingerprint CEO/CFO/COO Is available. President / Vice -President / Secretary / Treasurer Other: Other Information: 7 ACKNOWLEDGMENT State of California County of }ss. On before Public, personally appeared Notary ,who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 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 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 0 Thumbprint of Signer Check here if no thumbprint or fingerprint is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On 10-24-17 before me, Lexie Sherwood Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L. Flake Name(s) of Signer(s) 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), LEXIE SHERWOOD and that by hislher/their signature(s) on the instrument the ca _ COMM. #2RWO person(s), or the entity upon behalf of which the person(s) NOTARY PUBM 0CAUFORNIA acted, executed the instrument. ORANGE COUNTY COmm. Exp. JULY 27, 2021 1 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 ffici�,l seal. ,� Signature jN4)/ Place Notary Seal Above Signature Notal Public of Lexie erwo0 OPTIONAL Though the information below is not required by law it mayprove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Tftle(s): ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee ❑Trustee ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: TRAVELERS J k POWER OF ATTORNEY Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 232427 Certificate No. 0 0 7 3 0 21 01 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Charles L. Flake, David L. Culbertson, Lexie Sherwood, Spencer Flake, and Heather Willis of the City of Anaheim . State of_ Califotma , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of .guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to he hereto affixed, this day of July , 2017 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 20th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company g �yyL'trx <y uoPP waun� yb O °-v1E1 197777" rn1�4A1ria " f� m } W �iP fC 9� '_ ' z^'2.r i£: PVOP9l �"L 4 MNRFd�➢. n44RO ty �R SEALa % ;Of 3� Z tris State of Connecticut City of Hartford as. BY — ✓'�` A Robert L. Raney, Senior Vice President On this the 20th day of July 1 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. (•,.TlT In Witness Whereof, I hereunto set my hand and official seal.t\DTAfl My Commission expires the 30th day of June, 2021. } p��IG ; �E�s 58440-5-16 Printed in U.S.A. ' oUaj .k C . �-� •Marie C. T,,,,,, lt. Notary Public CALIFORNIA ALL-PURPOSIE ACKNOWLEDGMENT CIVIL CODE KF aN Nwt!:�L/ nVs�� w nNc♦ s�<.r�Y�. wL.wNw w<.w . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Draft On t1- (v -(l before me, Kt VY\ i✓ Neu) ekk lel D -O r.I RA k t ,, Date Here Insert Name and title of the O icer personally appeared TI fh G-&\ r b -r K 1' Name(s) of Signer(s) 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. KiM E. NEWE7i a .. � COMM. #2054795 � Notary public •California z z °° Orange County � M Comm. Ex fres Feb. 7, 2018 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature %{'LL J �Cy \ 4 a e Signature of Notary Publir OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Ll Corporate Officer — Title(s): D Partner — D Limited D General D Individual D Attomey in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: Signer's Name: D Corporate Officer — Title(s): D Partner — ❑ Limited D General D Individual D Attorney in Fact D Trustee _ ❑ Guardian or Conservator D Other: Signer Is Representing: (qei -_ ,v.{h.v - •i*neia�:'✓�.. s -e. .Y4�y a.gva a.qi -act.: _ 'rc:.v BALBOA ISLAND WATER MAIN REPLACEMENT-PHASEI •1 rizqlmwA State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: Stiv&lias Unllmt+ed 3334,35 Contact wow I.�I Address:l6,, Arlind4tin Avg, Ner,tdt GA Phone: °ISI oSS State License Number: )I I0 DIR Reference: 1000010%uO yy Email Address: 4 fildll Name: Address: Phone: State License Number: DIR Reference: Email Address: Name: Address: Phone: State License Number. DIR Reference: Email Address T E. RokPrts, I vtc. ill,` �` rPresldent -nm{ny N.� Bidder 10 Authorized Signature/Title City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE I Contract No. 7173-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name: T. E . P-010eYts _ Inc. Company Name: I • E. Po�OeCTS r)C - FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. FAILURE OF THE BIDDER TO MEET THE NECESSARY MINIMUM TECHNICAL ABILITY AND EXPERIENCE AS DEFINED IN THESE DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past (3) years in excess of $100,000.00, provide the following information: PPro�ject Name/Number Dei36t !: q B'15m Savage Can joy) Land h l l +V - 5-i Li -j Prol.ectDescription Poly water main cind oppUrttnonceS Approximate Construction Dates: From 9 • 13 I"1 To: I Y YeS3 Agency Name C itN n -P Whittier Contact Person if Cason Telephone (%2) 56 1 • 951I Original Contract Amount $393Sbb." Final Contract Amount $ 7317 In Pq reS S If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 11 No. 2 Project Name/Number KAtel la Pwe-nlAe Watey Main Replacem enr Project Description 3500 12"4 16" DIP vi?eline with aonurr nance Approximate Construction Dates: From "I. 12 .1/ To: M p1 b re Agency Name C 1 iV 0E Anaheim � Contact Person l3i Il Mo0Yr )ead Telephone (114) 1105 • L41 IDS Original Contract Amount $b,149,18'1 Final Contract Amount $T13D In pr -ore If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 1\J0. til O No. 3 Project Name/Number Alderdale and McIVCI'lell * 5119 Project Description 01,000' 12" DIP and a�uytenQnces wlth yestnr tion Approximate Construction Dates: From 8- 9- I I To: I ) OT S 13 Agency Name Clty op �na�1 iw1 Contact Person Dav1d SAnCyteZ Telephone (114) -1IoS• 51-1 Original Contract Amount $1,911,o3SFinal Contract Amount$ -T-13D ky\roq reSS If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 1 No. 4 Project Name/Number ACE FGIIYvJgV DyNe, Grade SePgrg-Hori #51011 Project Description Retro Flt Odomeshc t redlaivn-eA v0ev Ar new undermass Approximate Construction Dates: From 4, - l I1, To: In pLpgre-ss Agency Name _W a l n ld t Va l l ev VVa ke r Dl tri c-+ Contact Person Tal DI ep Telephone (909) 5`15 • 12 to Original Contract Amount $ 9210 18 Final Contract Amount $ TI3p In ro rcslr If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number Calle del Mat -P, V, wader Main R Jp> aament #5'115 Project Description 9p0' g PVC Waity main and nDDUY Y1onces Approximate Construction Dates: From 01 -1 - 11 To: q • 2`1 11 Agency Name Contact Person K(rrl Iran Telephone(-Ilq) -1105• L461toq Original Contract Amount $ %.M Final Contract Amount $ '�) 2l , 2510. If final amount is different from original, please explain (change orders, extra work, etc.) NIA Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Nn. N 13A N.0 .b Project Name/Number Bever_ 14 13ouevard water Maln Re�la(ement 451015 Project Description 4,88'{' 8" PVC plj2dtne wli-1 Ck�i rtenGtnce Approximate Construction Dates:, From 3 I l To: 6-31-11 Agency Name 0±� op W iHiex Contact Person RQUI 1✓1DYe Telephone (w-) 5leI • g52S Original Contract Amount $2,125J55 Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) N Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. MCI Project Name/Number VQIVL 12ep10cetvte_ynt +t Slob Project Description 30" B� Valve and appurtenances Approximate Construction Dates: From (o - 9 1"7 To: S 25 11 Agency Name C t 1 y o -F perCcId I a Contact Person Telephone (626) 2S6 • 2121 Original Contract Amount $ 251.2112. Final Contract Amount $ 2N I LlH S , 58 If final amount is different from original, please explain (change orders, extra work, etc.) bId items Y9'MQV2d 'Ptom Contract Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 135 No Project Name/Number PCtt ReCVcled WQ+er blStriblttionottlen k upSl2inG * ,L(�[D3 Project Description 6,3SO' 16" PVC �1�eline wl� /apaurtenances J Approximate Construction Dates: From 3-1-5. 11 To: Agency Name South Coost Wgter District Contact Person �)Oe Slng Cor .1 Telephone (9v1) 4q9. 4S5 X 31IlV Original Contract Amount $140b,3'1NwFinalContract Amount $ 2, Lin, 383." If final amount is different from original, please explain (change orders, extra work, etc.) Change orders Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N O, No . Project Name/Number Solomnn and Bgct Water Main Replacement 1115 1,01 Project Description (,5"10' V PVC uloe)ine. avid n?pirtenanceS Approximate Construction Dates: From 2.3 11 To: 4.5 11 Agency Name C1off' Anahem Contact Person Tim Flint Telephone (-Tly) -1105" 0k13l Original Contract Amount $ 4109,144 Final Contract Amount $ 4 6q,1 L4 H. — If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. I -do. No. 13C )y�o Project Name/Number lfvly1?, &SIne-&S CDmpleX,4piytenance Ve-locatton #�5UII Project Description Remove and install aADUrtenances wlth resSmrattoh Approximate Construction Dates:, From To: 4- 3. 1-1 Agency Name IMY L ?0661 WateY DIS11-tC Contact Person TOnnl Bonkoyy S ki Telephone (9qy) y s 3 5b 9 2 Original Contract Amount $ 61o2,601 Final Contract Amount $_ 61S. 6 If final amount is different from original, please explain (change orders, extra work, etc.) Chane )rdeY Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. i« Nsz, I I Project Name/Number Water &-Mces Reap laceme.nt FJ rl 1� 51e61,o Project Description Replace aonrox.-10 txistina domestic water &Ya with newcopEr- Rv cs Approximate Construction Dates: From 12 1°I. 16 To: 2 8 • 11 Agency Name_SOUth COO -St WateY blMC& Contact Person D v O ` oy) Q Telephone (949) 46 Ig - OV I Original Contract Amount $5`14,435 Final Contract Amount $ (012, 135_ If final amount is different from original, please explain (change orders, extra work, etc.) CoMrAct CI Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 130 No 12 Project Name/Number iv - Project Description Remt)ye and LWkace, wt'CYs and 1Yammiqu-s Approximate Construction Dates: From 1U• 3 t • 16 To: 2 1 11 Agency Name 1 1 Dt ISSOUTh %afie. Contact Person_,. Nna knnnda Telephone (3z3) Stn's• 5-1lo9 Original Contract Amount $$Slo,bM Final Contract Amount $ Q2S, 5611. - If final amount is different from original, please explain (change orders, extra work, etc.) _Veduce4 scnbe Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. I PrrojectName/Number RUSI1 Streei Recycled Water Ik 5511 Project Description hom' 8.1'1" GwBE with a4-urtel antes a Yeawcc ion Approximate Construction Dates: From (6 - ILA • tlo To: t • EC -1-1 Agency Name San SabneA VAtiq Wat"ey C01'1'pL Contact Person F-iranV-- 1OG111d1Ce Telephone (b2b)`i`IB•b183 Original Contract Amount $1,-1'10,04'1 Final Contract Amount $ 1,110 5laS. S9 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. X10. Nm 13E & 4 Project Name/Number Wa' er MOVn PhgSe 2 t tao`tO Project Description 1,130 6.12 GML(C e DIP Qna a4LAft2nances Approximate Construction Dates: From 1 1 1b To: 3 20 - I-1 Agency Name Q 0P by)Mr(o Contact Person ' Katle• &lenAe.r Telephone (9o% 'J95 2b9q Original Contract Amount $13 0"I I Final Contract Amount $_ 2, 27b, 534 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 1\10. KQ l_S Project Name/Number Ww o&- boulevay-a Water Maul LZ?pt cEYVmnt It 6SIC2 Project Description 9,000' N-36" CML(C watermaln and cia�uytenances Approximate Construction Dates: From 5 - 14.15 To: 4.21P • 16 Agency Name CILN10T New5!OVt Bence) Contact Person �nA� Tran Telephone (94q) boy • 3315 Original Contract Amount $'b 51',s1'7 Final Contract Amount $ 3! f3ap� }Zlo. If final amount is different from original, please explain (change orders, extra work, etc.) 5 Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. t1110- t-10. 13 F Project Name/Number Wakes MCIM 6An21 WeMe_nfiS 4'65$j Project Description \o,bb0' 8 -t -V waity team and abAUYfiwnceS Approximate Construction Dates: From "1.5(7.15 To: S • b • 1 b Agency Name Gly o -p 6ntari o Contact Person eynarid0 COboS Telephone(goy) 599- Uo9S Original Contract Amount $L119>/L1SJ.FinaI Contract Amount $ 'M_615, H S`j If final amount is different from original, please explain (change orders, extra work, etc.) N/ Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Project Name/Number Dn Cat 1 Wafter Rml.ces 5558 Project Description Dn CG11 SCYYICfJ fty Wat-ey cil t loNhoyl413eyva C0ItCction syevtw re pairs Approximate Construction Dates: From 6'8 - 11 To: N/A AS tntcckeA WOYk Agency Name C__ 121 o Contact Person Don Me�.-e,Y Telephone (1o9) 595 - Elo-1 1 Original Contract Amount $t,2o0,006 Mnal Contract Amount $ 1, S'3y 423.01 ib AaC If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO. Into. 13 Pr�ojea Name/Number New�ai ®each on CaII W Project Description OV) Ca 1I SaYYI CeS Approximate Construction Dates: From 10.2.15 To: M)1 Wnq Agency Name CI J� o� New Dort- Beach Contact Person C6S2�J' 2or 1 a Telephone (qy9) l`d 3LI22 Original Contract Amount $ 00 OCO Final Contract Amount $ 321 5 llo •0.l If final amount is different from original, please explain (change orders, extra work, etc.) Co "A'MC+ 2,C ttnsto n Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. N -o. H2�11 1 ProjectName/NumberWAter Meter RemoyaI and RWIoyrnent tth�c18 Project Description RvmoveA nnr� =laced 12-169 water me terC Approximate Construction Dates: From 11.15 • I1 To: q • I l 15 Agency Name (IiV of Corona Rabuc- Worlls DepariTnent Contact Person Tlra CV M a Y ti V) Telephone (CI51) Ell - 55$ O Original Contract Amount $'100,O0p Final Contract Amount $ -100 000. If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. tV t) . i` ' 13 fl jyQ„ ZO Project Name/Number Project Description Approximate Construction Dates: From `j ILk-15 To: 9. 11.15 # 555b (k2. Agency Name MetYpFgttiZ1Y1 WM-ej, ISIS-WlQt Ot- �ObUTh2rn I, &11ItOMIGI Contact Person knAre-w Vyalcolt Telephone fti) 3°I2 2 11 Original Contract Amount $ 18 b00 Final Contract Amount $ 1-421,18-1 •9`i If final amount is different from original, please explain (change orders, extra work, etc.) 0 Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Ph ojectlName/Number MAIN D Interne, to �-- 553 j Project Description 4nS6i11 200' 2 ' (hi'"enc! coYlnect6)Y 2ipe an04 a4urten ws Approximate Construction Dates: From 15. 15 To: �3' 11-1.15 Agency Name V, Contact Person Steve Merl- Telephone(141) X425.3538 Original Contract Amount $ 2 4 0 Final Contract Amount $ VI, 1516.28 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 131 No.22 La Stena McmI{�e Ine # 530 Project Name/Number placement� r'J Project Description 2,21n5� 6-V P/G 6b4,J1Yt MI (ArDtAYteheinceS Approximate Construction Dates: From 3.119- Iii To: lo -15 1. Agency Name Contact Person Sttyt May— Telephone MI) 'i 25 - 3538 Original Contract Amount $�ITLFinal Contract Amount $ 1410 , l I �. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. T� I�t7erts , lnc. <� v ~ �� esl�rnfi Bidder Authorized Signature/TitleTmothlkwft3 14 TECHNICAL ABILITY AND EXPERIENCE REFERENCES - Questionnaire 1. Have you completed projects in the five years that combined total more than 50,000 linear feet of pipelines of larger than 8 -inches in diameter. [A Yes ❑ No 2. At any time in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a construction contract with either a public or private owner? ❑ Yes Z No If yes, explain on a separate signed page, identifying all such projects by owner, owner's address, the date of completion of the project, amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages. 3. In the last five years has your firm, been debarred, disqualified, removed or otherwise prevented from bidding on, or completing, any government agency or public works project for any reason? ❑ Yes K No If "yes, " explain on a separate signed page. 4. In the last five years has your firm been denied an award of a public works contract based on a finding by a public agency that your company was not a responsible bidder? ❑ Yes [j No If "yes, " explain on a separate signed page. Identify the year of the event, the owner, the project and the basis for the finding by the public agency. 5. In the past five years has any claim against your firm concerning your firm's work on a construction project been filed in court or arbitration? LAJ Yes ❑ No If "yes," on separate signed sheets of paper identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution.) s -e Rt4-� the d 15 Technical Ability and Experience References -Questionnaire 5. Project Name: Water Main Replacement in Various Locations for the City of Ontario Date of Claim: 2-27-17 Name of Claimant: Hardy and Harper, Inc. Brief Description: Breach of contract Filed: Superior Court, County of Orange Status of Claim: T. E. Roberts, Inc. dismissed from the case More information available if required cam' 17 k� Timothy Roberts, President T.E. Roberts, Inc. 6. In the past five years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? ❑ Yes © No If "yes," on separate signed sheets of paper identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). At any time during the past five years, has any surety company made any payments on your firm's behalf as a result of a default, to satisfy any claims made against a performance or payment bond issued on your firm's behalf, in connection with a construction project, either public or private? ❑ Yes D� No If "yes," explain on a separate signed page the amount of each such claim, the name and telephone number of the claimant, the date of the claim, the grounds for the claim, the present status of the claim, the date of resolution of such claim if resolved, the method by which such was resolved if resolved, the nature of the resolution and the amount, if any, at which the claim was resolved. 8. Has there been more than one occasion during the last five years in which your firm was required to pay either back wages or penalties for your own firm's failure to comply with the state's prevailing wage laws? NOTE: This question refers only to your own firm's violation of prevailing wage laws, not to violations of the prevailing wage laws by a subcontractor. ❑ Yes ® No If "yes," attach a separate signed page or pages, describing the nature of each violation, identifying the name of the project, the date of its completion, the public agency for which it was constructed; the number of employees who were initially underpaid and the amount of back wages and penalties that you were required to pay. 9. At any time during the last five years, has your firm been found to have violated any provision of California apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works? NOTE: You may omit reference to any incident that occurred prior to January 1, 1998, if the violation was by a subcontractor and your firm, as general contractor on a project, had no knowledge of the subcontractor's violation at the time they occurred. ❑ Yes ® No 16 If "yes," provide the date(s) of such findings, and attach copies of the Department's final decision(s). n t - Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Did you submit this as part of your bid? ® Yes ❑ No T.E. �berfis, enc. Bidder Contractor shall attach a reviewed or information sufficiently comprehensive to current financial conditions. Did you submit this as part of your bid? © Yes ❑ No i Inc. Bidder (� �V - (Z:: n es i den t Authori ed Signature/Titlenr"FLo6er<s audited financial statement and other permit an appraisal of the Contractor's 17 es dcni- Authorized Signature/TitleTimo+ny klberrs J U S T I N R O B E R T S RESUME Thirteen years experience in the pipeline construction industry, managing and performing a full spectrum of general and specific pipeline labor duties. SKILLS Heavy Equipment Operator Skilled in the use of pipeline construction equipment and tools Effectively applies methodology and enforces project standards Strong communication and organizational skills Qualified and experienced in supervising work crews up to 10 persons Efficiently and effectively complete projects with quality results Participant in the Motor Carrier Employer Pull Notice Program EXPERIENCE T. E. ROBERTS, INC., ORANGE, CA 2004 - Superintendent Present Manage completion of residential and commercial construction projects in a timely and professional manner. Supervise crews of skilled heavy equipment operators and general labor personnel. Maintain strict safety standards and procedures. TRAINING Confined Space Entry Certificate, 11-11-16 Asbestos Pipe, Heat Illness, Accident Investigation, Slips/Trips and Falls, Hotwork, Lock out/Tag out, Global Harmonized System, 4-9-16 Competent Person Certificate, 11-21-13 First Aid Certificate, 7-11-14 Excavation Safety & Competent Person Certificate, 2-21-09 California Class A Driver's License since 2-18-09 T.E. ROBERTS, INC. FINANCIAL STATEMENTS AND SUPPLEMENTARY INFORMATION Year Ended March 31. 2017 FRIEDMAN & CO. CERTIFIED PUBLIC ACCOUNTANTS CONTENTS ACCOUNTANT'S REPORT FINANCIAL STATEMENTS BALANCE SHEET 1 - 2 STATEMENT OF INCOME AND RETAINED EARNINGS 3 STATEMENT OF CASH FLOWS 4 NOTES TO FINANCIAL STATEMENTS 5-10 SUPPLEMENTAL INFORMATION SCHEDULE OF CONTRACT COSTS 11 SCHEDULE OF UNALLOCATED CONTRACT COSTS 12 SCHEDULE OF ADMINISTRATIVE EXPENSES 13 SCHEDULE OF PERCENTAGE OF COMPLETION 14-16 SCHEDULE OF CONTRACTS IN PROGRESS 17-18 SCHEDULE OF COMPLETED CONTRACTS 19-20 SCHEDULE OF ACCOUNTS RECEIVABLE P1 SCHEDULE OF ACCOUNTS PAYABLE 22-23 w w.brettfriedmancpa.com 4040 Barranca Pkwy, Ste. 280, Irvine, CA 92604 (714) 850-1001 • Fax (714) 850 -917 - INDEPENDENT ACCOUNTANT'S REVIEW REPORT To the Management T.E. Roberts, Inc. Orange, California We have reviewed the accompanying financial statements of T.E. Roberts, Inc. (a C corporation), which comprise the balance sheet as of March 31, 2017, and the related statements of income and retained earnings and cash flows for the year then ended, and the related notes to the financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of Company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of the financial statements that are free from material misstatement whether due to fraud or error. Accountant's Responsibility Our responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. We believe that the results of our procedures provide a reasonable basis for our conclusion. Accountant's Conclusion Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America. 11 Friedman & Co., Certified Public Accountants Irvine, CA June 12, 2017 Member, American Inetitute of Certified Public Acwuntants Member. G ilitornia Society of Certified Public Accountants T.E. ROBERTS, INC. BALANCE SHEET as of March 31. 2017 ASSETS Current Assets Cash $ 501,199.42 Accounts Receivable 2,727,933.50 Cost & Profit in Excess of Billings 771,000.00 Advances to Employees 6,750.00 Prepaid Insurance 22,922.25 Prepaid Work. Comp. Ins. 33,295.00 Prepaid Income Taxes - State 5,670.00 Total Current Assets Property and Equipment Equipment 3,024,565.00 Vehicles 1,894,042.00 Furniture & Equipment 45,988.00 Computer 28,542.00 Leasehold Improvements 455,991.00 Accumulated Depreciation (2,502,659.00) Total Property and Equipment Total Assets See accompanying notes and independent accountant's review report. $ 4,068,770.17 2,946,469.00 $ 7,015,239.17 T.E. ROBERTS, INC. BALANCE SHEET as of March 31, 2017 LIABILITIES AND STOCKHOLDERS' EQUITY Current Liabilities Accounts Payable $ 1,395,019.24 Credit Cards Payable 174,182.79 Billings in Excess of Cost & Profit 1,161,796.00 Income Tax Payable 32,337.00 Insurance Payable 5,745.30 Work. Comp. Ins. Payable 131,665.36 State Compliance 38,327.86 Union Benefits Payable 157,631.87 Current Portion - Long Term Debt 149,800.00 Total Current Liabilities Long Term Liabilities N/P - Long Term Liabilities 462,574.09 Loan - Officer 457,869.45 Deferred Taxes 788,957.00 Less: Current Portion (149,800.00) Total Long Term Liabilities Total Liabilities Stockholders' Equity Common Stock, $1.00 par value; authorized 10,000 shares; issued and outstanding 10,000 10,000.00 Capital Contribution 13,115.60 Retained Earnings 1,684,298.92 Net Income - Y -T -D 501.718.69 Total Stockholders' Equity Total Liabilities & Stockholders' Equity See accompanying notes and independent accountant's review report. $ 3,246,505.42 1,559,600.54 4,806,105.96 2,209,133.21 $ 7,015,239.17 T.E. ROBERTS, INC. STATEMENT OF INCOME AND RETAINED EARNINGS for the period ending March 31, 2017 Contract Revenues Contract Costs Unallocated Contract and Estimating Costs Gross Profit Adminstrative Expenses Income from Operations Year Y -T -D to Date % $ 17,817,980.27 100.0 13,049,257.02 73.2 2,041,041.73 11.5 2,727,681.52 15.3 1,988,662.83 11.2 739,018.69 4.1 Income before taxes 739,018.69 4.1 Provision for Income Tax 237,300.00 1.3 Net Income 501,718.69 2.8 Retained Earnings, beginning Retained Earnings, ending 1,684,298.92 0.0 $ 2,186,017.61 0.0 See accompanying notes and independent accountant's review report. T.E. ROBERTS, INC. STATEMENT OF CASH FLOWS for the period ending March 31, 2017 Cash flows from operating activities: Net income/(loss) for the period Adjustments to reconcile net income to net cash provided/(used) by operating activities. Accounts receivable Costs and profits in excess of billings Depreciation Other current assets Deferred taxes Accounts payable Billings in excess of costs and profits Current liabilities Cash provided/(used) by operations Purchases of fixed assets Cash provided/(used) by investing activities Cash flows from financing activities Long-term debt Cash provided/(used) by financing activities Net increase/(decrease) in cash Cash at the beginning of period Cash at end of period Supplemental Disclosures Interest Paid Taxes Paid See accompanying notes and independent accountant's review report. Year to Date $ 501,718.69 380,056.94 (697, 875.00) 627,000.00 (40,473.16) 175,133.00 460,050.39 (594,703.00) (309,852.04) 501,055.82 (1,450,469.00) (1,450,469.00) 123,650.34 123,650.34 (825,762.84) 1,326,962.26 $ 501,199.42 7,697.99 42,616.00 T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2017 Note 1 - Summary of Significant Accounting Policies This summary of significant accounting policies of T.E. Roberts, Inc. (The Company) is presented to assist in understanding the Company's financial statements. The financial statements and notes are representations of the Company's management who is responsible for the integrity and objectivity of the financial statements. These accounting policies conform to generally accepted accounting principles and have been consistently applied in the presentation of the financial statements. Nature of Operations T.E. Roberts, Inc., (the Company) is a Tustin, California, general engineering contracting firm specializing in the installation/construction of water, sewer and storm drain projects. The construction is performed under fixed priced contracts generally lasting several months. Method for Accounting for Long Term Construction Contracts The accompanying financial statements have been prepared using the percentage -of - completion method of accounting and, therefore, take into account the cost, estimated earnings, and revenue to date on fixed -fee and unit -price contracts not yet completed. The amount of revenue recognized at the statement date is the portion of the total contract price that the cost expended to date bears to the anticipated final cost, based on current estimates of cost to complete. It is not related to the progress billings to customers. Contract costs included all direct labor and benefits, materials unique to or installed in the project, subcontract costs, and allocations of indirect construction costs. Because long-term contracts extend over one or more years, changes in job performance, changes in job conditions, and revisions in estimates of cost and earnings during the course of the work are reflected in the accounting period in which the facts that require the revision become known. Claims for additional contract revenue are recognized when realization of the claim is assured and the amount can reasonably be determined. During the normal course of its business, the Company provides services to customers on account. Such activities are entered into only with persons considered by management to have a good credit rating and, therefore, the Company does not require collateral for these transactions. Any accounting loss or cash requirement relating to sales on account would be limited to the amounts disclosed on the balance sheet and in the accompanying notes. At the time a loss on a contract becomes known, the entire amount of the estimated loss is recognized in the financial statements. T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2017 Contracts that are substantially complete are considered closed for financial statement purposes. Revenue earned on contracts in progress in excess of billings (underbillings) is classified as a current asset. Amounts billed in excess of revenue earned (overbillings) are classified as current liabilities. Because of the unique nature of percentage of completion accounting, management feels an allowance for doubtful accounts is not necessary. Any doubtful receivable is adjusted on the percentage of completion schedule through contract price on a direct write-off method. Use of Estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Property and equipment Additions, including major renewals and betterments, are capitalized in the accounts at cost. Ordinary maintenance and repairs are charged to expense as incurred. Upon sale or disposition, the cost and accumulated depreciation are removed from the accounts and any resulting gain or loss is recognized. The cost of all vehicles and equipment is depreciated using straight-line and declining balance methods over estimated useful lives of three to seven years. Income Taxes Income taxes are provided for the tax effects of transactions reported in the financial statements and consist of taxes currently due plus deferred taxes related primarily to differences between the basis of certain assets and liabilities for financial and tax reporting purposes. The deferred taxes represent the future tax return consequences of those differences. The provision for income taxes consists of the following 2016 2017 Current Taxes $35,346 $62,167 Deferred Taxes 90,454 175,133 $125,800 $237,300 T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2017 Compensated Absences The Company does not accrue for compensated absences of employees. Salaries paid to employees on vacation are expensed as incurred. Any accrued absences, which may be owing at the balance sheet dated, are immaterial. Advertising The company expenses all advertising as incurred. Note 2 - Cash in Bank For purposes of the statement of cash flows, the Company considers all short-term debt securities purchased with a maturity of three months or less to be cash equivalents. Note 3 - Accounts Receivable Accounts Receivable consist of the following: Aged receivables Current 1,953,511 1 — 30 Days 170,501 31 — 60 Days 89,586 61 — 90 Days 9,621 Over 90 Days 118,034 Retention 386.681 Total Receivables The Company follows the practice of filing statutory liens on all construction projects. The liens serve as collateral for contract receivables. Note 4 - Leases The Company leases a building on a year-to-year basis at $1,788 per month. The Company's obligations under capital leases are not material, but if deemed material are included in assets and liabilities. T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2017 Note 5 — Long Term Debt Long Term Debt consists of: 4.31 % note payable, secured by vehicle, With principal and accrued interest payable at $579.10 per month through October 19, 2017 3,996 0.0% note payable, secured by vehicle, with principal and accrued interest payable at $892.80 per month through October 31, 2018 16,963 5.072% note payable, secured by vehicle, with principal and accrued interest payable at $1,383.76 per month through March 16, 2020 44,932 4.573% note payable, secured by vehicle, with principal and accrued interest payable at $1,191.25 per month through October 20, 2020 37,920 0.000% note payable, secured by vehicle, with principal and accrued interest payable at $2,849.72 per month through July 29, 2018 45,596 3.640% note payable, secured by vehicle, with principal and accrued interest payable at $793.87 per month through November 17, 2020 31,959 0.000% note payable, secured by vehicle, with principal and accrued interest payable at $883.34 per month through April 29, 2020 32,683 5.038% note payable, secured by vehicle, with principal and accrued interest payable at $1,528.16 per month through March 16, 2022 79,716 T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2017 4.897% note payable, secured by vehicle, with principal and accrued interest payable at $857.17 per month through November 29, 2021 0.000% note payable, secured by vehicle, with principal and accrued interest payable at $1,864.17 per month through September 12, 2020 0.000% note payable, secured by vehicle, with principal and accrued interest payable at $762.68 per month through September 14, 2022 Less current portion Long term portion Principal maturities subsequent to March 31, are as follows: Period Ended March 31 2019 121,441 2020 103,350 2021 51,596 2022 32,582 2023 3,805 Total 312.774 Note 6 — Related Party Transactions 42,804 76,431 49,574 (149,800) $312,774 The company rents an equipment storage yard from an LLC owned by the shareholders. The rent is at fair value equal to the monthly mortgage payment of the property. Note 7 — Date of Management's Review Management has evaluated subsequent events through June 12, 2017, the date on which the financial statements were available to be issued. T.E. ROBERTS, INC. NOTES TO FINANCIAL STATEMENTS March 31, 2017 Note 8 - Contracts in Progress Contract amounts, accumulated costs, estimated earnings, and the related billings to date on completed contracts and contracts in progress for the year ended March 31, 2017 are as follows: Contract Contract Contract Gross Amounts Revenues Costs Profit Total construction activity 36,111,460 17,817,980 13,049,257 4,768,723 Contracts completed during the year 14,305,545 6,578,677 4,285,118 2,293,559 Contracts in progress at March 31, 2017 21,805,914 11,239,303 8,764,138 2,475,164 Cumulative revenue earned through March 31, 2017 26,515,770 Less progress billings to date 26,906,567 390,797 Included in accompanying balance sheet under the following captions: Costs and profits in excess of billings to date 771,000 Billings in excess of costs and profits to date 1,161,796 390,797 See independent accountant's review report. SUPPLEMENTAL INFORMATION Contract Cost Subcontracts Material Bond Expense Training Fund Dump Fees Equipment Fuel Equipment Overhead Supervision Wages Labor Payroll Taxes Workman's Compensation Liability Insurance Total Contract Costs T.E. ROBERTS, INC. CONTRACT COSTS for the period ending March 31, 2017 See independent accountant's review report. Year Y -T -D to Date % 1,854,339.06 10.4 4,635,345.14 26.0 144,739.00 0.8 3,405.00 0.0 226,409.97 1.3 318,294.57 1.8 191,241.50 1.1 10,800.00 0.1 185,033.11 1.0 4,706,562.30 26.4 324,058.60 1.8 443,298.77 2.5 5,730.00 0.0 $ 13,049,257.02 73.2 T.E. ROBERTS, INC. UNALLOCATED CONTRACT/ESTIMATING COSTS for the period ending March 31, 2017 Unallocated Contract/Estimating Costs Indirect - Material Indirect - Equipment Indirect - Truck/Equip. Depreciation Indirect - Overhead Indirect - Labor Indirect - Liability Insurance Indirect - Insurance Indirect - Other Tax & License Estimating/Bidding - Expenses Total Unallocated Contract/Estimating Costs See independent accountant's review report. Year Y -T -D to Date 65,159.25 0.4 288,771.05 1.6 627,000.00 3.5 606,253.11 3.4 165,708.15 0.9 75,748.08 0.4 93,382.12 0.5 89,516.88 0.5 29,503.09 0.2 $ 2,041,041.73 11.4 T.E. ROBERTS, INC. ADMINISTRATIVE EXPENSES for the period ending March 31, 2017 Administrative Expenses Accounting Services Advertising Auto Expense Bank Charges Charitable Contributions Computer Supplies/Misc. Consulting Fees Continued Ed./Seminars Customer Relations Dues & Subscriptions Employee Relations Insurance - Health Interest Janitorial Legal and Professional Meals & Entertainment Office Expense Office Salaries Officer Salary Payroll Taxes Work. Comp. Ins. Postage & Freight Promotion Public Storage Rent Repairs & Maintenance Telephone Travel Utilities Total Administrative Expenses See independent accountants review report. Year Y -T -D to Date 19,175.00 0.1 11,065.89 0.1 43,751.74 0.2 1,298.22 0.0 10,790.00 0.1 9,571.85 0.1 46,978.95 0.3 19,798.62 0.1 161,648.63 0.9 22,356.50 0.1 16,035.16 0.1 116,927.53 0.7 7,697.99 0.0 4,556.00 0.0 1,497.50 0.0 16,337.08 0.1 63,279.64 0.4 282,954.48 1.6 784,884.07 4.4 67,780.02 0.4 9,838.56 0.1 3,091.00 0.0 2,508.91 0.0 4,375.00 0.0 168,019.58 0.9 14,394.45 0.1 24,722.52 0.1 40,510.95 0.2 12,816.99 0.1 $ 1,988,662.83 11.2 c 0r Z � o d N �Uco W o m d l0 M 2 L C Q Vco N a w o W n o a n o 0 0 0 e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p O o o e o 0 0 N O O Q m O n b C O n r N m O m N m P n b N n 01 m A ymj h N m a O m m 1p 0 0 0 0 0 0 0 0 0 0 o n o 0 0 0 o m o e 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m m N N 3 N n pp ^ ........ O............................. ( n m O m O N w v' W f1 N n I� Ol 4 m 1p7 m n N n � N N y p N N M q N O n ^ N N^ N N b m a V N N m N Ymml m n m m Ing! n O S g n N Q O b 0 0 w N m O m N Imp S !ml O N N 0 N Imp N m n N y^ m n n O n O O m P N m N Q m P m P P m N m p m m b O1 r t7 ^ ^ ^ H m p m m O N m N Q v mm N A P m S S P N m O O O N N O n O n d m O 0 m n O N n Q n A N N pl pOp S p 0 0 Imp CI m N m W P m a 0 N n m S n d N d n d 4 0 w O m N OO N N P N^ �' m O P m n N IN`I N N b IV ae ae oe ae X be ae ae a se ae m a° X e ae ae ae a� o ae ve a ;R ae ae ae N C1 m m O m O O m N O m O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n H a d ui oro ei c o ri .= eon o o m c o 0 0 o c c o o c c o o c o oe o o c d m n m ry o w moo n m o w o o m o 0 0 0 o S o o a o � o 0 o poo ^ O o 0 o m le n n I mbp n {y m N m m o V m �i o Ipn, m m S m n v v o w r e$ n v 40 m N S Y n N Q 0 N N n N m n ^ m m N n N N N IV r Cj o m m o Sno oAm 2 m gm$vm� mn$m�Ipd_ma 6.P-mnnoaeomN ^1nil mo O O N! O O m N O O N N O O N !1 m m b m m Y NRS N n O m m w m N a m pl 1�1 a� ;ft * * a= § g ae * * X X � g 4 * g ae � X * a * ae e X * g ae ae ae * v g e X * * 4 X m N o O a m o Y n N m n m N m m a a Ip m m m n m m N V m n m m m m a P o N' S S O O O m pm0 S 4 w S 0 0 0 N Qn o- N p 0 1D 0 Nm 0 RN d O p O t N b S Ynl O O O O nnS Q S O IC O N 0 P n O O N W ( V(pp � W �p O A r N W O m n n N 4 w N n CmN. o e m o o d o o m� o 0 o n W o o a w o 0 o n m N n o o w m o 0 0 0 0 Ip 0 OO N O m m m 00 O m 1` N m S O W Om m S m O N N m NO fl O O O N O O N O O N N m O O N O r P d N S m^ O N d b d mm p m N m O m m_ O O O yy O O y 0 0 0 Yl N p d � N C E I°i9 m y E g$ a � E¢mom U V c m & y n 9 n a O LL y b w n H 3 a« b m O�� U o m t3 ¢� N n� a m c N U t> S� m h N m OL o. •^- o � m i .L pia o pp i p 22 22 m € m� 20 x 0 2 0 0 0z m o i gw<� 3L � rc� i U' a a w 0$ gg 3 3 3 m m @3 3 3 m4 o m om zU oro (9cUU' V 5((pO I 3U gb(�m3P36m ON 6 V K m Z 2 Z N C O N w m O K m E w O: 05; 5 b wN w Uo m Ol m m m rc O m [7 N F Np¢ O Sii 000 Imp! N N N N n fNl Cl A mN w m 2 n I m m�- 2 �ymp 19 m b umi N n N h N N N N Ymj N N N N N b N Vm1 Yml N m N N N N 1011 Vm1 Vm1 N N H N N N O U m = m N N u E E 0 W V o y 3 0 o U b � O ^ m p« U ^c y o w E mO C O m E i O m 0 W ¢E S2 « a p m Lo N O E o � E U o y m N m � L c o o P E E WLL O U m P o m V p Zj d N F O E � r cppi Lo 'L a V 8 5 V E i o Z w o W n o a n o 0 0 0 e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p O o o e o 0 0 N O O Q m O n b C O n r N m O m N m P n b N n 01 m A ymj h N m a O m m 1p 0 0 0 0 0 0 0 0 0 0 o n o 0 0 0 o m o e 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m m N N 3 N n pp ^ ........ O............................. ( n m O m O N w v' W f1 N n I� Ol 4 m 1p7 m n N n � N N y p N N M q N O n ^ N N^ N N b m a V N N m N Ymml m n m m Ing! n O S g n N Q O b 0 0 w N m O m N Imp S !ml O N N 0 N Imp N m n N y^ m n n O n O O m P N m N Q m P m P P m N m p m m b O1 r t7 ^ ^ ^ H m p m m O N m N Q v mm N A P m S S P N m O O O N N O n O n d m O 0 m n O N n Q n A N N pl pOp S p 0 0 Imp CI m N m W P m a 0 N n m S n d N d n d 4 0 w O m N OO N N P N^ �' m O P m n N IN`I N N b IV ae ae oe ae X be ae ae a se ae m a° X e ae ae ae a� o ae ve a ;R ae ae ae N C1 m m O m O O m N O m O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n H a d ui oro ei c o ri .= eon o o m c o 0 0 o c c o o c c o o c o oe o o c d m n m ry o w moo n m o w o o m o 0 0 0 o S o o a o � o 0 o poo ^ O o 0 o m le n n I mbp n {y m N m m o V m �i o Ipn, m m S m n v v o w r e$ n v 40 m N S Y n N Q 0 N N n N m n ^ m m N n N N N IV r Cj o m m o Sno oAm 2 m gm$vm� mn$m�Ipd_ma 6.P-mnnoaeomN ^1nil mo O O N! O O m N O O N N O O N !1 m m b m m Y NRS N n O m m w m N a m pl 1�1 a� ;ft * * a= § g ae * * X X � g 4 * g ae � X * a * ae e X * g ae ae ae * v g e X * * 4 X m N o O a m o Y n N m n m N m m a a Ip m m m n m m N V m n m m m m a P o N' S S O O O m pm0 S 4 w S 0 0 0 N Qn o- N p 0 1D 0 Nm 0 RN d O p O t N b S Ynl O O O O nnS Q S O IC O N 0 P n O O N W ( V(pp � W �p O A r N W O m n n N 4 w N n CmN. o e m o o d o o m� o 0 o n W o o a w o 0 o n m N n o o w m o 0 0 0 0 Ip 0 OO N O m m m 00 O m 1` N m S O W Om m S m O N N m NO fl O O O N O O N O O N N m O O N O r P d N S m^ O N d b d mm p m N m O m m_ O O O yy O O y 0 0 0 Yl N p d � N C E I°i9 m y E g$ a � E¢mom U V c m & y n 9 n a O LL y b w n H 3 a« b m O�� U o m t3 ¢� N n� a m c N U t> S� m h N m OL o. •^- o � m i .L pia o pp i p 22 22 m € m� 20 x 0 2 0 0 0z m o i gw<� 3L � rc� i U' a a w 0$ gg 3 3 3 m m @3 3 3 m4 o m om zU oro (9cUU' V 5((pO I 3U gb(�m3P36m ON 6 V K m Z 2 Z N C O N w m O K m E w O: 05; 5 b wN w Uo m Ol m m m rc O m [7 N F Np¢ O Sii 000 Imp! N N N N n fNl Cl A mN w m 2 n I m m�- 2 �ymp 19 m b umi N n N h N N N N Ymj N N N N N b N Vm1 Yml N m N N N N 1011 Vm1 Vm1 N N H N N N O O O O 00 O 00 O' m O O O m O O O O O O O O N O O^ O O O O O N O O O O m O N O O O O q n Q m T A N Q IV 0 0 0 0 0 0 0 0 o m o 0 o N o 0 0 0 0 0 o O N m 0 m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Om n n M m O O O O n O O O O O O O O O O O O O O O O O O O O O O O O S O O. O m O N O 0 O q N m Q N m I Nm Sm N 1 N S O A O N VO O gN S m{{yy n b17 S NpS N SN nmmO0SNmNOO N m q YO N N 0O n S O m O 4O r q Q Or N W m q W m O N y Tt N n r Q 0 S m N N r Iq0 h N n N n Q N N r Y n N N N 0 S m g r m n N S 0 0 m' A q q n d m q N N N b N n O N m' g Q q 9j N O d 17 T O N r m m q d _ r N 0 d r m I7 n r g q n m q N O N N b N O N S Cql- N g 0 N q m 0 N r m r N q0 N o g O � Oi Ih S N ((mayy m N N Q N q W n A G N W IOp O Q tqp Q 1p N N m W �- d N g h O e A n m fl m W A� N � g O O d Q v � N N �� m !! N' O r �� a qxq-t C qqeq It 10.gQgqR O O O m O N O V O O O r O O O O O O O O Q O O m O O O O O m O O O O m O Q O O e G OO G G l7 OO m OO C C � OO O OO G- OO OO � q O O 0 O 0 OO S O S N S S 0 0 0 0 o m 0 m qo q o 0 o m o 0 0 0 0 0 0 oq. - S$ o m o - 0 0 N N q Iq Ci M p N V 0 N n N q O n p O d m g d r Q d N N m m Q p n O O m Q IN m N N Q I O N m m Q m N m m G G 1111 q N S� O' r M mm tC m r q q Ih N S m m n Q Q m N O� P' N 11 tD J O g N O m J O N N O N" m g N NQ n O 0 q r !ql N A T O f N W m IM1I N N A m b d 0 O n p O m N y N' O t{Vy y V O g N N < N N m O e m d q n Q N mm r d Y A N N m n O N .- N b p^' W' O � N V d A� N � q •qp' m o Q � S N N � � q U) N � Y M1 n � N' O� q IOO e m g N m n N� N S N m S m N N aq�l A N e A A f e n< N N n S N O N N d S m O m N b N N n Y 0 N N m 0 Q p O y O W Q q N S g O' O IM1 O O m IO Ih P m^ M1 m 0 10 M1 O^ m N !! q m A N' N N N YI N O m b g N m S N N N m O r m h O N m 0 0 1 Il 0 y� tln1_ A M r g r W m W n0 m P m Ip O m N ymy O O Q 1'1 N O q (l N y Yj O 10 m m O m m N m N m H N r m r. O N LK '66 O q r N r Cl r bOl M tC � m a m Q� w J J q O J Jp J� mC W LL LL LL C= LL LL J O ( Jp 1` LL d LL Jp0�� N m pp E m J y m U 0 n 10 r C t C P g N O q $3 Q A N m N N 0 LL g m Z 6 N O L W22 20 0 N 0 U N � � 22m 2m $m zi j� m U2�U2 2m U J Upp tzz0 N 2N zm 20 z0 zm ,qppy' +� 22m zzm m U E N 2m pq mm � r 0 ry mE � pEp W U m m $ p V W 0 U C a O L iop m E m a 3 m D 0 ! E m O Q W r � p a 0 — � E U O � N L _ o a w a � O w F �qpj A 'C o a U 0 U E Z O O O O 00 O 00 O' m O O O m O O O O O O O O N O O^ O O O O O N O O O O m O N O O O O q n Q m T A N Q IV 0 0 0 0 0 0 0 0 o m o 0 o N o 0 0 0 0 0 o O N m 0 m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Om n n M m O O O O n O O O O O O O O O O O O O O O O O O O O O O O O S O O. O m O N O 0 O q N m Q N m I Nm Sm N 1 N S O A O N VO O gN S m{{yy n b17 S NpS N SN nmmO0SNmNOO N m q YO N N 0O n S O m O 4O r q Q Or N W m q W m O N y Tt N n r Q 0 S m N N r Iq0 h N n N n Q N N r Y n N N N 0 S m g r m n N S 0 0 m' A q q n d m q N N N b N n O N m' g Q q 9j N O d 17 T O N r m m q d _ r N 0 d r m I7 n r g q n m q N O N N b N O N S Cql- N g 0 N q m 0 N r m r N q0 N o g O � Oi Ih S N ((mayy m N N Q N q W n A G N W IOp O Q tqp Q 1p N N m W �- d N g h O e A n m fl m W A� N � g O O d Q v � N N �� m !! N' O r �� a qxq-t C qqeq It 10.gQgqR O O O m O N O V O O O r O O O O O O O O Q O O m O O O O O m O O O O m O Q O O e G OO G G l7 OO m OO C C � OO O OO G- OO OO � q O O 0 O 0 OO S O S N S S 0 0 0 0 o m 0 m qo q o 0 o m o 0 0 0 0 0 0 oq. - S$ o m o - 0 0 N N q Iq Ci M p N V 0 N n N q O n p O d m g d r Q d N N m m Q p n O O m Q IN m N N Q I O N m m Q m N m m G G 1111 q N S� O' r M mm tC m r q q Ih N S m m n Q Q m N O� P' N 11 tD J O g N O m J O N N O N" m g N NQ n O 0 q r !ql N A T O f N W m IM1I N N A m b d 0 O n p O m N y N' O t{Vy y V O g N N < N N m O e m d q n Q N mm r d Y A N N m n O N .- N b p^' W' O � N V d A� N � q •qp' m o Q � S N N � � q U) N � Y M1 n � N' O� q IOO e m g N m n N� N S N m S m N N aq�l A N e A A f e n< N N n S N O N N d S m O m N b N N n Y 0 N N m 0 Q p O y O W Q q N S g O' O IM1 O O m IO Ih P m^ M1 m 0 10 M1 O^ m N !! q m A N' N N N YI N O m b g N m S N N N m O r m h O N m 0 0 1 Il 0 y� tln1_ A M r g r W m W n0 m P m Ip O m N ymy O O Q 1'1 N O q (l N y Yj O 10 m m O m m N m N m H N r m r. O N LK '66 O q r N r Cl r bOl M tC � m a m Q� w J J q O J Jp J� mC W LL LL LL C= LL LL J O ( Jp 1` LL d LL Jp0�� N m pp E m J y m U 0 n 10 r C t C P g N O q $3 Q A N m N N 0 LL g m Z 6 N O L W22 20 0 N 0 U N � � 22m 2m $m zi j� m U2�U2 2m U J Upp tzz0 N 2N zm 20 z0 zm ,qppy' +� 22m zzm m U E N 2m pq C O� z .� z ao N F a o7 W O M N N 0 N C 0 H U N N a O O n W N P d 6 N O N X 0 0 W O O O O b N O O O O O O O W m O l7 m O O N O A O O N m b b N 0 0 0 o n o m Opo 0 0 o m o 0 0 0 m m .- m n 0 O O O N VOI O O O O P WP N O O O N O N W 0 O n m P Lqt7 y m_ O N G tV � O pp 0 Oi N m O N W W O 1� QO W In(1_ O N W p� n Ip m O' O N I7 0 O W O m N W W m N P m N 0 N 0 10 N m C A n A N Np n b n N 1� W W m Ip n m P N m S A N V n O 1� O VI P O O H b f0 N m b b O m N P � a o O n o n m n n n w N m e4 $ m N R It W W P P O P q � sh�yy b m O m b N N P m N W$ 0 T R - 0 P m O P b O N im v ei mN v�ei ei �n a �i�@ N r N n N � O P O O O P I m1pp b O O P p O O O m p4 m m O S O N A m m N N N p O O p N m ON W W O Ip P P 1p ry p N d in o ry N' o o �nri a d d .- � am, L ��OO bbbRX U'' N 5UUzz5'' �CCp 3 O C f� Q (1 .5 N N N N U m N N N N N N N h h n N N N N N N 4 mm m pC U W $ = O ry N N N py U U W g o 0 0 0 O E V m m = e o V o m a m O O E m i E p O G W 0 O 0 m� �a E U $ � E S c $ $ O P ry W d W P 0 � E wt5�� O Lo U 4x�4x m O U E Z ' Z O O n W N P d 6 N O N X 0 0 W O O O O b N O O O O O O O W m O l7 m O O N O A O O N m b b N 0 0 0 o n o m Opo 0 0 o m o 0 0 0 m m .- m n 0 O O O N VOI O O O O P WP N O O O N O N W 0 O n m P Lqt7 y m_ O N G tV � O pp 0 Oi N m O N W W O 1� QO W In(1_ O N W p� n Ip m O' O N I7 0 O W O m N W W m N P m N 0 N 0 10 N m C A n A N Np n b n N 1� W W m Ip n m P N m S A N V n O 1� O VI P O O H b f0 N m b b O m N P � a o O n o n m n n n w N m e4 $ m N R It W W P P O P q � sh�yy b m O m b N N P m N W$ 0 T R - 0 P m O P b O N im v ei mN v�ei ei �n a �i�@ N r N n N � O P O O O P I m1pp b O O P p O O O m p4 m m O S O N A m m N N N p O O p N m ON W W O Ip P P 1p ry p N d in o ry N' o o �nri a d d .- � am, L ��OO bbbRX U'' N 5UUzz5'' �CCp 3 O C f� Q (1 .5 N N N N U m N N N N N N N h h n N N N N N N U) W of n C9 O o N a� U Z Z ` m w m~ c 0Z O LU W LL O 1- O d W J IDL w W w U .6 C ° y 0 0 0 0 0 0 0 0 m .i .0 y ml m V a x m m O O O W p 0 0 0 O N N p O 0 0 0 0 m m M W O O N m IIt N W W r M n 0e� 0 W f0 W (WO 0 1n Pl fli Q W m N O 0 W W y y y d 0 r W O W O N O N f� � N W W Q m m OJy.y.w {Q m co W MN W W W (p of �p C m y 0 Q W M n Cl) WQ W 10 W M _ x O a O m ° U t6 � � O w a m E O W F U A c O A c 0 � •c n U O 0 Alum � O � Z M W m w W W m O O p Wp W W O O o M O o 0 0 0 M g m O 0 0 0 0 0 W N 0 0 M, Q m Ma m M N V W m N N O O n o W tm�1 O O O fND_ gig V O W M O W tm+1 O a om') O tO Q m aVa W I� O O O N N M N O N W M N M -r � N e o o e. It o e o o e o 0 o e o e e o e e e e e e e e o o e e o e o W W W O W n W W Q W r M Q Q 2 0 o m m m CONE m M I� m ON m� N l N W 1 W" W M M m m mI N N m W W M O �O (� O O M m aM-• s� N r Y (� 1p O v O tO O m Pl M m W b t+I th M m V N m I� N W W mN tp 'Q(C MNNM �OVMm N N W NQ MN MIT 0M ID LO to 10s o a v e M O m O O m m m W W Q N m O m W M m W W W I� ' W M N O M M M N Q N N —MM 0 0 0 0 0 0 0 0 0 o m o o Q M o o W a n o 0 0 0 0 o W W o o a o 0 O ri C O fp N O o OD C M ri O O C O O N W nW m N W N O O wO W W N r (0, O nWWW,mM V" N -WWNmWWQ V --M—m Mm � C4CN " 0 o M o 0 0 o m M o m m o o m o o n o o M o W M W W M W m o 0 OO of 0000h OO (DO V �O iCi �O� � OI mN a}O O)O cOmO� W m 0 10 0 0 0 r N m W Q W O 1O O m m 1O W N y N N N� W Q W .-- W CSL" CO — Q� Q W N N M m d — U m C 'C m L U Mn y m ac m p M CO) m CU L—ILJ—J m`d Y Q c�0 m 0C.) m W °?J �V a �O y =CC mpuWinOMQ 00 0 _� c d 0 m O m U C7 0 c C7 c U U c Q C5 d' co Z Z(p(0 co O m 1 O U UQ m y 0 L,> >�yy c m W c a Q U L M t O N LL 9 N 9 OV12�NQ y'Z� i.>ooaYv� N a m C m 3 Cl) p m m t0 co d m i7 > =ga0Z� 0o3t7 Uou)(nco— 0003:00 OE t �UC7U3�U rn(D (D 0Cl UU(7 M N t "V t0 n m w O W ^p V W �0 N N WQp � Op f�lp1 Wm W n N 00 m W m W W Om1 W O O D �OOO N 1� O O Om� W W LLW'9 tmOO O um'JNhOhtU h 0 m N m O O m a{ N N W O N Q m QM A N m O m O m W m m W m N N M m m m Q W O m W N n 0 W m n A "2RVG Q m M m M A A M O A N � N N N m N MM0OM S -10O O (O map r f')C m m n mNOD rthN C t0 aD r �D r CO n tV CO �-- C Q N n O a0 6' N M-7 t0 N N O m O N N N M n O Q p1 Q N O M Q Q d N Q m N r N L 'a C o CO M CCD_ co O o n m CO') fh N N f% N m R aND V' R r O IQ V O V r tW0 ccO M w N N W N _ O N Q M th n (p N r W m r W N M W N m LL'J w7 N 0 t7 a; t+] . V M O O N m m m m Q O O m m V7 m m M 0 0 m m 0 N 0 V C f0 N N A N 10 m N Q N M M O} M o y IZ N d d ` U c Kim U `off LL m M MONON m O n n N n N M m W M N m m A M m N O W m M m W m N m W 0 m A CD m Q A Q n N m m W m A N M N N M N Q W A Q O m W A ( M(pp W N �0 m n m W m W Q Q N n m Q M A m y m M A O O m W m m m C C 10 M m N O N m W N n m M � m N W o � Q onaomM CMD O N o W M lL tNV � N �- �- W w I-- 0 o 0 N m m M W m N O m m m mo a M QOmf_ CMD tmO. �0 Q W m m f0 d M N A 01 pp M Q m W N Q W W Q N M In m Op m CD A U Z ` i0 �Cr CfD T - OW, M- C6 O V NtO�OQV No —,M V C Z (n ` d O c(6 G w CD o�� Z U O O N mNMQNm nM Mn N nN QQQmnOg OQLdn mm.6 C'i W > L N O 'O m m Q m M CO Of CD t+/ th m N N W W A m Oi O N O M CD Q N CO CD W N 0 t V t7 O) W N � W W N O N m r O O n Q 0 0 m m m m m M W O m m m N ,� � U t (0 � N � N m N A N m m N Q N B M M W LL 2 O O M �p 0 N Em L O V p O d (=F N¢ Com. J N � WW m m m Q A� A m m W A N m m W YD A N M N N M N Q W n Q Q 0 LLD W N Q m W o m A l'7 f+1 Q Q N A In eO� O to W M 10 m m (� n N t6 M m w Q o mm w- m t'NIO N `n1- M r O COD 0 Ld m m M M � CMDO N- m N M O E f N N N m N A m M m M N m, Q '- Q lL O N Mn m— U N C 'C ma n! m v m O1 (7 aci m p W CO V l6 �T CJJ l0 CJ') LL J d U C« m (LL O .C-� O N L D c J 9 W C) Mg O m m ca cai� caMDU m °mU�O cU� U °1 a�i3� °'co mc$ m mamo m 5•c o=¢O o�UU 0U0 0>Er aUQm�QmUUUcj mU Up m o m UO cm �m �o m o mc:EV)U UM ¢ZO¢UNU�OUUL UUU U— v»73 U co co U w y ¢ O O � Z U z Z .O UU Z p r W P Lu N WJacn 00C2 U `m wLL 0� ~ W J w w x U W L N W N m Co r M N N U w m 02 LL Mto OI. - Om m V'ODMMmd' V' mm LO m1Om Mm LO N rmf�cON mM M m N O M T M O OD O' 00 h 0 n0 V-0 m 0r� O n n V M h LO m m m M It RG I rm CLQ mr NM V -LO P- f,M "r 'T V' OM OmNr�Nr m M IT Wtovm �v NNNrqj 1qrM�N �^M CO O M Q_ 0M m I- V -m MM M r O O m N 1.- O O M O m O O O O CD W, NmmO O LOM MMm tO MN m to vNOOMM I -O L0 m0 MO Lo w mtoM n n N NO O.O Ism N tOMr md_� MNMOLO V:N Mom V � mNm00)m cD r0 V'MOtO C C M N C m Lrl- M L O N C G M NV: L7 N V' r r M C] N6 m N L6 N N N (O m m f p r L O r rco Cl) r V' M V' N N CS r 0 L O N N N m r r LO N N W O MM V -m0 V' OMNO V' V' m MMmMm0 mh N mI.- 0NmM V <`7 M V mM N MOO N'c}'O^Or d•MOML r.-0f�- LO7 LOOM M _ m M (q m V_ CCR LO M m O M m V LO r M i- M V V: v O M O m N r O N r W to 0 V mm�vN Nr.n... MNr N m W V'tMMr r.ci vcM CML vi 1: N Lq �1--M 0 O N r M N n r r m LO N r r d J r m r0 'V N W r V V'MmO Lo r. -W 0 1 M N Ui Om0mM V M N W n MO t, V N It 1, 0mNMNa, MCO N MN I- CD 0 f - l-- NN LOM M0 (ON V'N V'r M N O mmm OM LO V- CD V'OM N r m Or U)7 r MNm V 0 m(O� v d C` ml - l- f�rNrONOmmf� hMM V mr nm N O M rj_ C NCm V CC EpoOI-- N� Iq on r COr ce) ce) N m M t c°00r�m Lo O N m U O O O C- O O m 0 h O O M O m 0 0 0 0 0 m r M N m to O N m m M 0 0 r N d• O M m O O M LO O LO f0 O M O LO lO M LO M I� r N N O MM r OOOtT� NMm rOtO V' m7mm V'�cON c00 MmtO r O V' MO N cOp f0.1 Ln M m cV d: LO I- N C M N -, X 00 M CT C i6 r 00 M N N 0 cO m C m O M n V- m o m C') r m M r V' M V- N LN N r N tO N N N LL Oa virvir U c m E 8 N m C nm m m O 3 O` _ o o E m 3 m __ _ N m ry�,C m0 UwMnOm C m.0..r LL CDM Nm @Nt C ry Ol`LRim mM O o'� ct�o �»ami co Ln Ln LO oar MO��m d;gO m m E Emm j,N i5 CL mp 0a�COLoODCOCO Cf)O v1�m E `maLZ!�N 0 CO o 0 W Wmm d� m 3=2 €m_ UUUUU U=r(i yM�Q.F000U c0m m Q' 0 m N >2 S N M Q C L i t C Z yH �LLm g�� MU)� y��3�o Um jai O m 0ZUz2U 2mC7C7(7(7C�3t7 oto (9m� ��vU) u�co(9( b(7�3 U z�O��mU>3mmmmmmm�(7mC7mHm¢0 OUmmmmmm O N n MMN Lo 0M N MMm1-mMO N M qT 0 m M � M�mco co V- �Z O M N tO mmmmm m m LOLO m mt0 mmmm m comm m m mmm m 117 LO LO LO N N tO tO tO tO LO LO LO tO LO LO LO tO LO N 0 LO LO LO tO LO LO LO LO LO m tO LO u7 N m N Oa OM 0Mr MO mmmOLnNN tOr O LO MW MgW tO W n L n m 0 0 t� O N V• V' m M N M N M M M m N M N O L O n N N MM M N ODM V' V 0) CO q)m N OmmOM V'ODO V'OMNrcpOr h V'rmNm V' O O` MM M 7 06 N I� ��^--M N r 00 r Nrrr mco C14 O N CO N M CO� r 00')Mr r N O LO r r J O U 0M m I- V -m MM M r O O m N 1.- O O M O m O O O O CD W, NmmO O LOM MMm tO MN m to vNOOMM I -O L0 m0 MO Lo w mtoM n n N NO O.O Ism N tOMr md_� MNMOLO V:N Mom V � mNm00)m cD r0 V'MOtO C C M N C m Lrl- M L O N C G M NV: L7 N V' r r M C] N6 m N L6 N N N (O m m f p r L O r rco Cl) r V' M V' N N CS r 0 L O N N N m r r LO N N W O MM V -m0 V' OMNO V' V' m MMmMm0 mh N mI.- 0NmM V <`7 M V mM N MOO N'c}'O^Or d•MOML r.-0f�- LO7 LOOM M _ m M (q m V_ CCR LO M m O M m V LO r M i- M V V: v O M O m N r O N r W to 0 V mm�vN Nr.n... MNr N m W V'tMMr r.ci vcM CML vi 1: N Lq �1--M 0 O N r M N n r r m LO N r r d J r m r0 'V N W r V V'MmO Lo r. -W 0 1 M N Ui Om0mM V M N W n MO t, V N It 1, 0mNMNa, MCO N MN I- CD 0 f - l-- NN LOM M0 (ON V'N V'r M N O mmm OM LO V- CD V'OM N r m Or U)7 r MNm V 0 m(O� v d C` ml - l- f�rNrONOmmf� hMM V mr nm N O M rj_ C NCm V CC EpoOI-- N� Iq on r COr ce) ce) N m M t c°00r�m Lo O N m U O O O C- O O m 0 h O O M O m 0 0 0 0 0 m r M N m to O N m m M 0 0 r N d• O M m O O M LO O LO f0 O M O LO lO M LO M I� r N N O MM r OOOtT� NMm rOtO V' m7mm V'�cON c00 MmtO r O V' MO N cOp f0.1 Ln M m cV d: LO I- N C M N -, X 00 M CT C i6 r 00 M N N 0 cO m C m O M n V- m o m C') r m M r V' M V- N LN N r N tO N N N LL Oa virvir U c m E 8 N m C nm m m O 3 O` _ o o E m 3 m __ _ N m ry�,C m0 UwMnOm C m.0..r LL CDM Nm @Nt C ry Ol`LRim mM O o'� ct�o �»ami co Ln Ln LO oar MO��m d;gO m m E Emm j,N i5 CL mp 0a�COLoODCOCO Cf)O v1�m E `maLZ!�N 0 CO o 0 W Wmm d� m 3=2 €m_ UUUUU U=r(i yM�Q.F000U c0m m Q' 0 m N >2 S N M Q C L i t C Z yH �LLm g�� MU)� y��3�o Um jai O m 0ZUz2U 2mC7C7(7(7C�3t7 oto (9m� ��vU) u�co(9( b(7�3 U z�O��mU>3mmmmmmm�(7mC7mHm¢0 OUmmmmmm O N n MMN Lo 0M N MMm1-mMO N M qT 0 m M � M�mco co V- �Z O M N tO mmmmm m m LOLO m mt0 mmmm m comm m m mmm m 117 LO LO LO N N tO tO tO tO LO LO LO tO LO LO LO tO LO N 0 LO LO LO tO LO LO LO LO LO m tO LO u7 q� LC z z .O UU Z0n W r O Lu N � J I- ca 2 OOL U W U `m wU. 0� ~ w J 7 w w 2 U U LO wN UI n 0 mm � Mw m N N R w w 0 N M N Nnt0m0OU)mmwnwwNrV•• M V'wNwwOn 0�n<tiyrwO IOM OrrIU)nR<YU)OrNnmOwIU) 1-j r NV(< OrNnr oor OV' v Cq rU) w Nan az( w' rr m O w Nrr Cq EL M U) w 0 It onm N w I V' m M m w w m M VN N O VUo0 r;! n 0O tnmvw0ann cM w U CO<OO MN CO w 0 M 0 yVr 0nv w 0 w 10 V:w U')0M V: N p :3 C(Own nncnw w:MCOi VN C<NNcO <riU)<VN I mr..M (A Nrcr�� < r co O C UV U)0 to 000 O Lo O U) V• 000 n 0001 OU) N w m 1 m0 NON N nwm0mn w n w OO N U) M LO V)n ON Ow n w 00 U)U)O 3.O nwU)U)wO �rnMOn m n t1Yn 0wmO0OOU) ON mmrN w C N CO CO N M N N U) I: w I. w N CO Cl 0 n IZ n M n V' N n C to O N 00 U) p C N N r C4 0 N N� m r � r w N N U) N n N N r U) r M<" N r a w N t0 n O n 0 n M 0 0 O n n r N IT n 0 w Cl) N N CO CO O N M N M n U)mm OU')M mwn w wN rw n O n V• V• wrm wNOw0 n (D 0nnr to<w 0 v_w V'U)U)0), IT LO nI V' M U) O rN n m m CO v U) w NrN V' V' O CA n m m C7 V'r N n N U)U)Or Nnrr w wN V7 <0 0 0 0 (Da`J M U)wO V. gmNw g 4MMO t0 U) 0M V'N N O -,t to 0< V' n O LO U) 0 0 n r a m m � V w O m O n 0 N w 0 OD O r M O n n� M O 7 O r CO M N 00 w O (O w v_ < 0 n v O N N w v_ V• V• 0 v_ w 0 0 0 a N C (O(On 0nN 000(0 n�wMMO V• N coON wr M N tfir n V' N 0 N 0 r n 0 Cl) r M M r N r m N r 0 m r O C : Cl) w U V 0 U) 00000W001000 n00010 U) N w On MO wON n w m O m O w O n w O IT w t O m to w U) n O N O w r w 0 0 0 0 V nw U) 0wO 11 Il MM t -Mt -0 nMWM (00 COO to Wn t O ON mmr LOCO (` a)cococm ricoNtrincolnwUiwor(3it: I:rinvaonovio(.ic6L C U N <N in N N 0 r Nrw N N 0 N n N N <U) r (MrN •2 N r d < w LL O a r U _ 0 .a U JJ J N ow LL LL LL C m LLJ O J�LL I'LL J d O co J Cab— .E V' n C(D N U) N O (O V' (O O N a M V (� OM w 0 m — p tnwCo 0 CD CD j> o���o do 20 y �� 2) EU> m www �LL cc mco J w eco ww CO Nco w (a E l9w a) C-0 �w ' Q. E t5 UUUUgU oUU ��U(9U UUUmUU> =aU _•- �' y w o aid Y O 0 O @O w.c o0 ii coins w 0=0 00 (D0(3(D� cn .2 S? y U (n(AcocococoycocoUm(gm(q 0a)Oa) Cl) W mmU' Ommacon Lr N M 0 w n w 0 0 N V' U) 0 0 N M U) w n w O N a n w 0 M n O O t0 U) to t0 U) U)N w w wt0 www n l. -n n nn n n ww w w w0mm0 � Z lO t00 1wO iD Uw') lO h M M N two MMM M U07 LLOO UOj in (w0 in 4w7 two M M Nin two N 1w[) U T.E. ROBERTS, INC. SCHEDULE OF ACCOUNTS RECEIVABLE March 31, 2017 Job Description Retention 00=30 31-60 61-90 91+ Total 5667 Anaheim Immediate Response 19,701.63 374,330.87 394,032.50 5700 COSI-Creekside Ph3 12,834.85 115,513.65 128,348.50 5647 CCSI-RH Creekside Ph 1 - 2,717.00 73,855.00 76,572.00 5687 GSW Emergency Chapman - 6,268.10 6,268.10 5694 GSW Gladys 33331151 21,062.00 189,558.00 210,620.00 5681 GSW Lower Azusa Rd 33210335 12,105.00 108,945.00 121,050.00 5654 GSW Main Street 27531098 49,900.00 75,960.00 125,860.00 5679 IRWD IBC Appurtenance Relocatn 33,269.16 232,975.70 266,244.86 5658 Kaaboo 2 - (17,205.00) (17,205.00) 5691 Matrix Oil Emergency - 2,900.35 2,900.35 5710 Misc - 21,801.83 21,801.83 5682 MVWD Plant 18 Drain Line - (1,412.20) 2,837.80 1,425.60 5588 Ontario On Call - 176,362.11 (400.28) 175,961.83 5640 Ontario Water Main Imprvt Ph 2 113,248.26 423,495.26 536,743.52 5701 RCI -Tierra del Sol and Cielo 30,354.20 273,187.80 303,542.00 5680 RH Transmission Line 9-6-4 - 4,065.29 4,065.29 5260 Rose Hills Maintenance - 42,137.79 50,553.47 (759.10) 91,932.16 5656 SCD -LA Fitness, Baldwin Pk 21,386.03 (1,350.00) 3.22 20,039.25 5674 SCWD Lift Stn No. 1 8,495.00 4,655.00 13,150.00 5575 SCWD On Call - 7,500.00 7,500.00 5663 SCWD PCH Bottleneck Upsizing 8,587.48 8,587.48 5686 SCWD Service Replacements 21,446.95 21,446.95 5550 SGVWC Daytona,HacHt - 3,300.83 3,300.83 5528 SGVWC 5858F Banana - 8,495.26 8,495.26 5596 SGVWC 5985F Valley 750.00 750.00 5043 SGVWC 7708L Wrkmn Mill Rd - 7,538.22 7,538.22 5599 SGVWC 8363LR Rush Recycled 0.01 0.01 5684 SGVWC 8450L Garvey - 7,546.11 7,546.11 5622 SGVWC 8530L Workman Mill - 1,000.00 1,000.00 5643 SGVWC 8603L Duchess Dr 10,000.00 10,000.00 5653 SGVWC 8617L Rath - 3,000.00 3,000.00 5672 SGVWC 8720M Union/Gage - 3,000.00 3,000.00 5553 SGVWCT&M Norwalk & Mines - 3,066.69 3,066.69 5697 Sonoco PIV - 15,550.00 15,550.00 5665 South Gate AMR Meter Upgrade - 8,180.40 33,088.80 41,269.20 5692 USVMWD Whittier Narrows RW - 10,000.00 10,000.00 5695 Whittier -Beverly Blvd 3,445.00 31,005.00 34,450.00 5611 WVWD ACE Fairway Dr 20,095.22 37,933.50 51.24 58,079.96 Total: 386,680.79 2,124,011.51 89,586.23 9,620.09 118,034.88 2,727,933.50 See independent accountants review report. T.E. ROBERTS, INC. SCHEDULE OF ACCOUNTS PAYABLE March 31, 2017 Description 00=30 31-60 61-90 91+ Balance A Cone Zone, Inc. 21,085.03 21,085.03 Adkan Engineers 4,188.72 4,188,72 Agua Mansa Properties, Inc 1,760.00 1,760.00 All American Asphalt 316,821.96 316,821.96 Alliance Solutions Group, LLC 453.75 453.75 Andy Gump, Inc. 1,329.28 1,329.28 Associates Environmental Inc. 782.50 782.50 Cal -Duct Inc. 1,013.13 289.60 (520.70) 782.03 California Boring, Inc 1,758.75 1,758.75 California Corrosion Specialists LL 450.00 450.00 Calportland 781.74 781.74 Caterpillar Financial Svc 1,864.17 1,864.17 Cincinnati Fan & Ventilator Co. 2,546.00 2,546.00 City Of Orange 34.96 34.96 Collins Trucking 18,521.50 18,521.50 Continental Maintenance Inc. 395.00 395.00 County Of San Bernardino 9,795.37 9,795.37 County Sanitation Districts of LA C 675.00 300.00 2,175.00 (3,917.50) (767.50) Culbertson Insurance Services, Inc. 8,624.00 8,624.00 Dan Copp Crushing 393.61 393.61 Dineen Trucking 4,470.11 4,470.11 DMV Renewal 2,919.00 2,919.00 Ewing 149.12 149.12 Ewles Materials 450.00 450.00 Ferguson Enterprises Inc. #1083 306,326.97 (9,252.67) 297,074.30 Fontana Water Co. 14.54 14.54 Ford Credit -1343 1,383.76 1,383.76 Ford Credit -1421 762.68 762.68 Ford Credit -9357 579.10 579.10 Ford Credit -9948 1,191.25 1,191.25 Franchise Tax Board 2,400.00 2,400.00 Friedman And Company 1,500.00 1,500.00 GeoLabs 2,214.00 2,214.00 Greg Dunn 50.00 50.00 Griffith Air Tool 11,854.66 11,854.66 Hanson Aggregates LLC 383.58 383.58 Heavy Equip Sales 359.02 359.02 Holliday Rock 24,030.79 24,030.79 Hose -Man, Inc. 515.06 515.06 J. K. Welding 16,447.50 16,447.50 John Green Trucking 36,903.11 36,903.11 JPS Legal Video 968.00 968.00 See independent accountants review report. T.E. ROBERTS, INC. SCHEDULE OF ACCOUNTS PAYABLE March 31, 2017 LMN Inc. 5,080.00 5,080.00 Matheson Tri -Gas Inc. 180.49 180.49 Morr-Is Tested Inc. 2,490.00 2,490.00 Occupational Health Centers of CA 233.00 233.00 On Point Land Surveying, Inc 6,800.00 6,800.00 Ontario Municipal Utilities Company 61.96 92.53 (2,073.50) (1,919.01) Peck Road Gravel 240.00 240.00 Pierce Chlorine 1,390.00 1,390.00 Proforma Screening Solutions 49.00 49.00 Quick Solution Networks, Inc. 338.94 338.94 R.A.M.S. Trucking Ent. 1,657.50 1,657.50 RJ. Noble Company 12,100.87 12,100.87 RDO Equipment Co 1,283.51 1,283.51 Robertson's Ready Mix 3,494.35 3,494.35 SC Fuels 14,287.84 14,287.84 So Cal Truck Tire Center, Inc. 4,502.35 4,502.35 South Coast Water District 56.00 56.00 Southeast Construction Products 1,210.34 1,210.34 Southern California Edison 1,087.78 1,087.78 Southern California Gas Company 2,445.05 2,445.05 Southwest Mobile Storage 71.01 7.60 (71.01) 7.60 Structures Unlimited 28,850.00 28,850.00 Sunbelt Rentals, Inc. 483.09 483.09 Sunwest Bank -1101 1,500.35 1,500.35 Sunwest Bank -9701 5,348.61 5,348.61 Superior Pavement Markings 13,574.50 13,574.50 TD Auto Finance 793.87 793.87 TEK Services, LLC 1,594.99 1,594.99 Torrent Resources (Cal, Inc. 89,400.00 89,400.00 Trench Plate Rental Co. 17,066.88 17,066.88 Trench Shoring Company 1,012.75 1,012.75 TruesdailLaboratories, Inc 1,796.00 1,796.00 TWC 44.99 44.99 United Rentals 4,649.77 4,649.77 United Site Services 1,315.29 1,315.29 United Water Works, Inc. 200,247.60 24,275.99 17,198.47 241,722.06 Unitedhealthcare 27,680.68 27,680.68 Verizon Wireless 1,465.53 1,465.53 Vulcan Materials 41,583.07 41,583.07 Wells Fargo Dealer Svc -5986 1,528.16 1,528.16 West Coast Pipe 479.92 479.92 West Valley Water District 30.73 30.73 Western Water Works 68,097.05 (10,235.11) 57,861.94 Total: 1,376,750.54 5,385.41 18,874.29 (5,991.00) 1,395,019.24 See independent accountant's review report. City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE I Contract No. 7173-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. Countyof OYQnae _) i r iy I-obe r Fa , being first duly sworn, deposes and says that he or she is PYesrclevnt• of T.E. Roberts _ Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of t Calif rnia h the foregoing is true and correct. T E- Rob rrs Inc • s dent Bidder Authorized Signature/Title nmornyP-Dberm Subscribed and sworn to (or affirmed) before me on this V" day of V 6 , 2017 by JDb-Cy/A--S proved to me on the basis of satisfactory eviden a to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. W, [SEAL] S -a aka r d My Commission Expires:'L-I l U CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 IKSee Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (f any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of KIM E. NEWETf COMM. #2054795 z Notary Public - California z Orange County o My Conn. Expires Feb. 7, 2018 Seal Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this _b , day of 2o -Ll by Date Month Year (1) Time tic (Lob��1 S (and (2) ), Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature +�(�- �k� Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Above: Document Date: ✓{\.: �✓{V'�ai'a{'d' y�'y„ City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT-:. PHASE I EPLACEMENT- PHASEI Contract No. 7173-1 DESIGNATION OF SURETIES Bidder's name T.E. RohertS Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Surety Travelers CCtsLAo.l t- and Surety Compny -109.61Z. SVIS El Ube Csafewaq Center DYive Diamond Bar, Ct\ `tryo,5 fond n - F enr9 CWbpe tsor\ lnsurahrP Services ��4.921 osso SSoo E. Santa Ana Canyon Road Suite 2.01 Anaheim CA')290"1 Insumnce,. t�atriot Risk and Insurance. 9L49- 406 • -T911, Broker 2y45 Camt2us -Dnve,, Suite Too, lm'ne, CA 92e12 19 City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE I Contract No. 7173-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name T. E Rabe v t s, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 20 Current Record Record Record Record Record Year of for for for for for Record 2016 2015 2014 2013 2012 Total 2017 No. of contracts 60 90 -15 53 110 12-0 5os Total dollar Amount of18gpooca-SS000colS,blb,23S"15,122,335"14,b3p;5b8,891,5p0: P(;L08�0 Contracts (in l Thousands of $) No. of fatalities 0 0 0 0 0 0 o No. of lost Workday Cases 2- 1 1 2 0 0 b No. of lost workday cases involving permanent 0 0 0 p O transfer to 0 0 another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 20 Legal Business Name of Bidder 7-E. Roberts, Inc. Business Address: Sob w. Kn+r.iia Avenue Unit B, Oranae,CA 92869 Business Tel. No.: -Iiy.lob9 0012- State 0'12State Contractors License No. and Classification: bo 008 • A - Cse rat En ine rfn Title President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Justin Robef+s , Secretary Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. (NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 21 CALOCOM ALL-PURPOSE ACKNOWLEDGMENir CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ') aL A if On _ �I (n��� before me, Klm _K16l,I + Date Here Insert Name and Title o the Officer personally appeared Sl M D-V'�K gLy)-e ✓ r5 ry G� aS I In' jI nhpiyi5 Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon t4iaif of which the person(s) acted, executed the instrument. �'i Klht E. NEWETT Er' COMM. #2054795 z r'^< Notary Public . California A z' x Orange County e; My Comm. Expires Feb. 7, 2013 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (AwAte/ I Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages; Document Date: Signer(s) Other Than Named Above: Capacityfies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title( - S) -Partner — . ' Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: Signer's Name: Corporate Officer — Title(s): Partner — Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE I Contract No. 7173-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name T. E RoloeY t S I n C The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. 22 City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE I Contract No. 7173-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: T E- Robe r Ts, ) nC. BusinessAddress:306 W. Katella Avenue, Un1t-7>, Orarlie, Ca `lntp l Telephone and Fax Number: T .114 blo9 b012 C: 111}. Uo- 0241 California State Contractor's License No. and Class: bo3oo15 • P-, • Pen-eral k-4ineen`nq (REQUIRED AT TIME OF AWARD) J Original Date Issued: ci • -1.10 Expiration Date: I b 31 l8 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: T)Mnlbll Roberts , PresJfni- The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone -rimothv Ro4,exrs Pre$-IAent" 6A W. Katella Avenue, Llmt A. Oran i ef CA 92e61 "114- 669 -Col?- Kimberke Robe>'ts Treasurer 306 W. katella Ityenue, Unit6 , 0ran8e. Ch 82861 114. 669.00-72 Justin Rhbexts Seereta!:� Sob W. Kai-ella Menne,UnitUnit B� CA 9286'I 114• bbg•ooIE Nicholas FAerrs Vlce President 3obh1• Katella NAwLke,Unit 6,0r2•w2,CA 9.1VD1 114 bb9 00 12 WVZV,06erts /lGe�eSiAtr>t3obW KattltaPvehke,unitB4Orav Cb 24v1 Ity•bbgoo12 Corporation organized under the laws of the State of in 23 23 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: T E. ?Joerts Inc. For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N /R Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. No. -TE. (Obeas,lnc. has never had a Contracci- -fermina+eel. Have you ever failed to complete a pro! ect? If so, explain. No-T.E. R„berts Inc. has Ct)Wpletecl an work awaraed +a I+. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for lab mpliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes /(No 24 Are any claims or actions unresolved or outstanding? Yes / No N /A If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. T. E Roberts, Inc. Bidder Ti,mp%hv Roberts (Print name of Owner or President r atio o any) 3 Presi'deht Authorized Signatureffitle Tirnnth�q Roberts , Fres i dent Title On H' �- 17 before me, Ki r" 12� • WA r Vol , Notary Public, personally appeared✓'1-' , who proved to me on the ct basis of satisfaory evid nce 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 myhand and official seal. f l({VlJ to OUV- JC?V' (SEAL) Notary Public in and for said State My Commission Expires: - 7__-mZ s t f 25 cik-�c�t-c� ZALWOMM ALL-PURPOSE ACKNOWLEDMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of `n nU g e ) On before me, KIM EE M6jI � fJOkC� r Piah�l Date Here Insert Name and Title o the Officer Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon 64iaff of which the person(s) acted, executed the instrument. ;.,., KIM E. NEWE7T comm #2054795 z Notary Public • California o 4 Orange County M Comm. Exoires Feb. 7, 2(78 Place Notary Seal Above 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 & / l y /Q/&A Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): Partner — Limited ' General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: Signer's Name: _ Corporate Officer — Title(s): Partner — Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: City of Newport Beach BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE I Contract No. 7173-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specked in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 26 BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 1 CONTRACT NO. 7173-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 28th day of November, 2017 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and T.E. Roberts, Inc., a California corporation ("Contractor"), whose address is 306 W. Katella Ave, Unit B, Orange, Caifornia 92867, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of : Removal of existing four - inch (4"), six-inch (6") and eight -inch (8") distribution main; Construction of six-inch (6"), eight -inch (8") and twelve -inch (12") valves; Construction of six-inch (6"), eight -inch (8") and twelve -inch (12") distribution main including all appurtenances, fittings, services and connections to the existing water system. The work involves open -cut method to install C-900 PVC DR 14 water distribution pipe, fittings, isolation valves, service reconnections, pavement restoration and appurtenant work as required by the Contract Documents (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract Documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7173-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of One Million Five Hundred Sixty Three Thousand Four Hundred Dollars and 00/100 ($1,563,400.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Justin Roberts to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in T.E. Roberts, Inc. Page 2 writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Timothy Roberts T.E. Roberts, Inc. 306 W. Katella Ave, Unit B Orange, CA 92867 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details T.E. Roberts, Inc. Page 3 of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority' of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. iY�i:f+3i17_1:LfT Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. T.E. Roberts, Inc. Page 4 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. T.E. Roberts, Inc. Page 5 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project and/or Services, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the. Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. T.E. Roberts, Inc. Page 6 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. T.E. Roberts, Inc. Page 7 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. T.E. Roberts, Inc. Page 8 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] T.E. Roberts, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE '�1/ Date: 1 y.1—f 7 Aaron C. Harp PA*'tI.%^.&I City Attorney ATTEST: Date: I . V 11 CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Kevi*Mdoo*!�r Mayor CONTRACTOR: T.E. Roberts, Inc., a California corporation Date: By: By. Signed in Counterpart Leil ni I. Brown Timothy Roberts City Clerk President Date: Signed in Counterpart M Justin Roberts Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements T.E. Roberts, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date: IQ/a/t7 Date: By: 'g '�' By, Aaron C. Harp p'"^' ►M&gI Kevin Muldoon City Attorney Mayor ATTEST: CONTRACTOR: T.E. Roberts, Inc., a Date: California corporation Date: 1? -A I -U By: BY:t_ Leilani 1. Brown Timothy Roberts City Clerk President Date: l2 , Lq-I'7 By: Juffin Roberts Secretary [END OF SIGNATURES) Attachments: Exhibit A - Labor and Materials Payment Bond Exhibit B - Faithful Performance Bond Exhibit C - Insurance Requirements T.E. Roberts, Inc. Page 10 EXECUTED IN TWO COUNTERPARTS BOND #106827319 PROJECT: BALBOA ISLAND WATER MAIN PREMIUM $16,099 REPLACEMENT - PHASE 1 CONTRACT NO. 7173-1 CITY OF NEWPORT BEACH BOND NO. 106827319 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 16,099 , being at the rate of $ $12.95 / $9.05 PER thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to T.E. Roberts, Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of : Removal of existing four -inch (4"), six-inch (6") and eight -inch (8") distribution main; Construction of six-inch (6"), eight -inch (8") and twelve -inch (12") valves; Construction of six-inch (6"), eight -inch (8") and twelve -inch (12") distribution main including all appurtenances, fittings, services and connections to the existing water system. The work involves open -cut method to install C-900 PVC DR 14 water distribution pipe, fittings, isolation valves, service reconnections, pavement restoration and appurtenant work as required by the Contract Documents in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million Five Hundred Sixty Three Thousand Four Hundred Dollars and 00/100 ($1,563,400.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable T.E. Roberts, Inc. Page B-1 expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 291H day of T.E. ROBERTS INC Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety ONE TOWER SQUARE HARTFORD, CT 06183 Address of Surety (909) 612-3675 Telephone APPROVED AS TO FORM: CITY ATT?RRN Y %�FICE Date: By: Aaron C. Harp^' `t y•�i City Attorney CHARLES L. FLAKE, ATTORNEY -TN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T.E. Roberts, Inc. Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of —Q ) ss. On 12-`t–1 20-11_before me, kIM Notary Public, personally appeared :n Al R-t7t9-el✓i- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. KIM E. NEW11 f COMM. #2654795 z a, ur', Notary Public - Caiifornia o Z « - Orange County My Comm. Expires Feb. 7, 2018 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss,. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) T.E. Roberts, Inc. Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On 11-29-17 Date before me, Lexie Sherwood , Notary Public, Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L. Flake Name(s) of Signers) LEXIE SHERWOOD COMM. # 2203287 ; NOTARY PUMJC•CALIFORNIA n ORANGE COUNTY 1 Cormm. Exp. JULY 27, 2021 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 handand fficlal seals Signature Place Notary Seal Above Signature of ota Pudic Lexie Sherwood OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s):_ ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: .A POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 232427 Certificate No. 007302087 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, SL Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Pau} Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint Charles L. Flake, David L. Culbertson, Lexie Sherwood, Spencer Flake, and Heather Willis of the City of Anaheim , State of California , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of July , 2017 . Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 20th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company eI.5V1r f YM"' 4 QeEP _MSLN /'pt ,NSUggZC• 9 P�iY <q0 q G-°UTy.Vy), 02 tea. N. [5V' 4W- 3' 6 If ncomroxttto8 aN xnr�.'n • .cP^V4N JE:, ^• '.4x i `1982 O 9 r_ :^} 1 neatPllaa, +q t T y a 19$1 ti e SE AL.`o'? 4%:.•SSALn � troxn 3 wene a m 6 s � 4r/nNS'- +y State of Connecticut City of Hartford ss. By Robert L. Raney, Senior Vice PreYidem On this the 20th day of July 2017 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.TlT In Witness Whereof, I hereunto set my hand and official seal. �oTai My Commission expires the 330th day of June, 2021. 58440-5-16 Printed in U.S.A. Marie C. Tetre.1t. Notary Public EXECUTED IN TWO COUNTERPARTS BOND #106827319 PREMIUM: INCLUDED IN PROJECT: BALBOA ISLAND WATER MAIN PERFORMANCE BOND REPLACEMENT - PHASE 1 CONTRACT NO. 7173-1 CITY OF NEWPORT BEACH BOND NO. 106827319 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to T.E. Roberts, Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of : Removal of existing four -inch (4"), six-inch (6") and eight -inch (8") distribution main; Construction of six-inch (6"), eight -inch (8") and twelve -inch (12") valves; Construction of six-inch (6"), eight -inch (8") and twelve -inch (12") distribution main including all appurtenances, fittings, services and connections to the existing water system. The work involves open -cut method to install C-900 PVC DR 14 water distribution pipe, fittings, isolation valves, service reconnections, pavement restoration and appurtenant work as required by the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Million Five Hundred Sixty Three Thousand Four Hundred Dollars and 001100 ($1,563,400.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. T.E. Roberts, Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 29TH day of NOVEMBER , 2017 . T.E. ROBERTS, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety ONE TOWER SQUARE HARTFORD, CT 06183 Address of Surety (909) 612-3675 Telephone APPROVED AS TO FORM: CITY ATTOgN _ 'S/ FFICE Date: d �i By: Aaron C. Harp ^ ^^ ti•�• i City Attorney W CHARLES L. FLAKE, ATTORNEY-IN-FACT Print Name and Title in, lrrl l�%l; i:n:r ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ss. On 20 M before me, y.u1E� Notary Public, personally appeared -TXffNQ �.r x�t who proved to me on the basis of satisfactory evidencd to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �� Signature KIM E. NEWETi .. t. COMM. #2054795 z Notary Public -California o Orange County My Conm. Expires Feb. 7, 2018 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of }ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) T.E. Roberts, Inc. Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On 11-29-17 before me, Lexie Sherwood Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L. Flake Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), LEXIE SHERWOOD� and that by his/her/their signature(s) on the instrument the COMM. # 2203287 3 person(s), or the entity upon behalf of which the person(s) fU7 - ¢ NOTARY PUBLIC •CALIFORR%A n acted, executed the instrument. ORANGE COUNTY Comm. Exp. JULY 27, 2021 1 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 of&al. Signature 7��,jl� Place Notary Seal Above Signature of Notgry Frublic Lexe Sherwood OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer —Title(s): ❑ Corporate Officer—Title(s): ❑ Partner ❑Limited El General ❑ Partner ❑ Limited ❑General ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee • ❑ Trustee • ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: TRAVELERS/aw POWER OF ATTORNEY Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 232427 I Certificate No. 007302086 0 7 3 0 2 0 O O C O KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, SL Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Charles L. Flake, David L. Culbertson, Lexie Sherwood, Spencer Flake, and Heather Willis of the City of Anaheim , State of Calif=ia , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of July , 2017 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 20th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company e[. .1[f M_ NSp /i1M549 fY I900 Y SU 6 n aCaWR41Fn Gi n01977 'z; _ :�SEALio?`;4`.SSAL,�j5 a° iOe Q�NO�p7 State of Connecticut City of Hartford ss. Robert L. Raney. Senior Vice President On this the 20th day of July2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,TlT In Witness Whereof, 1 hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. #t 'OI/BLIG } 'hVECCE'S 56440-5-16 Printed in U.S.A. Marie C. Tcueault, Notary Public EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an T.E. Roberts, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: T.E. Roberts, Inc. Page C-2 A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. T.E. Roberts, Inc. Page C-3 F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. I. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. T.E. Roberts, Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 11/28/17 Dept./Contact Received From: Raymund Date Completed: 12/5/17 Sent to: Raymund By: Jan Company/Person required to have certificate: TE Roberts Inc. Type of contract: All Others 1. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 9/1/17 - 9/1/18 A. INSURANCE COMPANY: Valley Forge Insurance Company B. AM BEST RATING (A-: VII or greater): A/ XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? $1M/$2M E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must (What is limits provided?) include): Is it included? (completed Operations status does F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND G. HIRED AND NON -OWNED AUTO ONLY: COMPLETED OPERATIONS ENDORSEMENT (completed H. NOTICE OF CANCELLATION: Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No 11. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 9/1/17 - 9/1/18 A. INSURANCE COMPANY: Continental Casualty Company B. AM BEST RATING (A-: VII or greater) A / XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ❑ N/A ® Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ®No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 9/1/17 - 9/1/18 A. INSURANCE COMPANY: Liberty Mutual Fire Insurance Company B. AM BEST RATING (A-: VII or greater): A / XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 12/5/17 Date ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No 94110 RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management * Subject to the terms of the contract. Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 BALBOA ISLAND WATER MAIN REPLACEMENT - TASE I CONTRACT NO. 7173-1 l I DATE: October 30, 2017 BY: CITY ENGINEER TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. NOTICE INVITING BIDS Change bid opening to 10:00 AM on November 7, 2017. CONTRACT Replace page C-2 with revised attachment. Builders Risk Insurance is not required for this construction project. SPECIFICATIONS Attach sample Application for OCSD Special Purpose Discharge Permit (SPDP). Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. T. E . (o4 Bidder's Name (Please Print) I Authorized Signature & Title ri rw�i(n � Q,v be.�f s f:\users\pbwlshared\contracts\fy17-18 current projects\600 - water\balboa island water main replacement 16w11\addendum no. 1.doc APPLICATION FOR SPECIAL PURPOSE DISCHARGE PERMIT Permit No. A. Instructions Special Purpose Discharge Permits are limited term permits, with a maximum term of one year. For the Orange County Sanitation District (District) to properly evaluate and process a Special Purpose Discharge Permit, • The Permit Application form must be filled out completely. Your application will be returned to you if there is missing information. Clearly print or type the information requested. Please write `NIA" if the information being requested does not apply. • The Permit Application must be signed by the Chief Operating Officer or official company representative. The District will return your Permit Application if it is not signed by the proper company official. • The permit fees and other charges are due at the time the Permit Application is submitted. An application received without remittance will be returned. B. Applicant and Ownership Information Applicant lPl'�_(/L(/ S ENS//V��rQ //U(7' - Complete Legal Emily Name Mailing Address: 2$—l1 C ('OST L)YUFlflil/II� ski 9%RO(o Street city stale Zip Code Phone Number: (-7 I mo() 7 q,)-- 7 Q $ O Fax Number. ( ) Contact Name: INhX'PPl2 E-mail Address: pje6)Pg us'-vlsive2rinS.G Sewer Service Qpc>f- 'o rU ownO,-.t- Address: Street City Stale Zip Code Please include a site map List all Principal Owners /Major Shareholders of the site and/or business: AMY ®F Ns.r+ AA -4- GAt4-- 100 c.Yrc c-earrrw oz. NW&WSsAcu, rte' �a66o Name Title Admi Name Title Address Name Tige Address For Corporations Only: Year of lncmporalion Stale of Incorporation Corporate identification No. Prior to commencement of discharge to the local and regional sewerage system, in accordance with the policies and procedures set by the District the permit applicant must apply for and receive a Special Purpose Discharge Permit from the District. The District may require that permit applicant enter into an agreement setting forth the terms under which the special purpose discharge is authorized in addition to or in lieu of issuance of the Special Purpose Discharge Permit. C. Project and Site Information Describe and submit the following (use additional sheets if necessary): Describe1. tG' s 011 w di 4. i V / // i / / ♦ I tJ 74t4 Include site drawings and piping layout 1 tn� 2. Reasons for the discharge request to the sewer system. To /ower -f n �3rr�nrl woo -e.- /- vel So v-i4-� Wcy-(G Cah dna° ral"yte-(e6 -Sa,(86/ 0177. P-PACien4-t:/ Can knz_ i csk�r m a 10 S aar-( sort ee /iHoc 3. Analysis of the feasibility of other disposal alternatives (e.g., discharging into storm drains, reuse and reclamation, etc.). 4. Describe the following: • Is this a one-time discharge? � Yes ©No • Do you project this discharge to last longer than one year? ❑ Yes ® No • Projected duration: Of project: Y M cn-f� Of discharge: y M on -fn S • Does the facility on this site have a Wastewater Discharge Permit issued by he Orange County Sanitation District? ❑ Yes No If yes, provide Permit number. • Average daily flow (gpd) from this site: -;Lr Y40 gpd • If this is a one-time discharge, indicate the total expected discharge for the project: gallons • Rate of discharge: 5 gpm • Hours of discharge: From: -7:00 a.m. To: '5:00 p.m. • Number of days per week of discharge: S • Days of week of discharge (enter X): Mon Tue Wed Thu Fri Sat Sun Page 2 of 9 5. Location of discharge point: Vlleace54- Sewer 1r76?ejac/ f6 LkLe La c0-fcar, o P1 sfr (,u LP A'1" Mcf rcas Ave �Vi0.r4 S "7snd _ / i4 C f ViG dlllGw/94!! owl Include site drawings. Uao marl- Or. 6. Contaminants present in the source of discharge and level of each contaminant. Constituent Level (mglL) Analytical Method Used 7� YNLW OLv�-,�sr /�,Pon�S Include analytical reports. 7. Detailed design and technical information (include drawings and attach additional information). • Pretreatment system provided to remove the contaminants. �e��®sra ltd off 2 wi It IQ? (P`IG4CIL2b tp?4c 41� dorA_ ci 1411 w aa-r> r w l l -Gn��h cl do s/ f 1--4 1 Fcr P F-�� cCu m�zo cl I vt#-o ,K o S..ecuQ.r • Equipment/structure and method to prevent pass-through and interference with the sewerage system in case of temporary outages, emergency shutdown, or sewer surcharge. -fk1e- 420--0imnq'o7e 12L--/-725 crre 5e F OP -Fc !Floafs -go ceW ui // {� 3 5e r 41AZ pv RPS {o S% r-f rN un +iA/- W c4eY { o a --cea C vo5 CL r2r400n ✓]o,inf CNS© 41Aa (Ou mph ura Vr00(4P-6 o fc ��v okor 4:120-+ cGn loyrn¢rl o F= • Best management practices and pollution prevention strategies designed to minimize or eliminate the proposed discharge to the sewer. • System to measure and record the discharge to the sewer system (see Attachment 157 for effluent flow meter installation requirements). M r6n (NVA. 9& ren 0,4 OAt4l !; 6 of 94Wi t*,M. 7'0 Yr+Ta•t 915-Gt+*A&Cf fw*ou,j 66-6 ktr*cksn &ore) Page 3 of 9 If effluent measuring device is already installed, please provide the following: Date of last calibration: MGt6-�VW- tirvi Type of calibration: F1 Hydraulic Instrumentation Calibration performed in situ? FlYes F]No (S611 A rsi SP --c 5AC-61) The calibration of an existing effluent meter may be acceptable to the District only if.., • performed in-situ, • performed within 30 days prior to this application submittal and in accordance with Attachment 162, and • required calibration report (Attachment 162) is submitted with this application. B. Provisions for District's staff to gain access to the effluent sample point and measuring device for the purpose of verifying compliance. M t`ri /� 1AlK Rif- &4495,01-C to 1715,nor T Ar I}ij- TlAkiirs Designate your company's authorized local associate that District's staff can contact to gain access to the sample point and measuring device(s): Name: MsV-e IN('1�QPIe Title:P(–a�2C4nr4QVIQj2r ( Address: 2 (moi—( ( e 0ror7a&a,, � A-y1o,1�;,Vrm C f}- �/ SQb sleet city Sbte Zip Cade Phone Number. (–I(K2–-74w E-mail:MWln� l (� ICJa-c. )US en�i( finSC D. Additional Requirements and Certification Please complete and provide the following documents with your application: • Cerfification of Accuracy of Information • Sewer Connection Verification Statement • Certification of Responsible Officer • Option to Designate Signatory (Optional) Page 4 of 9 Certification of Accuracy of Information I have personally examined and am familiar with the information submitted in the attached document, and 1 hereby certify under penalty of law that the submitted information is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment. Official Company Representative Name:►PP(.G- Signature: Title: �jt fl� N/e9r✓3b (r p„rt Date: -7 4; )1i Name of the person to contact concerning information provided in this application: Name: Mlles w4leew Address: 1 c--Coe&-)4 o 5r rp. C* Cilgofu -570�7T6-tom Title: AIjyj� % kA.- - Telephone: Telephone: t fly) 7y}- 7240 Page 5 at 9 Sewer Connection Verification Statement Connection to District's Sewer System (Trunklines) Connection Permit No.: Connection Address: Discharge Pipe Size: inches Maximum Flow Rate: gpm Receiving Trunkline Name / Size: / inches Date Connection/Inspection Fees Paid: XQ Connection to Local Sewer (Collection) Systems Local Sewerage Agency: City of Newport Beach Connection/Encroachment Permit No. (if applicable): Under contract with City Connection Address: Various locations in West Newport Beach Maximum Allowed by Local Sewerage Agency: Varies gpm Name and Title of Local Agency Contact: Michael J. Sinacori, P.E., Assistant City Engineer Contact's Phone No: 949) 644-3342 Page 6 of 9 Certification of Responsible Officer 1, the undersigned, do hereby certify that I meet the definition of a Responsible Officer, as outlined below: A responsible officer is defined as: 1. For a corporation: a. a president, secretary, treasurer, or vice-president in charge of a principle business function, or any other person who performs similar policy- or decision-making functions for the corporation, or b. the manager of one or more manufacturing, production, or operating facilities provided, the manager is authorized to assure long-term environmental compliance with environmental laws and regulations; and where authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 2. For partnership or sole proprietorship: a general partner or proprietor, respectively. 3. For a public agency: a general manager, department manager, or supervisor of a public agency who performs policy - or decision-making functions for the public agency. I accept the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for the facility from which the wastewater discharge originates. I understand that if, in the future, this information is no longer correct, the District will be notified in writing to establish a new Responsible Officer. Name of Responsible Officer: Michael J. Sinacori, P.E. (Please Prior Type) Signature: xeC%� ' iaz-a 4z' Title: Assistant City Engineer Date: 7-26-17 Permit No.: Company Name: City of Newport Beach E-mail Address: Msinacod@newportbeachca.gov NOTE: All correspondence regarding permit, enforcement, and self-monitoring issues (e.g., Self -Monitoring Forms and Reminder Letters, Notices of Violation, Permit Application, etc.) shall be sent to the Responsible Officer or to the Designated Signatory if properly authorized. If there is a change in the Responsible Officer or Designated Signatory in the future, the District must be notified in writing and the appropriate form must be submitted. Page 7 of 9 Certification of Responsible Officer 1, the undersigned, do hereby certify that t meet the definition of a Responsible macer, as outlined below: A responsible officer is defined as: t. For a corporation: a. a president, secretary, treasurer, or vice-president in charge of a principle business function, or any other person who performs similar policy- or decision-making functions for the corporation, or b. the manager of one or more manufacturing, production, or operating facilities provided, the manager is authorized to assure long-term environmental compliance with environmental laws and regulations; and where authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 2. For partnership or sole proprietorship: a general partner or proprietor, respectively. 3. For a public agency: a general manager, department manager, or supervisor of a public agency who performs policy - or decision-making functions for the public agency. I accept the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for the facility from which the wastewater dis harge originates. 1 understand that if, in the future, this information is no longer correct, the District will be notified in writing to estsh a new Responsible macer. Name of Responsible Officer: y J—u y a. c, w ( u S. Signature: Title: Date: 7 lt9 la Permit No.: Company Name: T ks d�*En"�f 2.rG E-mail Address: �tua,S 6+Aet6sALJ4.Co� NOTE: All correspondence regarding permit, enforcement, and self-monitoring issues (e.g., Self -Monitoring Forms and Reminder Letters, Notices of Violation, Permit Application, etc.) shall be sent to the Responsible Officer or to the Designated Signatory if property authorized. If there is a change in the Responsible Officer or Designated Signatory in the future, the District must be notified in writing and the appropriate form must be submitted. Page 7 of 9 ORANGE COUNTY SANITATION DISTRICT APPLICATION FOR SPECIAL PURPOSE DISCHARGE PERMIT APPLICATION PACKAGE CHECKLIST Date of last regular discharge (Not Including purge water for sampling): SUBMITTED ® PERMIT APPLICATION ® PERMIT FEE REMITTANCE ($2,427.56 for New Permit effective July 1, 2017 and $1,500.00 for Renewal) (Include a copy of the check) INFORMATION AND DRAWINGS REQUIREMENTS: ® I. Current Site Drawing and Process Flow Sketch ® II. Influent Lab Analysis ® III. Certificate of Responsible Officer ❑ IV. Option to Designate Signatory to V. Effluent Meter In Situ Hydraulic Calibration Report ® VI. Sewer Connection Verification Statement ® VII. Certification of Accuracy of Information ❑ Other: The items checked above were submitted. Applicant Signature Date Note 1: All Signatures must be from the Responsible Officer or Designated Signatory. Consultant Signatures will not be accepted. Note 2: This checklist must be submitted with the SPDP Permit Application. Page 9 of 9 G M Tes t maty flcm THE LEADER IN ENVIRONMENTAL TESTING ANALYTICAL REPORT TestAmerica Laboratories, Inc. TestAmerica Irvine 17461 Derian Ave Suite 100 Irvine, CA 92614-5817 Tel: (949)261-1022 TestAmerica Job ID: 4?0-188379-1 Client Project/Site: Newport Beach - Water - PEI #1073 For: Paulus Engineering, Inc 2871 E. Coronado St Anaheim, California 92806 Attn: Mike Whipple Authorized for release by: 712412017 4:53:32 PM Lena Davidkova, Project Manager II (949)261-1022 ena.d;vicikova L--stameric.iinc.coni he test results in this report meet all 2003 NELAC and 2009 TNI requirements for accredited parameters, exceptions are noted in this report. This report may not be reproduced except in full, nd with written approval from the laboratory. For questions please contact the Project Manager t the e-mail address or telephone number listed on this page. his report has been electronically signed and authorized by the signatory. Electronic signature is mended to be the legally binding equivalent of a traditionally handwritten signature. 'esults relate only to the items tested and the sample(s) as received by the laboratory. Client Paulus Engineering, Inc Project/Site: Newport Beach - Water- PEI #1073 TestAmerica Job ID: 440-188379-1 Table of Contents Cover Page .............................................. 1 Table of Contents ......................................... 2 Sample Summary ......................................... 3 Case Narrative ........................................... 4 Client Sample Results ...................................... 5 Method Summary ......................................... 7 Lab Chronicle ............................................ 8 QC Sample Results........................................9 QC Association Summary ................................... 19 Definitions/Glossary ....................................... 22 Certification Summary ......................... . ............ 23 Chain of Custody .......................................... 24 Receipt Checklists ......................................... 25 Page 2 of 25 TestAmerica Irvine 9 7/24/2017 Client: Paulus Engineering, Inc Sample Summary TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Lab Sample ID Client Sample ID Matrix Collected Received 440-188379-1 Grab Water 07/14/1711:12 07/14/1712:00 TestAmerica Irvine Page 3 of 25 7/24/2017 Case Narrative Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Job ID: 440-188379-1 Laboratory: TestAmerica Irvine Narrative Job Narrative 440-188379-1 Comments No additional comments. TestAmerica Job ID: 440-188379-1 Receipt The sample was received on 7/14/2017 12:00 PM; the sample arrived in good condition, properly preserved and, where required, on ice. The temperature of the cooler at receipt was 3.4° C. Receipt Exceptions The following sample was activated for TDS analysis by the client on 7/20/17: Grab (440-188379-1). This analysis was not originally requested on the chain -of -custody (COC). GC/MS VOA No analytical or quality issues were noted, other than those described in the Definitions/Glossary page. GC Semi VOA Method(s) 608: Insufficient sample volume was available to perform a.matdx spike/matrix spike duplicate (MS/MSD) associated with preparation batch 440-418052 and analytical batch 440-418372.The laboratory control sample (LCS) was performed in duplicate to provide precision data for this batch.(LCS 440-418052/4-A) Method(s) 608: Insufficient sample volume was available to perform a matrix spike/matrix spike duplicate (MS/MSD) associated with preparation batch 440-418052 and analytical batch 440-418070. The laboratory control sample (LCS) was performed in duplicate to provide precision data for this batch. No additional analytical or quality issues were noted, other than those described above or in the Definitions/Glossary page. Metals No analytical or quality issues were noted, other than those described in the Definitions/Glossary page. General Chemistry Method(s) SM 4500 S2 D: The following sample was diluted due to purple color: Grab (440-188379-1). Elevated reporting limits (RL) are provided. No additional analytical or quality issues were noted, other than those described above or in the Definitions/Glossary page. Organic Prep Method(s) 1664A: Insufficient sample volume was available to perform a matrix spike/matrix spike duplicate (MS/MSD) associated with preparation batch 440-417477 and analytical batch 440-417491. The Laboratory Control Sample (LCS) was performed in duplicate to provide precision data for this batch Method(s) 1664A: Analysis for Hexane Extractable Material (HEM) was performed for the following sample: Grab (440-188379-1). Since the HEM result(s) was below the reporting limit (RL), the result(s) for Silica Gel Treated - Hexane Extractable Material (SGT -HEM) was reported as a non -detect. All HEM quality control criteria were met. No additional analytical or quality issues were noted, other than those described above or in the Definitions/Glossary page. VOA Prep No analytical or quality issues were noted, other than those described in the Definitions/Glossary page. TestAmerica Irvine Page 4 of 25 7/24/2017 Client: Paulus Engineering, Inc Client Sample Results Project/Site: Newport Beach - Water - PEI #1073 Client Sample ID: Grab Date Collected: 07/14/17 11:12 Date Received: 07/14/17 12:00 TestAmerica Job ID: 440-188379-1 Lab Sample ID: 440-188379-1 Matrix: Water Method: 82608 SIM - Volatile Organic Compounds (GC/MS) Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac 1,4 -Dioxane <0.502.0 0.50 ug/L 07/17/17 21:30 1 Surrogate %Recovery Qualifier Limits Prepared Analyzed Dil Fac DrbmmoBuoromethane (Surf) 90 80-120 07/17/17 21:30 1 Method: 608 - Organochlorine Pesticides in Water Analyte Result Qualifier 4,4' -DDD <0.050 4,4' -DDE <0.050 4,4' -DDT <0.050 Aldrin <0,050 alpha -BHC <0.050 beta -BHC <0.050 Chlordane (technical) <0.50 delta -BHC <0.050 Dieldrin <0.050 Endosulfan 1 <0.050 Endosullan II <0.050 Endosulfan sulfate <0.10 Endrin <0.050 Endrin aldehyde <0.050 Endrin ketone <0.050 gamma -BHC (Lindane) <0.050 Heptachlor <0.050 Heptachlor epoxide <0.050 Methoxychlor <0.050 Toxaphene <25 RL MDL Unit D Prepared Analyzed oil Fac 0.10 0.050 ug/L 07/19/17 0825 07/19/17 1843 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 08:25 07/1911718:43 1 1.0 0.50 ug/L 07119/1708:25 07/19/1718:43 1 0.20 0.050 ug/L 07/19/17 08:25 07/19/1718:43 1 0.10 0.050 ug/L 07/19/17 0825 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 0.20 0.10 ug/L 07/19/17 08:25 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 0825 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 0.10 0.050 ug/L 07/19/17 0825 07/19117 18:43 1 5.0 2.5 ug/L 07/19/17 08:25 07/19/17 18:43 1 Surrogate %Recovery Qualifier Limits Prepared Analyzed Dil Fac Tetrachloro-m-xylene 74 16-115 07/19/1708:25 07/19/1718.43 1 OCS Decach/orobiphenyl(Sum) 52 10-149 07/19/1708.25 07/19/1718:43 1 Method: 608 - Polychlorinated Biphenyls (PCBs) (GC) %Recovery Qualifier Limits Prepared Analyzed Analyte Result Qualifier RL MDL Unit D Prepared Analyzed oil Fac Arodor 1221 <0.50 1.0 0.50 u9/L 07/19/17 08:25 0720/1711:51 1 Aroclor 1232 <0.50 1.0 0.50 ug/L 07/19117 08:25 07/20/17 11:51 1 Aroclor 1016 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1242 <0.50 1.0 0.50 ug/L 07/19/17 08:25 0720117 11:51 1 Aroclor1248 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Amclor 1254 <0.50 1.0 0.50 ug/L 07/19/1708:25 07/20/1711:51 1 Aroclor 1260 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20117 11:51 1 Surrogate %Recovery Qualifier Limits Prepared Analyzed Dil Fac DCB Decachlombiphenyl (Surr) 52 26-115 07119/1708:25 0720/1711:51 1 Method: 200.7 Rev 4.4 - Metals (ICP) - Total Recoverable Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Arsenic 0.10 0.010 0.0089 mg/L 07/18/17 15:46 07/19/17 13:23 1 Cadmium <0.0025 0.0050 0.0025 mg/L 0711 8/17 15:46 07/1911713:23 1 Chromium 0.12 0.0050 0.0025 mg/L 07/1811715:46 07/191171323 1 Copper 0.075 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:23 1 TestAmerica Irvine Page 5 of 25 7/24/2017 Client Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Client Sample ID: Grab Date Collected: 07/14/17 11:12 Date Received: 07/14/1712:00 TestAmerica Job ID: 440-188379-1 Lab Sample ID: 440-188379-1 Matrix: Water Method: 200.7 Rev 4.4 - Metals (ICP) - Total Recoverable (Continued) HEM (Oil & Grease) <1.5 - Analyte Result Qualifier Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Total Sulfide Lead 0.040 0.0050 0.0038 mg/L b-7-11811715--46 07/19/1713:23 1 0.025 Molybdenum 0.071 0.020 0.010 mg(L 0711 811 7 15:46 07/191171323 1 Nickel 0.079 0.010 0.0050 mg/L 07/18/1715:46 07/1911713:23 1 Selenium <0.0087 0.010 0.0087 mg/L 07/18/1715:46 07/19/1713:23 1 Silver <0.0050 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:23 1 Zinc 0.26 0.020 0.012 mg11_ 07/18/17 15:46 07/19/17 13:23 1 Method: 245.1 - Mercury (CVAA) Result Qualifier HEM (Oil & Grease) <1.5 - Analyte Result Qualifier RL MDL Unit D Prepared Analyzed oil Fac Mercury <0.00010 0.00020 0.00010 mg/L 07/17/1723:31 07/18!1717:33 1 General Chemistry Analyte Result Qualifier HEM (Oil & Grease) <1.5 - SGT -HEM (Oil and Grease - Nonpolar) <1.5 Total Dissolved Solids 1100 Cyanide, Total <0.013 Ammonia (as N) 3.5 Total Sulfide <0.054 Analyte Result Qualifier Biochemical Oxygen Demand <2.0 RL MDL Unit D Prepared Analyzed Dil Fac 5.2 1.5 mg /L 07/15/17 06:38 07/15/17 08:43 1 5.2 1.5 mg/L 07/15/17 06:38 07/15/17 08:43 1 10 5.0 mg0- 07/21/17 08:06 1 0.025 0.013 mg/L 07/2111711:40 07/24/1715:34 1 1.0 0.50 mg/L 07/19/17 17:23 5 0.10 0.054 mg/L 07/18/17 16:11 2 RL RL Unit D Prepared Analyzed Dil Fac 2.0 2.0 mg/L 07/14/17 15:17 1 Chemistry - Dissolved [General Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Sulfide, Dissolved <0.027 HF 0.050 0.027 mg/L — 07-/1711715..10 07/18/17 13:57 1 TestAmerica Irvine Page 6 of 25 7/24/2017 Client: Paulus Engineering, Inc Method Summary TestAn erica Job ID: 440-188379-1 Project/Site: Newport Beach - Water- PEI #1073 Method Method Description Protocol Laboratory 82606 SIM Volatile Organic Compounds (GC/MS) SW846 TAL IRV 608 Organochlorine Pesticides in Water 40CFR136A TAL IRV 608 Polychlorinated Biphenyls (PCBs) (GC) 40CFR136A TALIRV 200.7 Rev 4.4 Metals (ICP) EPA TALIRV 245.1 Mercury(CVAA) EPA TALIRV 1664A HEM and SGT -HEM 1664A TAL IRV ;ice SM 2540C Solids, Total Dissolved (TDS) SM TALIRV SM 4500 CN E Cyanide, Total SM TALIRV SM 4500 NH3 G Ammonia SM TALIRV SM 4500 S2 D Sulfide, Total SM TALIRV SM5210B BOD,5 Day SM TALIRV Protocol References: 1664A = EPA -821-98-002 40CFR136A = "Methods for Organic Chemical Analysis of Municipal Industrial Wastewater", 40CFR, Part 136, Appendix A, October 26, 1984 and subsequent revisions. EPA= US Environmental Protection Agency SM = "Standard Methods For The Examination Of Water And Wastewater', SW846 = "Test Methods For Evaluating Solid Waste, Physical/Chemical Methods", Third Edition, November 1986 And Its Updates, Laboratory References: TAL IRV = TestAmerica Irvine, 17461 Dedan Ave, Suite 100, Irvine, CA 92614-5817, TEL (949)261-1022 TestAmerica Irvine Page 7 of 25 7/24/2017 Lab Chronicle Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Client Sample ID: Grab Date Collected: 07114/1711:12 Date Received: 07/14/17 12:00 Lab Sample ID: 440-188379-1 Matrix: Water oil Batch Batch Prep Type Type Method Run Total/NA Analysis 82608 SIM Total/NA Prep 608 Total/NA Analysis 608 Total/NA Prep 608 Total/NA Analysis 608 Total Recoverable Prep 200.2 Total Recoverable Analysis 200.7 Rev 4.4 TotaVNA Prep 245.1 Total/NA Analysis 245.1 Total/NA Prep 1664A Total/NA Analysis 1664A Total/NA Analysis SM 2540C Total/NA Prep Dis811/CN Total/NA Analysis SM 4500 CN E Total/NA Analysis SM 4500 NH3 G Dissolved Prep SM 4500 S2 B Dissolved Analysis SM 4500 S2 D Total/NA Analysis SM 4500 S2 D Total/NA Analysis SM5210B Lab Sample ID: 440-188379-1 Matrix: Water oil Initial Final Batch Prepared Factor Amount Amount Number or Analyzed Analyst Lab 1 10 mL 10 mL 417740 07/17/17 21:30 GK TAL IRV 250 mL 2 mL 418052 07/19/17 08:25 FTD TAL IRV 1 418070 07/19/17 18:43 KS TAL IRV 250 mL 2 mL 418052 07/19/17 08:25 FTD TAL IRV 1 418372 07120/1711:51 IVA TAL IRV 25 mL 25 mL 417923 07/18/1715:46 JL TAL IRV 1 418136 07/19/1713:23 EN TAL IRV 20 mL 20 mL 417767 07/17/17 23:31 D8 TAL IRV 1 418223 07/18/17 17:33 EN TAL IRV 965 mL 1000 mL 417477 07/15/17 06:38 JC1 TAL IRV 1 417491 07/15/17 08:43 JC1 TAL IRV 1 100 mL 100 mL 418541 07/21/1708:06 XL TAL IRV 50 mL 50 mL 418607 07/21/17 11:40 EC1 TAL IRV 1 419060 07/24/1715:34 EC1 TAL IRV 5 0.8 mL 8 mL 418202 07/19/1717:23 MMH TAL IRV 7.5 mL 7.5 mL 417684 07/17/1715:10 HTL TAL IRV 1 7.5 mL 7.5 mL 417890 07/18/17 1357 HTL TAL IRV 2 7.5 mL 7.5 mL 417928 07/18/17 16:11 HTL TAL IRV 1 417307 07/14/17 15:17 MMP TAL IRV Laboratory References: TAL IRV = TestAmerica Irvine, 17461 Dedan Ave, Suite 100, Irvine, CA 92614-5817, TEL (949)261-1022 Page a of 25 TestAmerica Irvine 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Method: 82608 SIM - Volatile Organic Compounds (GC/MS) Lab Sample ID: MB 440-417740/2 Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 417740 MB MB Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac 1,4 -Dioxane <0.50 2.0 0.50 ug/L 07/17/17 19:56 1 MB MB Surrogate %Recovery Qualifier Limits Prepared 'Analyzed Dil Fac Dibromoflucromethane(Sun) 89 BO -120 07/17/1719:56 1 Lab Sample ID: LCS 440-417740/3 Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 417740 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits 1,4 -Dioxane 10.0 10.2 ug/L 102 70-125 LCS LCS Surrogate %Recovery Qualifier Limits DibromoFluoromethane (Sun) 90 80-120 Lab Sample ID: 440-188379-1 MS Client Sample ID: Grab Matrix: Water Prep Type: Total/NA Analysis Batch: 417740 Sample Sample Spike MS MS %Rec. Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits 1,4 -Dioxane <0.50 10.0 10.5 ug/L 105 70-130 MS MS Surrogate %Recovery Qualifier Limits D%bromofluoromethane (Sun) 90 80-120 Lab Sample ID: 440-188379-1 MSD Client Sample ID: Grab Matrix: Water Prep Type: Total/NA Analysis Batch: 417740 Sample Sample Spike MSD MSD %Rec. RPD Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit 1,4 -Dioxane <0.50 10.0 11.6 ug/L 116 70-130 10 30 MSD MSD Surrogate %Recovery Qualifier Limits Dibromofluoromethane (Sun) 92 80-120 Method: 608 - Organochiorine Pesticides in Water Lab Sample ID: MB 440-41805211 -A Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 418070 Prep Batch: 418052 MB MB Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac 4,4' -DDD <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 4,4' -DDE <0.050 0.10 0.050 ug/L 07/19/17 0825 07/19/17 17:59 1 4,4' -DDT <0.050 0.10 0.050 uglL 07/19/17 0825 07/19/1717:59 1 Aldrin <0.050 0.10 0.050 ug/L 07/19/17 0825 07119/17 17:59 1 alpha -BHC <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 TestAmerica Irvine Page 9 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Method: 608 - Organochlorine Pesticides in Water (Continued) Lab Sample ID: MB 440-418052/1-A Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 418070 Prep Batch: 418052 RL MB MB Analyte Result Qualifier beta -BHC <0.050 Chlordane (technical) <0.50 delta -BHC <0.050 Dieldrin <0.050 Endosulfan 1 <0.050 Endosulfan II <0.050 Endosulfan sulfate <0.10 Endrin <0.050 Endrin aldehyde <0.050 Endrin ketone <0.050 gamma -BHC (Lindane) <0.050 Heptachlor <0.050 Heptachlor epoxide <0.050 Methoxychlor <0.050 Toxaphene <2.5 RL MDL Unit D Prepared Analyzed Dill Fac 0.374 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.388 1.0 0.50 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.397 0.20 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.390 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.371 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.372 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 30-147 0.20 0.10 ug/L 07/19/17 08:25 07/19/17 17:59 1 52-115 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 34-115 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 55-115 0.10 0.050 ug/L 07/19/1708:25 07/19/1717:59 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.10 0.050 ug/L 0711 9/1 7 08:25 07/19/17 17:59 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 5.0 2.5 ug/L 07119/17 08:25 07/19/17 17:59 1 MB MB Surrogate %Recovery Qualifier Limits Prepared Analyzed DIF Fac Tetrachloro-m-xylene 81 16-115 07/19/1708:25 07/19/1717:59 1 DCB Decachlorobiphenyl(Surr) 80 10-149 07/19/1708.25 07/19/1717:59 1 Lab Sample ID: LCS 440-418052/2-A Matrix: Water Analysis Batch: 418070 Analyte 4,4' DDD 4,4' DDE 4,4' -DDT Aldrin alpha -BHC beta -BHC delta -BHC Dieldrin Endosulfan I Endosulfan II Endosulfan sulfate Endrin Endrin aldehyde Endrin ketone gamma -BHC (Lindane) Heptachlor Heptachlor epoxide Methoxychlor Spike LCS LCS Added Result Qualifier 0.400 0.374 0.400 0.374 0.400 0.351 0.400 0.388 0.400 0.401 0.400 0.357 0.400 0.397 0.400 0.390 0.400 0.398 0.400 0.390 0.400 0.375 0.400 0.420 0.400 0.371 0.400 0.371 0.400 0.377 0.400 0.372 0.400 0.399 0.400 0.395 LCS LCS Surrogate %,Recovery Qualifier Limits Tetrachloro-m-xylene 89 16-115 DCB Decachlombiphenyl(Sun) 76 10-149 Page 10 of 25 Client Sample ID: Lab Control Sample Prep Type: Total/NA Prep Batch: 418052 TestAmerica Irvine 7/24/2017 %Rec. Unit D % Rec Limits u911- 93 31-141 ug/L 94 30-145 ug/L 88 25-150 ug/L 97 42-122 ug/L 100 37-134 ug/L 89 17-147 ug/L 99 19-140 ug/L 98 36-146 ug/L 99 45-150 ug/L 97 10-150 ug/L 94 26-144 ug/L 105 30-147 ug/L 93 47-115 ug/L 93 52-115 ug/L 94 32-127 ug/L 93 34-115 ug/L 100 37-142 ug/L 99 55-115 TestAmerica Irvine 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Method: 608 - Organochlorine Pesticides in Water (Continued) Lab Sample ID: LCSD 440-418052/3-A Matrix: Water Analysis Batch: 418070 Analyte 4,4' -DDD 4,4' -DDE 4,4' -DDT Aldrin alpha -BHC beta -BHC delta -BHC Dieldrin Entlosulfan I Endosulfan II Entlosulfan sulfate Endrin Endrin aldehyde Endrin ketone gamma -BHC (Lindane) Heptachlor Heptachlor epoxide Methoxychlor LCSD LCSD Surrogate %Recovery Qualifier Limits 7etr IC1710 -m-xylene 84 16-175 DCB Decachlombiphenyl (Sun) 70 10-149 Method: 608 - Polychlorinated Biphenyls (PCBs) (GC) Lab Sample ID: MB 440-418052/1 -A Matrix: Water Analysis Batch: 418372 Analyte MB MB Result Qualifier Client Sample ID: Lab Control Sample Dup Arodor 1016 <0.50 Arodor 1242 <0.50 Prep Type: Total/NA Aroclor 1254 <0.50 Aroclor 1260 <0.50 0.50 ug/L Prep Batch: 418052 Spike WED LCSD 0.50 ug/L %Rec. 07/20/1711:11 RPD Added Result Qualifier Unit D %Rec Limits RPD Limit 0.400 0.366 ug/L 91 31 -141 2 35 0.400 0.366 ug/L 91 30-145 2 35 0.400 0.348 ug/L 87 25-150 1 35 0.400 0.383 ug/L 96 42-122 1 35 0.400 0.397 ug/L 99 37-134 1 35 0.400 0.350 ug/L 88 17-147 2 35 0.400 0.390 ug/L 98 19-140 2 35 0.400 0.388 ug/L 97 36-146 1 35 0.400 0.392 ug/L 98 45-150 1 35 0.400 0.380 ug/L 95 10-150 3 35 0.400 0.375 ug/L 94 26-144 1 35 0.400 0.414 ug/L 104 30-147 1 35 0.400 0.363 ug/L 91 47-115 2 35 0.400 0.370 ug/L 93 52-115 0 35 0.400 0.364 uglL 91 32-127 3 35 0.400 0.370 . ug/L 92 34-115 1 35 0.400 0.392 ug/L 98 37-142 2 35 0.400 0.393 ug/L 98 55-115 1 35 LCSD LCSD Surrogate %Recovery Qualifier Limits 7etr IC1710 -m-xylene 84 16-175 DCB Decachlombiphenyl (Sun) 70 10-149 Method: 608 - Polychlorinated Biphenyls (PCBs) (GC) Lab Sample ID: MB 440-418052/1 -A Matrix: Water Analysis Batch: 418372 Analyte MB MB Result Qualifier Aroclor 1221 <0.50 Arodor 1232 <0.50 Arodor 1016 <0.50 Arodor 1242 <0.50 Aroclor 1248 <0.50 Aroclor 1254 <0.50 Aroclor 1260 <0.50 Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 418052 RL MDL Unit D Prepared Analyzed Dil Fac 1.0 0.50 ug/L 07/19/17 0825 07/20/17 11:11 1 1.0 0.50 ug/L 07119/1708:25 07/2011711:11 1 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 1.0 0.50 ug/L 07/19/17 08:25 07/20/1711:11 1 1.0 0.50 ug/L 07/19/17 0825 07/20/17 11:11 1 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 MB MB Surrogate %Recovery Qualifier limits Prepared Analyzed Dif Fac DCB Decach/orobiphenyl(Surr) 70 26-115 07/19/1708:25 0720/1711:11 1 Lab Sample ID: LCS 440-418052/4-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 418372 Prep Batch: 418052 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Arodor 1016 4.00 3.47 ug/L 87 50-115 TestAmerica Irvine Page 11 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Method: 608 - Polychlorinated Biphenyls (PCBs) (GC) (Continued) _ Lab Sample ID: LCS 440-418052/4-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 418372 Prep Batch: 418052 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Arodor 1260 4.00 3.44 ug/L 86 10-127 LCS LCS Surrogate %Recovery Qualifier Limits DCB De chchlombiphenyl (Sun) 70 26-115 Lab Sample ID: LCSD 440-418052/5-A Matrix: Water Analysis Batch: 418372 Analyte Aroclor 1016 Arodor 1260 Spike LCSD LCSD Added Result Qualifier 4.00 3.55 4.00 3.54 LCSD LCSD Surrogate %,Recovery Qualifier Limits DCB Decachlorobiphenyl (Surf) 80 26-115 Method: 200.7 Rev 4.4 - Metals (ICP) Lab Sample ID: MB 440-41792311 -A Matrix: Water Analysis Batch: 418136 Lab Sample ID: LCS 440-417923/2-A Matrix: Water Analysis Batch: 418136 Analyte Arsenic Cadmium Chromium Copper Lead Molybdenum Nickel Selenium Silver Client Sample ID: Lab Control Sample Dup Prep Type: Total/NA Prep Batch: 418052 %Rec. RPD Unit D %Rec Limits RPO Limit ug/L 89 50-115 2 30 uglL 89 10-127 3 30 Client Sample ID: Method Blank Prep Type: Total Recoverable Prep Batch: 417923 RL MB Me Analyte Result Qualifier Arsenic <0.0089 Cadmium <0.0025 Chromium <0.0025 Capper <0.0050 Lead <0.0038 Molybdenum <0.010 Nickel <0.0050 Selenium <0.0087 Silver <0.0050 Zinc <0.012 Lab Sample ID: LCS 440-417923/2-A Matrix: Water Analysis Batch: 418136 Analyte Arsenic Cadmium Chromium Copper Lead Molybdenum Nickel Selenium Silver Client Sample ID: Lab Control Sample Dup Prep Type: Total/NA Prep Batch: 418052 %Rec. RPD Unit D %Rec Limits RPO Limit ug/L 89 50-115 2 30 uglL 89 10-127 3 30 Client Sample ID: Method Blank Prep Type: Total Recoverable Prep Batch: 417923 RL MDL Unit D Prepared Analyzed oil Fat 0.010 0.0089 mg/L 07/18/1715:46 07119/171319 1 0.0050 0.0025 mg/L 07/1811715:46 07/19/1713:19 1 0.0050 0.0025 mg/L 07/18/1715:46 07/19/1713:19 1 0.010 0.0050 m9/L 07/18/1715:46 07/19/1713:19 1 0.0050 0.0038 mg/L 07/1811715-,46 07/19/1713:19 1 0.020 0.010 mg/L 07/18/17 15:46 07/19/17 13:19 1 0.010 0.0050 mg/L 07/18/1715:46 07119/1713:19 1 0.010 0.0087 mg/L 07/18/17 15:46 07/19/17 1319 1 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:19 1 0.020 0.012 mg/L 07/18/17 15:46 07/19/17 13:19 1 Spike LCS LCS Added Result Qualifier 0.500 0.500 0.500 0.524 0.500 0.516 0.500 0.503 0.500 0.512 0.500 0.525 0.500 0.515 0.500 0.494 0250 0.240 Page 12 of 25 Client Sample ID: Lab Control Sample Prep Type: Total Recoverable Prep Batch: 417923 TestAmerica Irvine 7/24/2017 %Rec. Unit D %Rec Limits mg/L 100 85-115 mg/L 105 85-115 mg/L 103 85-115 mg/L 101 85-115 mg/L 102 85-115 mg/L 105 85-115 mg/l- 103 85-115 mg/L 99 85-115 mg/L 96 85-115 TestAmerica Irvine 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Method: 200.7 Rev 4.4 - Metals (ICP) (Continued) -- Lab Sample ID: LCS 440-41792312-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total Recoverable Analysis Batch: 418136 Prep Batch: 417923 Spike LCS LCS %Ret. Analyte Added Result Qualifier Unit D %Rec Limits Zinc 0.500 0.506 mg/L 101 85-115 Lab Sample ID: 440-188379-1 MS Spike Added MSD MSD Result Qualifier Unit Client Sample ID: Grab Matrix: Water 0.10 0.500 0.604 mg/L Prep Type: Total Recoverable Analysis Batch: 418136 20 Cadmium <0.0025 0.500 Prep Batch: 417923. mg/L Sample Sample Spike MS MS Chromium %Rec. Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits Arsenic 0.10 0.500 0.616 mg/L 102 70-130 Cadmium <0.0025 0.500 0.491 mg/L 98 70-130 Chromium 0.12 0.500 0.676 mg/L 111 70-130 Copper 0.075 0.500 0.616 mg/L 108 70-130 Lead 0.040 0.500 0.528 mg/L 98 70-130 Molybdenum 0.071 0.500 0.584 mg/L 103 70-130 Nickel 0.079 0.500 0.598 mg/L 104 70-130 Selenium <0.0087 0.500 0.486 mg/L 97 70-130 Silver <0.0050 0.250 0.255 mg/L 102 70-130 Zinc 0.26 0.500 0.786 mg/L 105 70-130 Lab Sample ID: 440-188379-1 MSD Matrix: Water Analysis Batch: 418136 Sample Sample Analyte Result Qualifier Spike Added MSD MSD Result Qualifier Unit Client Sample ID: Grab Prep Type: Total Recoverable Prep Batch: 417923 %Rec. RPD D %Rec Limits RPD Limit Arsenic 0.10 0.500 0.604 mg/L 100 70.130 2 20 Cadmium <0.0025 0.500 0.483 mg/L 97 70-130 2 20 Chromium 0.12 0.500 0.644 mg/L 105 70-130 5 20 Copper 0.075 0.500 0.595 mg/L 104 70-130 4 20 Lead 0.040 0.500 0.508 mg/L 94 70-130 4 20 Molybdenum 0.071 0.500 0.562 mg/L 98 70-130 4 20 Nickel 0.079 0.500 0.571 mg/L 98 70-130 5 20 Selenium <0.0087 0.500 0.465 mg/L 93 70-130 4 20 Silver <0.0050 0.250 0.250 mg/L 100 70-130 2 20 Zinc 0.26 0.500 0.753 mg/L 98 70-130 4 20 Method: 245.1 - Mercury (CVAA) Lab Sample ID: MB 440-41776711-A Matrix: Water Analysis Batch: 418223 MB MB Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 417767 Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Mercury <0.00010 0.00020 0.00010 m5/L 07/17/17 23:31 07/18/1717:09 1 Lab Sample ID: LCS 440-417767/2-A Matrix: Water Analysis Batch: 418223 Spike LCS LCS Analyte Added Result Qualifier Mercury 0.00800 0.00725 Client Sample ID: Lab Control Sample Prep Type: Total/NA Prep Batch: 417767 %Rec. Unit D %Rec Limits mg/L 91 85-115 TestAmerica Irvine Page 13 of 25 7/24/2017 Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water- PEI #1073 Lab Sample ID: 550 -85686 -AB -1-F MS Matrix: Water Analysis Batch: 418223 Sample Sample Analyte Result Qualifier Mercury <0.00010 Lab Sample ID: 550 -85686 -AB -1-G MSD Matrix: Water Analysis Batch: 418223 Sample Sample Analyte Result Qualifier Merwry <0.00010 QC Sample Results TestAmerica Job ID: 440-188379-1 Client Sample ID: Matrix Spike Prep Type: Total/NA Prep Batch: 417767 Spike MS MS %Rec. Added Result Qualifier Unit D %Rec Limits 0.00800 0.00611 mg/L 76 70-130 Method: 16644- HEM and SGT -HEM Lab Sample ID: MB 440-417477/1-A Matrix: Water Analysis Batch: 417491 MB MB Analyte Result Qualifier HEM (Oil & Grease) <1.4 Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 417477 RL MDL Unit D Prepared Analyzed Dil Fac 5.0 1.4 mg L 07/15!17 0638 07/15!17-08 43 1 Lab Sample ID: LCS 440-417477/2-A Client Sample ID: Matrix Spike Duplicate Lab Control Sample Matrix: Water Prep Type: Total/NA Prep Type: Total/NA Prep Batch: 417767 Spike MSD MSD %Rec. RPD Added Result Qualifier Unit D %Rec Limits RPD Limit Fg 0.00800 0.00606 mg/L 76 70-130 1 20 Added Method: 16644- HEM and SGT -HEM Lab Sample ID: MB 440-417477/1-A Matrix: Water Analysis Batch: 417491 MB MB Analyte Result Qualifier HEM (Oil & Grease) <1.4 Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 417477 RL MDL Unit D Prepared Analyzed Dil Fac 5.0 1.4 mg L 07/15!17 0638 07/15!17-08 43 1 Lab Sample ID: LCS 440-417477/2-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 417491 Prep Batch: 417477 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits HEM (Oil &Grease) 40.0 31.90 mg/L 80 78-114 Lab Sample ID: LCSD 440-417477/3-A Client Sample ID: Lab Control Sample Dup Matrix: Water Prep Type: Total/NA Analysis Batch: 417491 Prep Batch: 417477 Spike LCSD LCSD %Rec. RPD Analyte Added Result Qualifier Unit D %Rec Limits RPD Limit HEM (Oil &Grease) 40.0 35.10 mg/L 88 78-114 10 11 Method: SM 2540C - Solids, Total Dissolved (TDS) Lab Sample ID: MB 440-41854111 Matrix: Water Analysis Batch: 418541 MB MB Analyte Result Qualifier Total Dissolved Solids <5.0 Lab Sample ID: LCS 440-418541/2 Matrix: Water Analysis Batch: 418541 RL MDL Unit D 0 5.0 mg/L Client Sample ID: Method Blank Prep Type: Total/NA Prepared Analyzed oil Fac 07!21/17 0806 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Total DissolvedSolids 1000 984 mg/L 98 90-110 Page 14 of 25 TestAmerica Irvine 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water- PEI #1073 Method: SM 2540C - Solids, Total Dissolved (TDS) (Continued) Lab Sample ID: 440-188487-J-2 DU Client Sample ID: Duplicate Matrix: Water Prep Type: Total/NA Analysis Batch: 418541 Sample Sample DU DU RPD Analyte Result Qualifier Result Qualifier Unit D RPD Limit Total Dissolved Solids 11000 11000 mg/L 0 5 Method: SM 4500 CN E - Cyanide, Total Lab Sample ID: MB 440-418607/1 -A Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 419060 Prep Batch: 418607 MB MB Analyte Result Qualifier RL MDL Unit D Prepared Analyzed oil Fac Cyanide, Total <0.013 0.025 0.013 mg/L 07/21/17 11:40 07/24/17 15:34 1 Lab Sample ID: LCS 440-418607/2-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 419060 Prep Batch: 418607 Spike LCS LCS %Rec, Analyte Added Result Qualifier Unit D %Rec Limits Cyanide, Total 0.200 0.188 mg/L 94 90_110 Lab Sample ID: 440-188314-1-1-B MS Client Sample ID: Matrix Spike Matrix: Water Prep Type: Total/NA Analysis Batch: 419060 Prep Batch: 418607 Sample Sample Spike MS MS %Rec. Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits Cyanide, Total <0.013 0.200 0.165 mg/L 83 70-115 Lab Sample ID: 440-188314-1-1-C MSD Client Sample ID: Matrix Spike Duplicate Matrix: Water Prep Type: Total/NA Analysis Batch: 419060 Prep Batch: 418607 Sample Sample Spike MSD MSD %Rec. RPD Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit Cyanide, Total <0.013 0.200 0.759 mg/L 80 70-115 4 15 Method: SM 4500 NH3 G - Ammonia Lab Sample ID: MB 440-418202/10 Matrix: Water Analysis Batch: 418202 MB MB Analyte Result Qualifier Ammonia (as N) <0.10 Lab Sample ID: LCS 440-418202/11 Matrix: Water Analysis Batch: 418202 Client Sample ID: Method Blank Prep Type: Total/NA RL MDL Unit D Prepared Analyzed oil Fac 0.20 0.10 mg/L 57119/17-16 51 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Ammonia (as N) 5.00 4.95 mg/L 99 90.110 Page 15 of 25 TestAmerica Irvine 7/24/2017 QC Sample Results Client. Paulus Engineering, Inc Project/Site: Newport Beach - Water- PEI #1073 Method: SM 4500 NH3 G - Ammonia (Continued) Lab Sample ID: MRL 440-418202/9 Matrix: Water Analysis Batch: 418202 TestAmerica Job ID: 440-188379-1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike MRL MRL %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Ammonia (as N) 0.200 0.162 J mg/L 81 10-200 Lab Sample ID: 440-188462-N-1 MS Matrix: Water Analysis Batch: 418202 Sample Sample Spike MS MS Analyte Result Qualifier Added Result Qualifier Ammonia (as N) 0.13 J 5.00 5.32 Lab Sample ID: 440-188462-N-1 MSD Matrix: Water Analysis Batch: 418202 Sample Sample Spike MSD MSD Analyte Result Qualifier Added Result Qualifier Ammonia (as N) 0.13 J 5.00 5.31 Method: SM 4500 S2 D - Sulfide, Total Client Sample ID: Matrix Spike Prep Type: Total/NA %Rec. Unit D %Rec Limits mg/L 104 90-110 Client Sample ID: Matrix Spike Duplicate Prep Type: Total/NA %Rec. RPD Unit D %Rec Limits RPD Limit mg/L 104 90-110 0 15 Lab Sample ID: MB 440-417928/3 Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 417928 MB MB Analyte Result Qualifier RL MDL Unit D Prepared Analyzed lyzetl Dil Fac Total Sulfide c0.027 0.050 0.027 mg/l 07/16/17 16:10 1 Lab Sample ID: LCS 440-417928/4 Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 417928 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Total Sulfide 0.500 0.418 mg/L 84 80-120 Lab Sample ID: LCSD 440-417928/5 Client Sample ID: Lab Control Sample Dup Matrix: Water Prep Type: Total/NA Analysis Batch: 417928 Spike LCSD LCSD %Rec. RPD Analyte Added Result Qualifier Unit D %Rec Limits RPD Limit Total Sulfide 0.500 0.411 mg/L 82 80-120 2 20 Lab Sample ID: 720-80676-E-3 MS Client Sample ID: Matrix Spike Matrix: Water Prep Type: Total/NA Analysis Batch: 417928 Sample Sample Spike MS MS %Rec. Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits Total Sulfide c0.027 F1 0.500 0.331 F1 mg/L fib 70-130 TestAmerica Irvine Page 16 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water- PEI #1073 Method: SM 4500 S2 D - Sulfide, Total (Continued) Lab Sample ID: 720-80676-E-3 MSD Matrix: Water Analysis Batch: 417928 Client Sample ID: Matrix Spike Duplicate Prep Type: Total/NA Sample Sample Spike MSD MSD %Rec. RPD Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit Total Sulfide <0.027 F1 0.500 0.316 Ft mg/L 63 70-130 5 30 Lab Sample ID: MB 440-41768411-A Matrix: Water Analysis Batch: 417890 MB MB Analyte Result Qualifier Sulfide, Dissolved -0.027 Client Sample ID: Method Blank Prep Type: Dissolved Prep Batch: 417684 RL MDL Unit D Prepared Analyzed Dfl Fac 0.050 0.027 mg/L 07/17/1715:10 07/18/1713:57 1 Client Sample ID: Lab Control Sample Prep Type: Dissolved Prep Batch: 417684 Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 0.500 0.402 mg/L 80 80-120 Client Sample ID: Matrix Spike Prep Type: Dissolved Prep Batch: 417684 Sample Spike MS MS %Rec. Qualifier Added Result Qualifier Unit D %Rec Limits T1 0.500 0.326 F1 mg/L 65 M-130 Lab Sample ID: 440 -188389 -C -1-C MSD Client Sample ID: Matrix Spike Duplicate Matrix: Water Prep Type: Dissolved Analysis Batch: 417890 Prep Batch: 417684 Sample Sample Spike MSD MSD %Rec. RPD Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit Sulfide, Dissolved -0.027 F1 0.500 0.323 T1 mg/L 65 70-130 1 30 Method: SM521013 - BOD, 5 Day Lab Sample ID: USB 440-41730711 Matrix: Water Analysis Batch: 417307 USB USB Analyte Result Qualifier Biochemical Oxygen Demand <2.0 Lab Sample ID: LCS 440-41730714 Matrix: Water Analysis Batch: 417307 Analyte Biochemical Oxygen Demand Client Sample ID: Method Blank Prep Type: Total/NA RL RL Unit D Prepared Analyzed Dil Fac 2.0 2.0 mg/L 07/14/17 08:17 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 199 179 mg/L 90 85-115 Page 17 of 25 TestAmerica Irvine 7/24/2017 Lab Sample ID: LCS 440-417684/2-A Matrix: Water Analysis Batch: 417890 Analyte Sulfide. Dissolved Lab Sample ID: 440 -188389 -C -1-B MS Matrix: Water Analysis Batch: 417890 Sample Analyte Result Sulfide, Dissolved <0.027 Client Sample ID: Method Blank Prep Type: Dissolved Prep Batch: 417684 RL MDL Unit D Prepared Analyzed Dfl Fac 0.050 0.027 mg/L 07/17/1715:10 07/18/1713:57 1 Client Sample ID: Lab Control Sample Prep Type: Dissolved Prep Batch: 417684 Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 0.500 0.402 mg/L 80 80-120 Client Sample ID: Matrix Spike Prep Type: Dissolved Prep Batch: 417684 Sample Spike MS MS %Rec. Qualifier Added Result Qualifier Unit D %Rec Limits T1 0.500 0.326 F1 mg/L 65 M-130 Lab Sample ID: 440 -188389 -C -1-C MSD Client Sample ID: Matrix Spike Duplicate Matrix: Water Prep Type: Dissolved Analysis Batch: 417890 Prep Batch: 417684 Sample Sample Spike MSD MSD %Rec. RPD Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit Sulfide, Dissolved -0.027 F1 0.500 0.323 T1 mg/L 65 70-130 1 30 Method: SM521013 - BOD, 5 Day Lab Sample ID: USB 440-41730711 Matrix: Water Analysis Batch: 417307 USB USB Analyte Result Qualifier Biochemical Oxygen Demand <2.0 Lab Sample ID: LCS 440-41730714 Matrix: Water Analysis Batch: 417307 Analyte Biochemical Oxygen Demand Client Sample ID: Method Blank Prep Type: Total/NA RL RL Unit D Prepared Analyzed Dil Fac 2.0 2.0 mg/L 07/14/17 08:17 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 199 179 mg/L 90 85-115 Page 17 of 25 TestAmerica Irvine 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Method: SM5210B -BOD, 5 Day (Continued) Lab Sample ID: LCSD 440-417307/5 Matrix: Water Analysis Batch: 417307 TestAmerica Job ID: 440-188379-1 Client Sample ID: Lab Control Sample Dup Prep Type: Total/NA Spike LCSD LCSD %Rec. RPD Analyte. Added Result qualifier Unit D %Rec Limits RPD Limit Biochemical Oxygen Demand 199 184 mg/L 92 85.115 2 20 IE TestAmerica Irvine Page 18 of 25 7/24/2017 Client: Paulus Engineering, Inc QC Association Summary Project/Site: Newport Beach - Water - PEI #1073 GC/MS VOA TestAmerica Job ID: 440-188379-1 Analysis Batch: 417740 Client Sample ID Prep Type Matrix Method Prep Batch Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 62608 SIM MB 44011774012 Method Blank Total/NA Water 82606 SIM LCS 440-417740/3 Lab Control Sample Total/NA Water 8260B SIM 440-188379-1 MS Grab Total/NA Water 82608 SIM 440-188379-1 MSD Grab Total/NA Water 82606 SIM Semi VOA Prep Batch: 418052 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 608 MB 44011805211-A Method Blank Total/NA Water 608 LCS 44011805212-A Lab Control Sample Total/NA Water 608 LCS 44011805214-A Lab Control Sample Total/NA Water 608 LCSD 440118052/3-A Lab Control Sample Dup Total/NA Water 608 LCSD 440-41805215-A Lab Control Sample Dup Total/NA Water 608 Analysis Batch: 418070 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 608 418052 MB 440118052/1-A Method Blank TotaYNA Water 608 418052 LCS 44011805212-A Lab Control Sample Total/NA Water 608 418052 LCSD 440118052/3-A Lab Control Sample Dup Total/NA Water 608 418052 Analysis Batch: 418372 Matrix Spike Duplicate TotaMA Water 245.1 Prep Batch: 417923 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 608 418052 MB 440118052/1-A Method Blank TotaVNA Water 608 418052 LCS 44011805214-A Lab Control Sample Total/NA Water 608 418052 LCSD 44011805215-A Lab Control Sample Dup Total/NA Water 608 418052 Metals Prep Batch: 417767 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-1883731 Grab Total/NA Water 245.1 MB 440117767/1-A Method Blank Total/NA Water 245.1 LCS 44011776712-A Lab Control Sample Total/NA Water 245.1 550 -85686 -AB -1-F MS Matrix Spike Total/NA Water 245.1 550 -85686 -AS -1-G MSD Matrix Spike Duplicate TotaMA Water 245.1 Prep Batch: 417923 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total Recoverable Water 200.2 MB 440117923/1-A Method Blank Total Recoverable Water 200.2 LCS 440-417923/2-A Lab Control Sample Total Recoverable Water 200.2 440-188379-1 MS Grab Total Recoverable Water 200.2 440-188379-1 MSD Grab Total Recoverable Water 200.2 TestAnnerica Irvine Page 19 of 25 7/24/2017 0 Client: Paulus Engineering, Inc QC Association Summary TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Metals (Continued) Analysis Batch: 418136 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total Recoverable Water 200.7 Rev 4.4 417923 MB 440417923/1-A Method Blank Total Recoverable Water 200.7 Rev 4.4 417923 LCS 440-417923/2-A Lab Control Sample Total Recoverable Water 200.7 Rev 4.4 417923 440-188379-1 MS Grab Total Recoverable Water 200.7 Rev 4.4 417923 440-188379-1 MSD Grab Total Recoverable Water 200.7 Rev 4.4 417923 Analysis Batch: 418223 Client Sample ID Prep Type Matrix Method Prep Batch Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 245.1 417767 LCS 440417477/2-A MB 440-417767/1-A Method Blank Tolal/NA Water 245.1 417767 Lab Control Sample Dup LCS 440-417767/2-A Lab Control Sample Total/NA Water 245.1 417767 550.85686 -AS -1-F MS Matrix Spike Total/NA Water 245.1 417767 550 -85686 -AB -1-G MSD Matrix Spike Duplicate Total/NA Water 245.1 417767 General Chemistry Analysis Batch: 417307 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water SM5210B USB 440-41730711 Method Blank Total/NA Water SM5210B LCS 4401117307/4 Lab Control Sample Total/NA Water SM5210B LCSD 440141730715 Lab Control Sample Dup Total/NA Water SM5210B Prep Batch: 417477 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 1664A MB 440-417477/1-A Method Blank Total/NA Water 1664A LCS 440417477/2-A Lab Control Sample TotaONA Water 1664A LCSD 440-41747713-A Lab Control Sample Dup Total/NA Water 1664A Analysis Batch: 417491 Lab Sample ID Client Sample to Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 1664a 417477 MB 440-417477/1-A Method Blank Total/NA Water 1664A 417477 LCS 440-417477/2-A Lab Control Sample Total/NA Water 1664A 417477 LCSD 440417477/3-A Lab Control Sample Dup Total/NA Water 1664A 417477 Prep Batch: 417684 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Dissolved Water SM 4500 S2 B MB 440417684/1-A Method Blank Dissolved Water SM 4500 S2 B LCS 440417684/2-A Lab Control Sample Dissolved Water SM 4500 S2 B 440 -188389 -C -1-B MS Matrix Spike Dissolved Water SM 4500 S2 B 440 -188389 -C -1-C MSD Matrix Spike Duplicate Dissolved Water SM 4500 S2 B Analysis Batch: 417890 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440.188379-1 Grab Dissolved Water SM 4500 S2 0 417684 MB 440417684/1-A Method Blank Dissolved Water SM 4500 S2 D 417684 LCS 440417684/2-A Lab Control Sample Dissolved Water SM 4500 S2 D 417684 TestAmerica Irvine Page 20 of 25 7/24/2017 Client: Paulus Engineering, Inc QC Association Summary TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water- PEI #1073 General Chemistry (Continued) Analysis Batch: 417890 (Continued) Client Sample ID Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440 -188389 -C -1-B MS Matrix Spike Dissolved Water SM 4500 S2 D 417684 440 -188389 -C -1-C MSD Matrix Spike Duplicate Dissolved Water SM 4500 S2 D 417684 Analysis Batch: 417928 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water SM 4500 S2 D MB 440-017928/3 Method Blank Total/NA Water SM 4500 S2 D LCS 44041792814 Lab Control Sample TotaVNA Water SM 4500 S2 D LCSD 440417928/5 Lab Control Sample Dup Total/NA Water SM 4500 S2 D 440-188462-N-1 MS 720-80676-E-3 MS Matrix Spike Total/NA Water SM 4500 S2 D IE 720-80676-E-3 MSD Matrix Spike Duplicate TotaVNA Water SM 4500 S2 D Analysis Batch: 418202 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab TotaVNA Water SM 4500 NH3 G MB 440418202/10 Method Blank Total/NA Water SM 4500 NH3 G LCS 440418202/11 Lab Control Sample TotaVNA Water SM 4500 NH3 G MRL 440418202/9 Lab Control Sample TotaVNA Water SM 4500 NH3 G 440-188462-N-1 MS Matrix Spike Total/NA Water SM 4500 NH3 G 440-188462-N-1 MSD Matrix Spike Duplicate Total/NA Water SM 4500 NH3 G Analysis Batch: 418541 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Totaim Water SM 254 CC MB 440418541/1 Method Blank TotaVNA Water SM 2540C LCS 440-418541/2 Lab Control Sample Total/NA Water SM 2540C 440-188487-J-2 DU Duplicate Tota1MA Water SM 2540C Prep Batch: 418607 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab IotaVNA Water Distill/CN MB 440418607/1-A Method Blank Total/NA Water Distill/CN LCS 4404186072-A Lab Control Sample Total/NA Water Distill/CN 440-188314-1-1-B MS Matrix Spike TotalINA Water DistiIVCN 440-188314-1-1-C MSD Matrix Spike Duplicate Total/NA Water Distill/CN Analysis Batch: 419060 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab TotaVNA Water SM 4500 CN E 418607 MB 440418607/1-A Method Blank Total/NA Water SM 4500 CN E 418607 LCS 440-418607/2-A Lab Control Sample Total/NA Water SM 4500 CN E 418607 440-188314-1-1-B MS Matrix Spike Total/NA Water SM 4500 CN E 418607 440-188314-1-1-C MSD Matrix Spike Duplicate TotaVNA Water SM 4500 CN E 418607 TestAmerica Irvine Page 21 of 25 7/24/2017 Definitions/Glossary Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water- PEI #1073 Qualifiers TestAmerica Job ID: 440-188379-1 General Chemistry Qualifier Qualifier Description HF Field parameter with a holtling time of 75 minutes. Test performetl by laboretory at client's request. F1 MS and/or MSD Recovery is outside acceptance limits. i Result is less than the RL but greater than or equal to the MDL and the concentration is an approximate value. Abbreviation These commonly used abbreviations may or may not be present in this report. Listed under the 'D" column to designate that the result is reported on a dry weight basis %R Percent Recovery CFL Contains Free Liquid CNF Contains No Free Liquid DER Duplicate Error Ratio (normalized absolute difference) ,{ ) Dil Fac Dilution Factor 1=� DL Detection Limit (DoDIDOE) DL, RA, RE, IN Indicates a Dilution, Re -analysis, Re -extraction, or additional Initial metals/anion analysis of the sample DLC Decision Level Concentration (Radiochemistry) EDL Estimated Detection Limit (Dioxin) LOD Limit of Detection (DoD/DOE) LOQ Limit of Quantitation (DoD/DOE) MDA Minimum Detectable Activity (Radiochemistry) MDC Minimum Detectable Concentration (Radiochemistry) MDL Method Detection Limit ML Minimum Level (Dioxin) NC Not Calculated ND Not Detected at the reporting limit (or MDL or EDL if shown) PQL Practical Quantitation limit QC Quality Control RER Relative Error Ratio (Radiochemistry) RL Reporting Limit or Requested Limit (Radiochemistry) RPD Relative Percent Difference, a measure of the relative difference between two points TEF Toxicity Equivalent Factor (Dioxin) TEQ Toxicity Equivalent Quotient (Dioxin) TestAmerica Irvine Page 22 of 25 7/24/2017 Accreditation/Certification Summary Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Laboratory: TestAmerica Irvine - - - Unless otherwise noted, all analytes for this laboratory were covered under each accreditation/certification below. Authority Program EPA Region Identification Number Expiration Date California State Program 9 CA ELAP 2706 06-30-18 The following analytes are included in this report, but accreditation/certification is not offered by the governing authority: Analysis Method Prep Method Matrix Analyte 1664A 1664A Water SGT -HEM (Oil and Grease - Nonpolar) 608 608 Water 4,4' -DDD 608 608 Water 4,4' -DDE 608 608 Water 4,4' DDT 608 608 Water Aldrin 608 608 Water alpha -BHC 608 608 Water Arodor 1016 608 608 Water Aroclor 1221 608 608 Water Arodor 1232 608 608 Water Aroclor 1242 608 608 Water Aroclor 1248 608 608 Water Arodor 1254 608 608 Water Aroclor 1260 608 608 Water beta -BHC 608 608 Water Chlordane (technical) 608 608 Water delta -BHC 608 608 Water Dieldrin 608 608 Water Endosulfan 1 608 608 Water Endosulfan 11 608 608 Water Endosulfan sulfate 608 608 Water Endrin 608 608 Water Endrin aldehyde 608 608 Water Endrin ketone 608 608 Water gamma -BHC (Lindane) 608 608 Water Heptachlor 608 608 Water Heptachlor epoxide 608 608 Water Methoxychlor 608 608 Water Toxaphene TestAmerica Irvine Page 23 of 25 7/24/2017 U, A a 0 r X i Page 24 of 25 7/24/2017 s � m o-: I Wiz¢"iiiir Yf $e =. Po7snp 10uie406LEeBl-Obb a = N `. � � � O �III�IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIuIIIIIIIIIIIII�IIIIIIIIIIIIII � � ' � saw S m £44 $ 6 N .�c� O F R �c 'oma sirr]Yi�i¢,^,oww c `o \ v c = �' _ �fleuleltibo Jo�qumN h4d1 _ - '-. m� E E E z H Cl m J m n m 3 E opsins peMoee 10 ZS OOStWS ��i � E V � � w ° E � ¢ w31YlOSIM3N-tlp994 "' \ epweFy3 N7 999t'm. � m� N �y� � $ — rows wt -o zs aasrws y � E ta°s'ooe-�lepaoe emzsws �, � � rc � p¢ �o m Npp p�e+mlarot-wls eosze'- - ;.�_ \ mNnmpW-C9pZ'v2'6Yes'IN'oW'gd'np9p'ppYVY'OOZ o F � pppq m c 2 a o E Nee eluowwtl- N • 9tNNONPHS� n m $ g r w•a sos'e°a ea9 ° m v m 1D e 8 '.','(oN posa,V�elC4uespelgilaFl� _.�'. o 9 a a _ r EE E EE • V U [] Z 'v N Em Et. v m ci- � 0 d `c m Et c v Z w a E o, — C m n c o o m m] m c K r a a h Ea U (..2 IN UQ mU n� W E4`ZN 1 0 U' d0 x ly Q p p Page 24 of 25 7/24/2017 Login Sample Receipt Checklist Client: Paulus Engineering, Inc Job Number: 440-188379-1 Login Number: 188379 List Number: 1 Creator: Avila, Stephanie 1 Question List Source: TestAmerica Irvine Answer Comment Radioactivity wasn't checked or is </= background as measured by a survey True meter. The cooler's custody seal, rf present, is intact. N/A Not present Sample custody seals, if present, are intact N/A Not Present The cooler or samples do not appear to have been compromised or True tampered with. Samples were received on ice. True Cooler Temperature is acceptable. True ' Cooler Temperature is recorded. True COC is present. True COC is filled out in ink and legible. True COC is filled out with all pertinent information. True Is the Field Samplers name present on COC? True There are no discrepancies between the containers received and the COC. True Samples are received within Holding Time (excluding tests with immediate True HTs) Sample containers have legible labels. True Containers are not broken or leaking. True Sample collection date/times are provided. True Appropriate sample containers are used. True Sample bottles are completely filled. True Sample Preservation Verified. N/A There is sufficient vol. for all requested analyses, incl. any requested True MS/MSDs Containers requiring zero headspace have no headspace or bubble is True <6mm (1/4"). Multiphasic samples are not present. True Samples do not require splitting or compositing. True Residual Chlorine Checked. N/A TestAmerica Irvine Page 25 of 25 7/24/2017 AWN "w ,dU%KWM McCROMETIIZ Q DuRA Main SPECIFICATION SHEET BATTERY POWERED FLANGED ELECTROMAGNETIC FLOW METER DESCRIPTION McCrometer's Dura Mag is the easy choice fortough applications. With a 5 -year battery life, Dura Mag eliminates the need for AC power connection while providing the easiest installation possible for a flanged mag flow meter. The meter is available to fit a common range of irrigation line sizes, from 4"to 12"diameter pipe. Dura Mag offers accuracy of +/-1 %with only 2D of upstream and I D of downstream straight pipe required for most installations, all with the durability that the agricultural market has come to expect from McCrometer for the past 60 years. The integrated electronic converter is secured with tamper evident screws. The meter offers flow rate and totalizer with a 5 -year battery life. Dura Mag features two 3.6V lithiumthionyl chloride (Li-SOCl2) D size batteries and one back-up battery. The batteries are easily replaced in the field in under 10 minutes. Pulse and 4-2OmA output are available for remote meter reading or SCADA. Dura Mag is compatible with McCrometer CONNECT wireless systems, which allows users to access flow data by simply logging on to the Internet. This eliminates costly manual meter reading. FREQUENTLY ASKED QUESTIONS Q: What is the expected life of the battery pack? A: The battery pack is covered under warranty for 3 years, but is expected to last 5 years. Q: Is there a data logger? A: Yes, every Dura Mag comes standard with an internal data logger for easy data recording and transfer. Q: What alarms are available? A: Two alarms: Empty pipe alarm and low battery. Q: What if I need to connect to telemetry? A: Choose one of the pulse or 4-20mA output options. If using one of McCrometerrs telemetry options, choose the telemetry -ready 7 -pin connector. w3255 WEST STETSON AVENUE. HEMET,CALIFORNIA 92545 USA wwwmcuometenmm �' MCCROMETIIZ TEL: 951-052b611.800.220.2279•FA%:951-652-3078 PrintedlnThe USA LiLk30122-59 R". 1.116-23-17 Copyright® 2014-2017 McCmmetey Inc All pointed material should not be changed or blasted without permission of McCrometer. Any publizhetl technial data and instmaians are subject to changewithaunrotice. Comate your MCOometer representative for moent [echo cat data and instructions. FPI Mag' is a registered trademark of MCCrpmeterg Inc SPECIFICATIONS Pipe Sizes 4'; 6'; B", 10';12" Accura • ±1%or±0.075% of standard full scale Display 2 -Line LCD display (no backlight), 16 Options and characters per line Accessories • Non-volatile memory 6" • Anti -reverse totalizer (standard) 14.6" - Total (to 9 digits of precision) 10.25" • Flow Rate and Velocity (to 5 digits of Units precision) 16.1" • Two alarms: low battery and empty pipe 11.25" Note: To preserve battery life a button on the 10" frontof the conveneractivates the display, Power cubic feet Battery Standard: two 3.6V lithium-thionyl chloride 12" (Li-SOCl2) D size batteries. Batteries are field replaceable DC Power Linear power supply 10-35VDC, 2.4W Battery Life 5 years (3 -year warranty) Outputs hectoliters Pulse Output Digital pulse (open collector) output for volumetric and/or alarm Analog Output 4-20mA (not galvanically separated from the power supply). DC powered option only, Data Storage Data logger (standard with all models), minimum of five years of data stored Environmental imperial gallons Operating Temperature Aa to 740°F(-20°to 60°C) Storage Temperature -4y' to 149°F(40°to 65"C) Electrical connects Optional quick connect for easy installation Pipe Run Standard GPM Flow RangesLa Min -Max Requirements 2D Upstream / 1 D Downstream Pressure Rating 150 psi Options and Two alarms: low battery and empty pipe Accessories - Data logger cable (sold separately) 6" • OC power w/battery backup 14.6" • Pulse &420mA output 10.25" • Annual verification /calibration Units US gallons 16.1" US gallons x1000 (standard totalizer) 11.25" US gallons x1,000,000 10" cubic inches cubic feet 12.5" cubic feet x1000 12" cubic centimeters cubic decimeters 13.5" milliliters, liters deciliters hectoliters kiloliters megaliters cubic meters cubic meters x1000 acre feet acre inches imperial gallons imperial gallons x1000 imperial gallons x1,000,000 standard barrels oil barrels miner inch days Unit Rate Scales seconds, minutes, hours, days All Dura Mag meters are calibrated in a NIST traceable gravimetric test stand with a minimum straight tun of IOD upstream and 2D downstream. A calibration certification report is provided with each Dura Mag meter certifying the specification accuracy in our laboratory rest. Alternative piping configurations or electrkal environments may impact the performance of the meter in the field. METER GROUNDING Grounding the meter body for safety according to national (NEC) or local electrical codes is recommended on ALL meter installations. For best performance, grounding the fluid column is recommended when the meter is installed in an electrically noisy environment, such as with VFD pumps or nearby electrical systems with insufficient grounding. Conductive or uncoated pipe - the uncoated pipe flange can be used to establish a connection to earth ground. Plastic or internally coated pipe - grounding rings can be installed to establish a connection to earth ground See the Dura Mag IOM Manual, Lit. # 30122-53, for more information on grounding configurations using grounding rods and grounding rings. w Mcclomm W METER BODY DIMENSIONS AND WEIGHTS Pipe Size (Nominal) Standard GPM Flow RangesLa Min -Max DIMENSIONS Len thein Inches Aa g C *Estimated Shipping Weight (Ibsj 4" 30 -1,000 13.4" 9.0" 9.25" 70 6" 60-2,000 14.6" 11.0" 10.25" 80 8" 105-3,500&[19.7- 16.1" 13.5" 11.25" 115 10" 165-5,50018.5" 16.0" 12.5" 140 12" 195 19.0" 13.5" 190 . Shipping weights are estimated and may change due to specific order packaging. Side View End View 3255 WEST STETSON AVENUE • HEMET,CALIFORNIA92545 USA www.mcaometeccom TEL: 951-652-6811.800-220-2279•FAX: 951-652-3078 Printed In The U.S.A. Lit.#30122-59 Rev. 1.116-23-17 Copyr,ght020142017 MCCa Teeter. Inc A11 printed material should not be changed or altered without permission of mcoometer. Any published V,dtrr al data and instn,aions are subject to change without notice. Conran your Mcoameter representative for atrento,dre cal data and instructions. FPI Mag- is a registered trademarkofMCCrometer. Inc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL BALBOA ISLAND WATER REPLACEMENT - PHASE I CONTRACT NO. 7173-1 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 7173-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization and Demobilization houSand.�Dollarsdno[r2J and ZAFIY-b Cents $ 31S00 -- Per Lump Sum 2. Lump Sum Traffic Control @TZVI thoU ScLrt.d Dollars and Zero Cents $ lD'Obo.- $ Lo, 000. Per Lump Sum 3. Lump Sum Excavation Safety @ len I rIOLASUrld Dollars and Zed Cents $ 10,000_ $ 10,0o0.— Per Lump Sum FWWWOW. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Traffic Striping @Teln -V_houSngd Dollars and 7e" Cents Per Lump Sum 5. Lump Sum Surveying Services A $ 10,000.- @TW21v2 1 noUSaf1j Dollars and 22.ro Cents $ 12.opc. $ 12,000. Per Lump Sum Lump Sum Provide As -Built Plans � @ Five I i OUSOd Dollars and Zero Cents Per Lump Sum Subtotal (Items 1-6) WATER MAIN IMPROVEMENTS 7. 50 L.F. Construct 4 -inch PVC Pipe @one hun(iy-eA�UCh+ Dollars and 2e'(D Cents Per Linear Foot 8. 300 L.F. Construct 6 -inch PVC Pipe $ 5,000, $ 5.000 $ P� 3 soa — $ lo, 00c0. — @bne Y unAyed-[� rty Dollars and Ze VO Cents $ $ 3� ,Ooc. Per Linear Foot 9. 2,000 L.F. Construct 8 -inch PVC Pipe @One lnunAred P Dollars and Zell Cents Per Linear Foot PR3of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 50 L.F. Construct 10 -inch PVC Pipe @ W0 6RAYM &e Dollars and _ ZeVU Cents $ MS. $ I0,2S0. Per Linear Foot 11. 600 L.F. Construct 12 -inch PVC P'!pe @On�l�undre�nlo lla�s and Zero Cents $ IRS,— $ 111,000._ Per Linear Foot 12. 1 EA Construct 4 -inch DI RW Gate Valve Dolars�undYeE� and Ze'�O Cents $ 11300 $ 1300. Per Each 13. 12 EA Construct 6 -inch DI RW Gate Valve CuSand'SiDDollars dl eco and ZeV Cents $ Per Each 14. 17 EA Construct 8 -inch DI RW Gate Valve @TWO I r OVSAr G Dollars and Z2 Yb Cents $ 2,ODO.' $ 3-},000. Per Each 15. 1 EA Construct 10 -inch DI RW Gate Valve @Two -�puSarjAiet%� �s undyed La�nnd Ze Y-0 Cents $ 117,$()b. $ 500. Per Each ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 4 EA Construct 12 -inch DI RW Gate Valve Dollars undre� and Zero Cents $ 3 -I�1 DQ Per Each 17. 17 EA Construct 6 -inch DI RW Gate Valve (Refer to Sheet 7) @Six thousand, Dolars UY1dc, Ye and 2 e r0 Cents $ 300.^ $ l07 oo. Per Each 18. 4 EA Construct 8 -inch DI RW Gate Valve (Refer to Sheet 7) mix Dollars undred and Zero Cents $ b,900.^ $ 2� Io00 Per Each 19. 1 EA Construct 10 -inch DI RW Gate Valve (Refer to Sheet 7) @Clght- one —Dollars w lnuru[red and Zeero Cents $ $ 8,200.— Per Each 20. 1 EA Construct 12 -inch DI RW Gate Valve (Refer to Sheet 7) @KlV1eihOuSar, Dollars and zero Cents $ q,000 - $ Uoo.� Per Each 21. 4 EA Remove Existing Valve, Install Pipe and Connect to Existing ctnd Siuliun.drecj @�1Ve, JMWJS Dollars and _ 7 -em Cents $ $ 22.1400. Per Each PR5of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 7 EA Cut and Plug Existing Water Main and Abandon in Place @Ty\fo0,Dollarshuo�d and _ 2e Y'b Cents $ 2,400.— $ ily,W. Per Each 23. 15 EA Connect to Existing Water Main per Connection Detail @fiivt✓ Cho�lsa slx Mars ec� Dollars and Z2� Cents $ );D,6m.— $ Kwo." Per Each 24. 1 EA Construct 2 -inch Air and Vacuum Release Valve Assembly @IentIOUSAI(Icy Dollars and Zero Cents $ (C,C_ $ ID,ODO•� Per Each 25. 110 LF Remove Existing AC Pipe (4 -inch to 12 -inch) @ Dollars and ZPXD Cents $ SD.— $ 5,r50D.— Per Linear Foot 26, 50 LF Remove Existing Pipe (4 -inch to 12 -inch) @—� --Dollars ��i2 and _ Zen v Cents $ 5D $ 2,�500. Per Linear Foot 27. 5 EA Construct rytGUS6-Inch Fire Hydrant Assembly @�k 6- I6n4 Do lars Ui ldr 1 and _ Ze y-0 Cents $ q,�koO. $ 41 c)0 Per Each 28. Lump Sum Pressure Test, Disinfect and Flush New Water Mains @Seven O\Awrill�tar hundr�cl lars and e, VD Cents $ $ 7 gC) Per Lump Sum ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 29. Lump Sum Pothole Crossing Utilities @1 pVty'�uSAr1a Dollars and 2ey-O Cents $ 40 (iDl�. $ 0,b00. Per Lump Sum 30. 3,000 LF Trench Dewatering & Discharge @ `Th�rteeYl — Dollars and Zero Cents $ Per Linear Foot 31. 150 TN Temporary Paving w/Hot Mix Asphalt Concrete @ 6VC, Dollars and 7 r Cents $ qs $ li4,2SD. Per Ton 32. 38,000 SF Remove and Construct 8 -inch Thick P.C.C. Alley/Street Pavement 33 34 @ LEI eV fn — Dollars and ZP rC Cents Per Square Foot 200 SF Repair P.C.C. Sidewalk @V\jeL4 O VIe, Dollars Zer p and Cents $ 21. ^ $ 4,2_0c.— Per ,ZCO.Per Square Foot 2,000 SF Repair P.C.C. Alley Approach @1 FtePXI _ Dollars and 22I b Cents $ IS.— $ 30 dDO. Per Square Foot Nzar ;] ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 35. 50 LF Repair P.C.C. Curb and Gutter Dollars and Zen Cents $ 6D.— $ Per Linear Foot 36. 2 EA Construct Bollard Per Std -918-L @NIVIe hunArea Dollars and ZZIrO Cents $ a 0 o ._ $ Uoo` Per Each 37. 12 EA Cut and Cap Existing Water Main ridred @O elhCuS Dollars and -Z,eyb Cents $ I,200•- $ Per Each 38. 1 EA Construct Siphon on Existing 4 -inch Water Main miY, thouond Doli hurndved rs and Zero Cents $ to 4DD._ $ 6.4cD.— Per Each 39. 1 EA Construct Siphon on Existing 6 -inch Water Main `'I�IYIG�rP¢� @Ni�e�hnUgAY1G�) Dolarand ZZ�rU Cents $ cf5m $ c1,5DO . ` Per Each 40. 1 EA Construct Siphon on Existing 10 -inch Water Main �hp,Sclr" ,�li s hunAno-d and 22ND Cents $ g 600. $ Per Each 41. 1 EA Construct Siphon on Existing 12 -inch Water Main �,\ d _Rve hundred @NAme -N)LA Dollars and ZmM Cents $ RL2LO .— $ 5_ � Per Each a vi • i ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Subtotal (Items 7-41) TOTAL (Items 1-41) TOTAL PRICE IN WRITTEN WORDS Me millloyl.Ry-P huMred Sixt and ZZt-O Cents II -(o-17 Date T. -II'i bbq on 9 200.02-91 Bidder's Telephone and Fax Numbers 603006 - ecleral Ena�vneehna Bidder's License No(s). IJ and Classification (s) $ 1,Wly q 00. 1,51�3,y00 r- $ Total Price (Figures) 'C. E. 91olozy-ts Inc ,�I -11 -1) \ . Fres Ident Bidd�r''s &L�tho ized Signature and Title 5D6w. Ka}elta M*1%Ae,Unit 5, 00 Crr R28lp1 Bidder's Address Bidder's email address: IM\De-1'tS @ ieM'0P-ftS. CDM PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 1 CONTRACT NO. 7173-1 APPENDIX APPENDIX A: OCSD SPECIAL PURPOSE DISCHARGE PERMIT PART 1 -GENERAL PROVISIONS SECTION 00 - PRE-BID MEETING SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-S PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Line and Grade SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 - UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE 2 2 2 2 2 2 2 3 3 3 3 4 4 4 4 4 4 4 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK S 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-7.2 Working Days 6 6-7.4 Working Hours 6 6-9 LIQUIDATED DAMAGES 6 6-11 SEQUENCE OF CONSTRUCTION 7 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7 7-1.2 Temporary Utility Services 7 7-7 COOPERATION AND COLLATERAL WORK 9 7-8 WORK SITE MAINTENANCE 9 7-8.4.3 Storage of Equipment and Materials in Public Streets 9 [i] 7-8.6 Water Pollution Control 10 7-8.6.2 Best Management Practices (BMPs) 10 7-8.7.2 Steel Plates 10 7-10 PUBLIC CONVENIENCE AND SAFETY 12 7-10.1 Traffic and Access 12 7-10.3 Street Closures, Detours and Barricades 13 7-10.4 Safety 14 7-10.4.1 Safety Orders 14 7-10.5 "No Parking' Signs 14 7-10.7 Street Sweeping Signs and Parking Meters 15 7-10.8 Notices to Residents and Temporary Parking Permits 15 7-15 CONTRACTOR'S LICENSES 15 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS 16 7-18 WATER MAIN PRESSURE TESTING, DISINFECTION AND FLUSHING 16 7-18.1 General 16 SECTION 9 - MEASUREMENT AND PAYMENT 17 9-3 PAYMENT 17 9-3.1 General 17 9-3.2 Partial and Final Payment. 21 PART 2 - CONSTRUCTION MATERIALS 22 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 22 201-1 PORTLAND CEMENT CONCRETE 22 201-1.1 Requirements 22 201-1.1.2 Concrete Specified by Class and Alternate Class 22 201-2 REINFORCEMENT FOR CONCRETE 22 201-2.2 Steel Reinforcement 22 201-2.2.1 Reinforcing Steel 22 SECTION 203 — BITUMINOUS MATERIALS 22 203-6 ASPHALT CONCRETE 22 203-6.4 Asphalt Concrete Mixtures 22 203-6-43 Composition of Grading 22 SECTION 207 - PIPE 22 207-8 VITRIFIED CLAY PIPE (VCP) 22 207-8.1 General _ 22 207-9 IRON PIPE AND FITTINGS 23 207-9.2 Ductile Iron Pipe for Water and Other Liquids 23 207-9.2.2 Pipe Joints 23 207-9.2.3 Fittings 23 207-9.2.6 Polyethylene Encasement for External Corrosion Protection 23 207-9.4 AWWA Butterfly Valves 24 207-9.4.1 General 24 SECTION 214 - PAVEMENT MARKERS 25 214-4 NONREFLECTIVE PAVEMENT MARKERS 25 214-5 REFLECTIVE PAVEMENT MARKERS 25 PART 3 - CONSTRUCTION METHODS 25 SECTION 300 - EARTHWORK 25 300-1 CLEARING AND GRUBBING 25 300-1.3 Removal and Disposal of Materials 25 300-1.3.1 General 25 300-1.3.2 Requirements 26 300-1.5 Solid Waste Diversion 26 SECTION 302 - ROADWAY SURFACING 26 302-5 ASPHALT CONCRETE PAVEMENT 26 302-5.1 General 26 302-5.4 Tack Coat 26 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 27 302-6.6 Curing 27 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 27 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 27 303-5.1 Requirements 27 303-5.1.1 General 27 303-5.4 Joints 27 303-5.4.1 General 27 303-5.5 Finishing 27 303-5.5.1 General 27 303-5.5.2 Curb 28 303-5.5.4 Gutter 28 SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 29 307-17 TRAFFIC SIGNAL CONSTRUCTION 29 307-17.7 Vehicle Detectors 29 307-17.7.3 Inductive Loop Detectors 29 SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 29 308-1 General 29 SECTION 310 - PAINTING 31 310-5 PAINTING VARIOUS SURFACES 31 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 31 310-5.6.6 Preparation of Existing Surfaces 31 310-5.6.7 Layout, Alignment, and Spotting 31 310-5.6.8 Application of Paint 31 310-5.6.11 Pavement Markers 32 SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 32 312-1 PLACEMENT 32 PART 4 32 SECTION 400 - ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, 32 PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 32 400-2 UNTREATED BASE MATERIALS 32 400-2.1 General 32 400-2.1.1 Requirements 32 APPENDIX APPENDIX A: OCSD SPECIAL PURPOSE DISCHARGE PERMIT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 1 CONTRACT NO. 7173-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. W -5317-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2012 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications for Public Works Construction may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 00 — PRE-BID MEETING All contractors wishing to bid on this project shall be represented by its CEO/Owner who will be signing the contract documents, the Superintendent who will be managing the Project, and the foreman who will be overseeing work at this mandatory meeting. Where: 100 Civic Center Drive, Newport Beach (Crystal Cove Conference Room, Bay 2D) When: October 9, 2017 at 2:00 P.M. Page 1 of 32 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents Add to this section, "If there is a conflict within any one specific Contract Document, the more stringent requirement as determined by the Engineer shall control." 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of Removal of existing 4 -inch, 6 -inch and 8 -inch distribution main,- Construction ain;Construction of 6 -inch, 8 -inch and 12 -inch valves, Construction of 6 -inch, 8 -inch and 12 -inch distribution main including all appurtenances, fittings, services and connections to the existing water system; The work involves open -cut method to install C-900 PVC DR 14 water distribution pipe, fittings, isolation valves, service reconnections, pavement restoration and appurtenant work as required by the Contract Documents." 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete this section and replace with the following: "The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9.2 Line and Grade Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. At a Page 2 of 32 minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. Add Section 2-12 PRE -CONSTRUCTION VIDEO 2-12 PRE -CONSTRUCTION VIDEO. Prior to any construction activities, the Contractor shall provide the City with a videotape of the condition of the existing street, curb, gutter and sidewalk. Add Section 2-13 QUALIFICATIONS OF CONTRACTOR 2-13.1 General. Contractor must have successfully completed more than 50,000 linear feet of 8 -inch or larger water pipeline for Public agencies in the last five years. Contractor shall list this experience in the TECHNICAL ABILITY AND EXPERIENCE REFERENCES and submit with their Bid. Contractors that submit bids with less experience may be deemed non-responsive. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. Page 3 of 32 SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements Add Section 4-1.3.4 Inspection and Testing 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 - UTILITIES 5-1 LOCATION Add the following after the 3'd paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 5-2 PROTECTION Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. Add Section 5-7 ADJUSTMENT TO GRADE 5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. Page 4 of 32 The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: The time of completion as specified in Section 6-7, shall commence on the date of the `Notice to Proceed. 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. 6-7 TIME OF COMPLETION 6-7.1 General Add to this section: The Contractor shall complete all work under the Contract within 125 days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work. Page 5 of 32 6-7.2 Working Days Revise 3) to read: "any City holiday, defined as January 1 st (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31 sl (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES Revise sentence three to read: For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,800. Revise paragraph two, sentence one, to read: Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. Page 6 of 32 6-11 SEQUENCE OF CONSTRUCTION 6-11.1 Multiple Headings. In order to meet the contract schedule, the Contractor will be allowed to initiate and maintain two or more construction headings. However, the Contractor will not be allowed to have multiple phases of work occurring that have the corresponding traffic control devices in conflict with each other. Total open trench at any one time is not to exceed 500 linear feet. 6-11.2 Sequencing Construction to Maintain Water Service. The proposed water main connections will need to be sequenced in order to maintain water services to the project area. The sequencing will need to be coordinated with the City a minimum of seven calendar days prior to beginning any connections and/or shut downs of existing water mains. The Contractor shall be required to submit a sequencing plan prior to any construction for review and approval by the City. Prior to any water main work, the contractor shall complete valve (cut -in) replacements per plan sheet 7, then cut/cap or construct siphons on existing water mains located at alley intersections. The following sequence of construction shall be followed 1. Opal Avenue — 12 -inch water main. 2. Collins Avenue — 6 -inch and 8 -inch water main. 3. Balboa Avenue — 8 -inch water main. Work on Balboa Avenue will be phased two blocks at a time. Once the new water main is in place (from Collins Avenue to Alley 401-A) and has passed testing requirements the contractor will then reconnect to existing mains per plan. Siphon Locations: a. 4" -inch between Diamond Avenue and Sapphire Avenue b. 6 -inch between Apolena Avenue and Amethyst Avenue c. 12 -inch between Onyx Avenue and Marine Avenue SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7-1.2 Temporary Utility Services Add to the end of this section: If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Page 7 of 32 Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water 7-5 PERMITS. Delete the first sentence and add the following to the end of this section: "An OSHA permit to perform excavation or trench work will be required for this project and shall be the responsibility of the Contractor to obtain prior to the start of the work. All groundwater, pipeline dewatering and flushing shall be discharged to the nearest sewer facility. The Contractor will not be allowed to discharge any groundwater, pipeline dewatering or flushing to any storm drain facility or discharge it to the ocean. The Contractor will be required to apply for a Special Purpose Discharge Permit from the OCSD for discharging of all groundwater, pipeline dewatering and flushing to the nearest sewer facility. A copy of the Application Form, Certification of Accuracy of Information, Sewer Connection Verification Statement, Certification of Responsible Officer and Option to Designate Signatory are attached as Appendix A. The Contractor will need to obtain this permit and comply with all of its requirements in order to discharge to the nearest sewer facilities. The permit fee is $2,365.58 and shall be paid by the Contractor. The Contractor shall allocate a minimum of fifteen (15) working days for this process. The Contractor will be required to analyze a representative sample of the groundwater to be dewatered by the Project, for Total Toxic Organics (TTO's), Volatile Organic Compounds, Selenium, Heavy Metals, Arsenic, and Total Dissolved Solids (as a minimum). In cases where chlorine addition is used for disinfection, the Contractor shall also monitor for chlorine. The Contractor will be required to install and maintain a desilting tank for settling and removal of solids in the groundwater before discharge to the sewer mains. Contractor will be required to install a flow meter on the discharge line from the desilting tank. The meter shall have a known accuracy of ±5%, and upon commencement of construction dewatering, the Contractor must report volume totals to OCSD on a weekly basis. A sample port with valve assembly shall be installed on the discharge line from the desilting tank, and in an accessible location for subsequent sampling by both the Contractor and OCSD. The Contractor will be prohibited from discharging during a rain/storm event. The Contractor shall conduct monitoring of the groundwater discharge as specified for the purpose of determining the status of compliance and suitability for discharge. For the purpose of monitoring the groundwater discharge associated with the Project, the Contractor shall collect grab samples from the desilting effluent discharge within the first week upon commencement of the discharge, and lastly, approximately one month before project shutdown. The constituents to be analyzed will include heavy metals Page 8 of 32 (chrome, copper, nickel, zinc), plus arsenic and selenium (by EPA method 6010B), total suspended solids, and total toxic organics (by EPA method 624). Copies of all sampling results/lab reports must be submitted to OCSD within 15 days of the sampling date. The project site is less than 1 acre, therefore, the preparation of a SWPPP is not required. The statewide general NPDES permit does not apply either to this project." 7-7 COOPERATION AND COLLATERAL WORK Add to this section: City forces will perform all shut downs of water facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down. A separate city project (Balboa Island Seawall Coping Repair C-7066-1) will begin construction in November. The contractor will be responsible for coordinating all work and scheduling with Bosco Constructors, Inc. 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets Delete the first paragraph and add the following: Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. Page 9 of 32 7-8.6 Water Pollution Control Add to this section: Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca-gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs) Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-8.6.4 Dewatering Add the following to the end of this section: "Groundwater will be encountered during the excavation of the project. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area if groundwater is encountered. The Contractor's dewatering operations shall conform with all requirements of the OCSD's Special Purpose Discharge Permit. See Section 7-5, as amended, for specific requirements. The Contractor shall provide and maintain, at all times during construction, ample means and devices to promptly remove and properly dispose of all water from any source, including groundwater, and water migrating through the bedding of existing Page 10 of 32 sewers or storm drains or other existing utilities, entering the excavations. Costs for dewatering of all water shall be the Contractor's responsibility and shall be included within the Linear Foot Price for Project Dewatering and no additional compensation will be allowed therefor. The Contractor shall confirm that the receiving sewer system has the capacity to take the estimated flows during dry and wet weather conditions and whether or not the water quality is acceptable and will not cause any permit violations. The following discharges are prohibited: oil, grease, fuel, sludge, trash, chemicals, and any other items which would adversely affect water quality. Water shall not be discharged into OCSD sewer facilities during a wet -weather storm event. For all dewatering operations, each disposal point shall have a calibrated, non- resettable totalizing effluent flow meter with a flow accuracy of plus or minus 5 percent to track the dewatering discharges. The Contractor shall submit weekly reports showing total amount of discharge at each point with meter readings and other data necessary to support the quantity reported. Also, an accessible sample collection point shall be provided immediately upstream of all points of discharge. The Contractor shall provide OCSD's Source Control staff and Engineer unrestricted access to the facility and site to inspect, monitor, or verify compliance with OCSD's Permit requirements. All dewatering operations require the use of a desilting tank with a stainless steel sampling port and a drip container so that the Engineer may collect periodic dewatering samples. Additionally, the desilting tanks shall be covered with sturdy and air -tight covers so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for silt removal or other maintenance activities. The desilting tank shall be located in a safe and easily accessible location. The system used for desilting the water shall be a baffled structure and shall provide not less than 5 minutes detention time and have a "flow-through" velocity not exceeding 0.2 foot per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow-through limitations specified above. The intent is to avoid any addition of soil materials from dewatering operations into the receiving sewer system. All dewatering operations with detectable levels of TTO's, or evidence of TTO's in the extraction zone, or significant amounts of volatile organics, may require the use of granular activated carbon (GAC) filters in lead -lag arrangement or other suitable technology to meet OCSD's TTO limit of 0.58 mg/L and mitigate an Lower Explosion Limit (LEL) event. Note that additional particle filtration is typically provided upstream of the GAC filters to prevent fouling and to extend the life of the carbon. The GAC filters shall be equipped with a stainless steel sampling port and a drip container on the final stage discharge outlet so that the Engineer may collect periodic dewatering samples. Additionally, the GAC filters shall be air -tight so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering Page 11 of 32 period, and only removed when necessary for carbon change out or other maintenance activities. The GAC filters shall be located in a safe and easily accessible location. Each GAC filter shall provide enough detention time to meet OCSD's TTO limit of 0.58 mg/L. The carbon shall be changed in the lead GAC filter when the TTO as measured in the discharge of the lead GAC filter is at 0.58 mg/L, or as required. The GAC filters and additional particle filtration equipment upstream of the GAC filters shall be cleaned as required to maintain the detention time and flow-through limitations as specified above. The intent is to avoid any addition of soil materials from dewatering operations into the receiving sewer system or fouling of the GAC filter carbon media. The method of pretreatment and point of disposal of water shall be subject to the District's Source Control staff and the Engineer's approval." Add the following after Section 7-8.6.5: "7-8.6.6 Disposal of Flushing Water The Contractor will be required to flush the proposed 6 -inch, 8 -inch and 12 -inch pipelines with water to remove dirt and debris as specified in Section 306-1.4.7. The Contractor will be required to discharge this water into a sanitary sewer system and will not be allowed to discharge it to an existing storm drain facility or to a natural drainage channel. The Contractor will need to coordinate this disposal of water with the City of Newport Beach and the Orange County Sanitation District in order to schedule the flushing as well as confirm that the sewer system has adequate capacity to handle the proposed flushing rate. All costs of the disposal of the flushing water shall be borne by the Contractor. 7-8.7.2 Steel Plates "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." Contractor shall shim plates so that noise is reduced as much as possible. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access Add to this section: The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to Page 12 of 32 provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3) 7-10.3 Street Closures, Detours and Barricades Add to this section: The Contractor shall submit to the Engineer - at least five working days prior to the pre -construction meeting - a traffic control plan showing detours for each street impacted. The Contractor shall be responsible for processing and obtaining approval of the detour plan from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. For work on Balboa Avenue, the Contractor will be allowed to close the street two blocks at a time to complete the work. Work in other alleys and streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as lost street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. Contractor will be responsible for providing detour plans for each road closure. Plans may include postings of "No Parking" to increase traffic flow on streets where traffic is detoured to increase traffic flow. 6. Contractor shall keep a travel lane open at all times for one-way streets. 7. Contractor shall make every effort to keep vehicular and pedestrian traffic flowing on Marine Avenue at all times. Flagmen and traffic control devices will be required to keep this major thoroughfare moving as much as possible. Page 13 of 32 8. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 9. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure 10. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure." 7-10.4 Safety 7-10.4.1 Safety Orders Add to this section: The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. Add the following Section 7-10.5 "No Parking" Signs 7-10.5 "No Parking" Signs The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and PARKING -TOW AWAY" sign in 2 -inch high of the completed sign shall be reviewed and dates of parking restriction on the "NO non -erase letters and numbers. A sample approved by the Engineer prior to posting. Add the following Section 7-10.7 Street Sweeping Signs and Parking Meters Page 14 of 32 7-10.7 Street Sweeping Signs and Parking Meters After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. Add the following Section 7-10.8 Notice to Residents and Temporary Parking Permits 7-10.8 Notices to Residents and Temporary Parking Permits Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent residents, within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of any construction, the Contractor shall distribute to the adjacent residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or alley, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. In addition to the forty-eight hour notice, the Contractor shall hand out two Temporary Parking Permits to each residence adjacent to the alley construction. The Temporary Parking Permits shall be filled out and signed by the Engineer and valid during the period of construction of the adjacent alley only. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. Add the following Section 7-15 Contractor's Licenses: 7-15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess an "A" license. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. Page 15 of 32 Add the following Section 7-16 Contractor's Records/As-built Drawings 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material." Add the following Section: 7-18 WATER MAIN PRESSURE TESTING, DISINFECTION AND FLUSHING 7-18.1 General As a part of this project, the Contractor will be responsible for pressure testing, disinfection and flushing of the new water mains. The Contractor shall adhere to the following special provisions for pressure testing, disinfection and flushing of new water mains and services and Sections 207-21.7, 207- 21.7.1, 207-21.7.2, 306-1.4.5 (Water pressure test) and 306-1.4.7 (Water main Disinfection) of the Standard Special provisions: 1. Water service shall be maintained to all customers at all times except as necessary to transfer service from the old main to the new main. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 2. Contractor shall pressure test new main lines including any services prior to disinfection. 3. The Contractor shall make arrangements for disinfection and bacteriological testing and certification of the new main and services from Mr. Chris Auger, at (949) 718-3417. The Contractor shall be responsible for disinfection and flushing the main and services as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. Page 16 of 32 4. Upon successful completion of the pressure testing and disinfection, the Contractor shall thoroughly flush all mains and services prior to connection to customers. Flushing of services shall be done at the new angle stop and fittings shall be utilized such that the meter box is not flooded by the flushing operation." SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization and Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as needed, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, flag persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach requirements. Item No. 3 Excavation Safety: Work under this item shall include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Page 17 of 32 Item No. 4 Traffic Striping: Work under this item shall include installing traffic striping, pavement markers, and all other work items as required to complete the work in place. Item No. 5 Surveying Services: Work under this item shall include the cost of construction staking, preliminary grades, final grades, centerline ties, all horizontal alignment, surrey monument adjustment, as -built field notes, filing of corner records, re-establishment of property corners distributed by the work, and other survey items as required to complete the work in place. Item No. 6 Provide As -Built Plans (and DBE Certification if applicable). Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000 is determined for this bid item. The intent of this pre- set amount is to emphasize to the Contractor the importance of as -built drawings. Item No. 7 Provide Allowance for Unforeseen Conditions: An amount of $50,000 is to be included for unknown underground obstructions, as directed by the Engineer based on a time and materials basis. Item No. 8-12 Construct 4 -inch, 6 -inch, 8 -inch, 10 -inch and 12 -inch PVC, C-900 DR 14, Water Main: Work under this item shall include installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, bedding, backfill, compaction, installation of pipe, fittings, couplings, thrust blocks, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work items as required to complete the work in place. Item No. 13-17 Construct 4 -inch, 6 -inch, 8 -inch, 10 -inch and 12 -inch Ductile Iron Resilient Wedge Gate Valve: Work under this item shall include installing a Ductile Iron Resilient Wedge Gate Valve of the size shown on the plans including, but not limited to, valve box and cover and valve extension and all other work items as required to complete the work in place. Item No. 18-21 Construct 6 -inch, 8 -inch, 10 -inch and 12 -inch Ductile Iron Resilient Wedge Gate Valve (Refer to Plan Sheet 7): Work under this item shall include pavement removal, exposing utilities in advance of excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, removing of existing valve, installing a Ductile Iron Resilient Wedge Gate Valve of the size shown on the plans including, but not limited to, valve box and cover and valve extension, connections to existing facilities, fittings, transition or flexible couplings, removal of interfering portions of existing utilities or improvements, Page 18 of 32 bedding, backfill, compaction, disposal of excess excavation materials, and all other work items as required to complete the work in place. Item No. 22 Remove Existing Valve, Remove Existing Valve Can, Lid, Riser and Bury, Install Pipe and Connect to Existing: Work under this item shall include pavement removal, removing the existing valve including, but not limited to, valve can, lid, riser and bury, installing a new pipe of the size and type shown on the plans and connecting to the existing water main on either side, and all other work items as required to complete the work in place. Item No. 23 Cut and Plug Existing Water Main and Abandon in Place: Work under this item shall include cutting and plugging the existing water main as shown on the plans and abandoning the remaining water main in place and all other work items as required to complete the work in place. Item No. 24 Connect to Existing Water Main per Connection Detail: Work under this item shall include furnishing and installing all pipe material to connect the new pipeline to the existing water main including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, bedding, backfill, compaction, slurry backfill, installation of pipe, fittings, transition or flexible couplings, removal, abandoning, or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work items as required to complete the work in place. Item No. 25 Install 2" Air and Vacuum Release Valve Assembly: Work under this item shall include installing a new 2" air and vacuum release valve assembly in accord with City of Newport Beach STD -515-L, including but not limited to removal of pavement and landscaping, trench excavation, shoring, bracing, temporary patching or trench plates, bedding, 2 -sack slurry backfill, replacement of damaged irrigation system and plants or shrubs and all other work items as required to complete the work in place. Item No. 26 Remove Existing AC Pipe (4"-12"): Work under this item shall include furnishing all labor, materials and equipment to remove and dispose of the existing asbestos cement pipe in accordance with local, state and federal regulations and all other work items as required to complete the work in place. Item No. 27 Remove Existing Pipe (4"-12"): Work under this item shall include furnishing all labor, materials and equipment to remove and dispose of the existing ductile iron, cast iron, PVC or steel pipe and all other work items as required to complete the work in place. Item No. 28 Construct 6 -inch Fire Hydrant Assembly: Work under this item shall include installing a new fire hydrant assembly in accord with City of Newport Beach STD -500-L, including but not limited to fire hydrant, fire hydrant bury, valve, valve box and cast Iron traffic cover, valve extension, pavement removal and all other work items as required to complete the work in place. Page 19 of 32 Item No. 29 Pressure Test, Disinfect and Flush New Water Main: Work under this item shall include successfully pressure testing, disinfecting and flushing the new water mains per the project specifications. Item No. 30 Pothole Crossing Utilities: Work under this item shall include all labor, materials and equipment to pothole crossing utilities for the proposed water main. Work shall include, but not be limited to, traffic control permit acquisition, preparation of traffic control plans, pothole operations to locate and determine depth of crossing utility, field notes, bore hole patching and any other work necessary per permit requirements to identify the depth of the utility. Item No. 31 Trench Dewatering and Discharge: Work under this item shall include all material, labor and equipment (well point system) for providing dewatering of groundwater from trenches associated with trenching and installation of new pipelines, valves and appurtenances, including permitting by City and other regulatory agencies, and discharge and disposal of groundwater according to all permit requirements. Also, work under this item shall include preparing an application for the OCSD Special Purpose Discharge Permit (Appendix A) including necessary groundwater quality testing, obtaining the permit, paying for the permit fee, implementing the permit requirements including the desilting tank, meter and other facilities, and providing the required monitoring testing and reporting requirements included in the OCSD permit, and all other appurtenant work to comply with the OCSD permit for all project dewatering. Item No. 32 Temporary Paving w/Asphalt Concrete: Work under this item shall include, compaction, paving trench flush with hot mix asphalt concrete over existing native fill and all other work items as required to complete the work in place. Item No. 33 Remove and Construct 8 -inch Thick P.C.C. Alley/Street Pavement Per CNB STD -105 -L -B: Work under this item shall include sawcutting, removing and disposing of existing 8 -inch thick pavement, constructing 8 -inch thick P.C.C. alley or street pavement and all other work items as required to complete the work in place per STD -105 -L -B. A second sawcut will be required for "T" trench wing before construction of new pavement. Item No. 34 Repair P.C.C. Sidewalk: Work under this item shall include, but is not limited to sawcutting, excavation, backfill, compaction, disposal of excess material, removal and replacement of sidewalk pavement and all other work items as required to complete the work in place. Item No. 35 Repair P.C.C. Alley Approach: Work under this item shall include, but is not limited to sawcutting, excavation, backfill, compaction, disposal of excess material, removal and replacement of alley approach pavement per STD -142-L and all other work items as required to complete the work in place. Item No. 36 Repair P.C.C. Curb and Gutter: Work under this item shall include, but is not limited to sawcutting, excavation, backfill, compaction, disposal of excess Page 20 of 32 material, removal and replacement of curb and gutter per STD -182-L and all other work items as required to complete the work in place. Item No. 37 Construct Bollard: Work under this item shall include, but is not limited to sawcutting, excavation, backfill, compaction, disposal of excess material, removal of existing pavement, constructing bollard per STD -918-L and all other work items as required to complete the work in place. Item No. 38 Cut and Cap Existing Water Main: Work under this item shall include sawcutting, removal of existing pavement, excavation, disposal of excess material, control of groundwater, cutting and capping both sides of existing water main, compaction, and all other work items as required to complete the work in place. Item No. 39-42 Construct Siphon on Existing Water Main (4"- 12"): Work under this item shall include sawcutting, removal of existing pavement, excavation, disposal of excess material, control of groundwater, constructing siphon, compaction, and all other work items as required to complete the work in place. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid. Add to this section: Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. Page 21 of 32 PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Add to this section: Portland Cement concrete for construction shall be Class 560-C- 3250. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Add to this section: Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures 203-6-4.3 Composition of Grading Add this Section: Asphalt Concrete for the finish course shall be C2 64-10 and B 64-10 for the base course. SECTION 207 - PIPE 207-8 VITRIFIED CLAY PIPE (VCP) 207-8.1 General These specifications apply to vitrified clay pipe intended to be used for the construction of sewers. Page 22 of 32 207-9 IRON PIPE AND FITTINGS 207-9.2 Ductile Iron Pipe for Water and Other Liquids 207-9.2.2 Pipe Joints Add to this section: All flanged pipe joints shall be joined utilizing type 316 Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full-faced, cloth reinforced Buna-N rubber. Flex and Transition coupling used to join pipe in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe hardness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all -thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from Stainless Steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All Fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints 207-9.2.3 Fittings Add to this section: "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21-10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI 816.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full-faced Buna-N, nylon impregnated rubber." 207-9.2.6 Polyethylene Encasement for External Corrosion Protection Revise this section to read: "Ductile iron pipe fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 -mil thick polyethylene. Page 23 of 32 Add the following Section: 207-9.4 AWWA Butterfly Valves 207-9.4 AWWA Butterfly Valves 207-9.4.1 General All butterfly valves shall be of the tight -closing, rubber -seat type, conforming to the design standards of ANSI/AWWA C504 latest revision, except where noted herein. Valves shall be bubble -tight at the rated pressure in either direction and shall be suitable for throttling service and/or operation after longs periods of inactivity. Manufacturer shall be ISO 9001 Certified or have similar certification up and above AWWA. All butterfly valves shall be from the same manufacturer. Valves shall be manufactured by the Henry Pratt Co. or approved equal prior to bidding. All valve bodies shall be constructed of cast iron ASTM A126, Class B with ANSI B16.1 flange drilling. All valves to have 316 stainless steel exterior body bolts. Discs shall be of the concentric design. Valve discs shall be constructed of ductile iron ASTM A536, Grade 65-45-12 with a 316 stainless steel edge. Valves shall have a one piece through shaft of 18-8 stainless steel, corresponding to the requirements of AWWA C504, latest revision. The shafts shall fasten to the disc by means of a threaded disc pin or through pin providing a positive leak proof connection of the shaft to the disc. Seats shall be simultaneously bonded and vulcanized to the body of the valve. All interior surfaces in contact with water, excluding stainless steel and disc shall be rubber lined or epoxy coated. Valves with the rubber seat located on the valve disc will not be permitted. Seats shall be designed so that no adjustments or maintenance is required. All shaft bearings shall be of the self-lubricating, corrosion -resistant, sleeve type. Bearings shall be designed for horizontal and/or vertical shaft loading. Shaft packing shall be self-adjusting and suitable for pressure or vacuum service. The flow path for valves shall be fully rubber lined. The valve disc shall be Fusion Bonded Epoxy Coated with an AWWA NSF -61 coating system or liquid epoxy on wetted interior surfaces 16 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All valves to be painted at the factory by the valve manufacture. All valves shall be hydrostatic and leak tested in accordance with ANSI/AWWA C504, latest revision with the following modification: Valves shall be tested and rated at 200 PSI to facilitate field system hydro -test. All valves to be tested with the actuator installed as a complete unit by the valve manufacture. Provide certified test reports with all valve shipments. Manufacturer furnishing valves shall present proof of compliance with ANSI/AWWA C504, latest revision. The valve actuators are to be installed and tested at the factory by the valve manufacture. All actuators to be provided with 316 stainless steel exterior body bolts. Page 24 of 32 SECTION 214 - PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass -covered reflective faces or be 3M Series 290." PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List. 300-1.3.1 General Add to this section: The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. Page 25 of 32 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words 1-Y2 inch" of the last sentence with the words "two (2) inches". Add the following Section 301.5 Solid Waste Diversion 300-1.5 Solid Waste Diversion Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General Add to this section: "All cracks '/a -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1 '/2 inches of asphalt (finish course) shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302-5.4 Tack Coat Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one —tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." Page 26 of 32 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.6 Curing Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201-1.1-2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303-5.4 Joints 303-5.4.1 General Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303-5.5 Finishing 303-5.5.1 General Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." Page 27 of 32 303-5.5.2 Curb Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 306 — UNDERGROUND CONDUIT CONSTRUCTION 306-1.1.7 Dewatering. "The Contractor shall provide and maintain at all times during construction, ample means and devices with which to promptly remove and properly dispose of all water, from any source, entering the excavations or other parts of the work. Dewatering shall be accomplished by methods which will ensure a dry excavation and preservation of the lines and grades of the bottoms of excavations. For pipeline work, the methods may include sump pumps, deep wells, well points, suitable rock or gravel placed below the required bedding for draining and pump purposes, temporary pipeline and other means. Dewatering for structures and pipelines shall commence when groundwater is first encountered, and shall be continuous until such times as water can be allowed to rise in accord with the provisions of this section or other requirements. Standby pumping equipment shall be provided on the jobsite. A minimum of one standby unit (one for each ten in the event well points are used) shall be available for immediate installation should any well unit fail. The design and installation of well points or deep wells shall be suitable for the accomplishment of the work. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor and shall comply with OCSD's Special Purpose Discharge Permit. See Section 7-5 (Permits) and Section 7-8.6.4 (Dewatering) for requirements. The Contractor shall dispose of the water from the work in a suitable manner without damage to adjacent property. Conveyance of the water shall be such as to not interfere with traffic flow. Water shall be desilted before disposal to any sewer system. The system used for desilting the water shall be baffled structure and shall provide not less than five minutes detention time and shall be designed to have a "flow-through" velocity not exceeding 0.2 feet per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow-through limitations specified above. Page 28 of 32 The Contractor shall ensure that all extracted and discharged water meets the OCSD's Special Purpose Discharge Permit water quality criteria. 306-5.4 Removal of A.C. Pipe and Fittings. The Contractor will be required to remove asbestos cement pipes during the prosecution of his work. Removal of existing asbestos material shall be performed by a Contractor registered by CAL/OSHA and certified by the State Contractor's Licensing Board for asbestos removal. Copies of the certification shall be submitted to the City prior to the commencement of any asbestos removal activities. The Contractor shall comply with all State and Federal laws regarding handling all removal of asbestos materials. The Contractor shall be responsible for the proper removal and disposal of all asbestos materials. The Contractor shall not field cut the existing A.C.P. In the specific instance of making connections to the existing A.C.P., disconnect, at the nearest joints, the length of pipe to be connected to the new pipe. This length of existing A.C.P. will be replaced by the new pipe making the tie-in. Contractor shall handle the A.C. pipe in strict conformance with all applicable CAL/OSHA, EPA and governing health agency requirements. The Contractor shall provide sufficient supervision and monitoring to assure conformance." SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-17 TRAFFIC SIGNAL CONSTRUCTION 307-17.7 Vehicle Detectors 307-17.7.3 Inductive Loop Detectors Amend this Section to include: "Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -513 and shall be Type E spaced ten feet apart. Front loops shall be a 6' diameter, modified Type E per the Traffic Signal Specifications Supplemental and will be placed immediately behind the limit line/crosswalk. Loop wire shall be Type 2. Loop Sealant shall be Hot -Melt Rubberized Asphalt sealant. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement course placement." SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. Page 29 of 32 The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr. John Conway at (949) 644-3083 a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Page 30 of 32 SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting Modify and amend this section to read: 'The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.25 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Page 31 of 32 Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Add the following Section: 310-5.6.11 Pavement Markers All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." PART 4 _SECTION 400 -ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400-2 UNTREATED BASE MATERIALS 400-2.1 General 400-2.1.1 Requirements Add to this section: 'The Contractor shall use crushed miscellaneous base as the base materials." Page 32 of 32 APPENDIX A OCSD APPLICATION FOR SPECIAL PURPOSE DISCHARGE PERMIT APPLICATION FOR SPECIAL PURPOSE DISCHARGE PERMIT Permit No. A. Instructions Special Purpose Discharge Permits are limited term permits, with a maximum term of one year. For the Orange County Sanitation District (District) to properly evaluate and process a Special Purpose Discharge Permit, • The Permit Application form must be filled out completely. Your application will be returned to you if there is missing information. Clearly print or type the information requested. Please write "NIA" if the information being requested does not apply. • The Permit Application must be signed by the Chief Operating Officer or official company representative. The District will return your Permit Application if it is not signed by the proper company official. • The permit fees and other charges are due at the time the Permit Application is submitted. An application received without remittance will be returned. B. Applicant and Ownership Information Applicant Mailing Address Street Phone Number: ( ) Contact Name: Sewer Service Address: Srceet Please include a site map Complete Legs' Entity Name City State Zip Code Fax Number: ( ) E-mail Address: CAY state Zip Code List all Principal Owners / Major Shareholders of the site and/or business: Name 'I;:e Address Name Title Address Name Title Address For Corporations Only: Yearoflncorporation State of Incorporation Coramate Identification No. Prior to commencement of discharge to the local and regional sewerage system, in accordance with the policies and procedures set by the District, the permit applicant must apply for and receive a Special Purpose Discharge Permit from the District. The District may require that permit applicant enter into an agreement setting forth the terms under which the special purpose discharge is authorized in addition to or in lieu of issuance of the Special Purpose Discharge Permit. C. Project and Site Information Describe and submit the following (use additional sheets if necessary): 1. Describe project generating the discharge. Include site drawings and piping layout. 2. Reasons for the discharge request to the sewer system. 3. Analysis of the feasibility of other disposal altematives (e.g., discharging into storm drains, reuse and reclamation, etc.). 4. Describe the following • Is this a one-time discharge? F] Yes F1 No • Do you project this discharge to last longer than one year? El Yes ❑ No • Projected duration: Of project: Of discharge: • Does the facility on this site have a Wastewater Discharge Permit issued by he Orange County Yes No Sanitation District? If yes, provide Permit number. • Average daily flow (gpd) from this site: gpd • If this is a one-time discharge, indicate the total expected discharge for the project: • Rate of discharge: gpm • Hours of discharge: From: a.m. To: p.m. • Number of days per week of discharge: gallons Mon Tue Wed Thu Fri Sat Sun • Days of week of discharge (enter X): Page 2 of 9 5. Location of discharge point: Include site drawings. 6. Contaminants present in the source of discharge and level of each contaminant. Constituent Level (mglL) Analytical Method Used Include analytical reports. 7. Detailed design and technical information (include drawings and attach additional information). • Pretreatment system provided to remove the contaminants. • Equipment/structure and method to prevent pass-through and interference with the sewerage system in case of temporary outages, emergency shutdown, or sewer surcharge. • Best management practices and pollution prevention strategies designed to minimize or eliminate the proposed discharge to the sewer. • System to measure and record the discharge to the sewer system (see Attachment 157 for effluent flow meter installation requirements). Page 3 of 9 If effluent measuring device is already installed, please provide the following: Date of last calibration: Type of calibration: F]Hydraulic ❑ Instrumentation Calibration performed in situ? F-1 Yes ❑ No The calibration of an existing effluent meter may be acceptable to the District only if. • performed in-situ, • performed within 30 days prior to this application submittal and in accordance with Attachment 161, and • required calibration report (Attachment 162) is submitted with this application. 8. Provisions for District's staff to gain access to the effluent sample point and measuring device for the purpose of verifying compliance. Designate your company's authorized local associate that District's staff can contact to gain access to the sample point and measuring device(s): Name: Address: Phone Number: ( ) Title: E-mail. D. Additional Requirements and Certification Please complete and provide the following documents with your application: • Certification of Accuracy of Information • Sewer Connection Verification Statement • Certification of Responsible Officer • Option to Designate Signatory (Optional) Page 4 of 9 Certification of Accuracy of Information I have personally examined and am familiar with the information submitted in the attached document, and 1 hereby certify under penalty of law that the submitted information is true, accurate, and complete. 1 am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment. Official Company Representative: Name: Signature: Title: Date: Name of the person to contact concerning information provided in this application: Name: Address: Title: Telephone: Page 5 of 9 Sewer Connection Verification Statement ❑ Connection to District's Sewer System (Trunklines) Connection Permit No.: Connection Address: Discharge Pipe Size: inches Maximum Flow Rate: gpm Receiving Trunkline Name / Size: Date Connection/Inspection Fees Paid: ❑ Connection to Local Sewer (Collection) Systems Local Sewerage Agency: Connection/Encroachment Permit No. (if applicable): Connection Address: Maximum Allowed by Local Sewerage Agency: gpm Name and Title of Local Agency Contact: Contact's Phone No: �) inches Page 6 of 9 Certification of Responsible Officer 1, the undersigned, do hereby certify that I meet the definition of a Responsible Officer, as outlined below: is defined as: 1. For a corporation: a. a president, secretary, treasurer, or vice-president in charge of a principle business function, or any other person who performs similar policy- or decision-making functions for the corporation, or b. the manager of one or more manufacturing, production, or operating facilities provided, the manager is authorized to assure long-term environmental compliance with environmental laws and regulations; and where authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 2. For partnership or sole proprietorship: a general partner or proprietor, respectively. 3. For a public agency: a general manager, department manager, or supervisor of a public agency who performs policy - or decision-making functions for the public agency. I accept the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for the facility from which the wastewater discharge originates. 1 understand that if, in the future, this information is no longer correct, the District will be notified in writing to establish a new Responsible Officer. Name of Responsible Officer: (Please Pnnt .Type) Signature: Titre: Company Name: Date: Permit No.: E-mail Address: NOTE: Al correspondence regarding permit, enforcement, and self-monitoring issues (e.g., Self -Monitoring Forms and Reminder Letters, Notices of Violation, Permit Application, etc.) shall be sent to the Responsible Officer or to the Designated Signatory if properly authorized. If there is a change in the Responsible Officer or Designated Signatory in the future, the District must be notified in writing and the appropriate form must be submitted. Page 7 of 9 IL THIS IS OPTIONAL I Submit this form only if the Responsible Officer wants to designate a signatory. Option to Designate Signatory This is to authorize the individual whose name and title appear below, Designated Signatory's Name (Please Pmt wType) to be the designated individual responsible for wastewater discharges who can be served with notices, and who is the Designated Signatory on my behalf for purposes of signing all reports. This individual has the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for this facility from which the wastewater discharge originates. 1 understand that if, in the future, this information is no longer correct, the District will be notified in writing to terminate designation of the above-named individual and to establish a new signatory. Name of Responsible Officer: (Please Pmt w Type) Signature: Title: Company Name: A designated signatory is defined as: A duly authorized representative of the responsible offcerit Date: Permit No.: E-mail Address: a. the authorization is made in writing and is submitted to Orange County Sanitation District using this form,, b. the authorization specifies either an individual ora position having responsibility for the overall operation of the facility from which the Industrial Discharge originates, such as the position of plant manager, operator of a well, or well field superintendent, or a position of equivalent responsibility, or having overall responsibility for environmental matters for the company, c. the designated signatory is not a third party to the responsible officer. I accept the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for this facility from which the wastewater discharge originates. 1 understand that it is my responsibility to keep the Responsible Officer informed at all times regarding all permit and enforcement issues. Name of Designated Signatory: (Please Signature: Title: Date: E-mail Address: All correspondence regarding all permit and enforcement issues shall be sent to the Designated Signatory. It is the Designated Signatory's responsibility to keep the Responsible Officer informed at all times regarding all permit and enforcement issues. The Responsible Officer remains legally responsible for all wastewater discharge to the sewer from this facility and for ensuring that he is duly informed by the Designated Signatory. Page 8 of 9 ORANGE COUNTY SANITATION DISTRICT APPLICATION FOR SPECIAL PURPOSE DISCHARGE PERMIT APPLICATION PACKAGE CHECKLIST Date of last regular discharge (Not Including purge water for sampling): SUBMITTED ❑ PERMIT APPLICATION ❑ PERMIT FEE REMITTANCE ($2,365.58 for New Permit - $1,500.00 for Renewal) (Include a copy of the check) INFORMATION AND DRAWINGS REQUIREMENTS: ❑ I. Current Site Drawing and Process Flow Sketch ❑ II. Influent Lab Analysis ❑ III. Certificate of Responsible Officer ❑ IV. Option to Designate Signatory ❑ V. Effluent Meter In Situ Hydraulic Calibration Report ❑ VI. Sewer Connection Verification Statement ❑ VII. Certification of Accuracy of Information ❑ Other: The items checked above were submitted. Applicant Signature Date Note 1: All Signatures must be from the Responsible Officer or Designated Signatory. Consultant Signatures will not be accepted. Note 2: This checklist must be submitted with the SPDP Permit Application. Page 9 of 9 II Submit this form only if the Responsible Officer is to be the Signatory. II Certification of Responsible Officer I, the undersigned, do hereby certify that / meet the definition of a Responsible Officer, as outlined below: A responsible officer is defined as follows: 1. For a corporation: a. A president, secretary, treasurer, or vice-president of the corporation in charge of the principal business functions, or any other person who performs similar policy- or decision-making functions for the corporation, or b. The manager of one or more manufacturing, production, or operation facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 2. For partnership or sole proprietorship, a general partner or proprietor, respectively. I accept the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for the facility from which the wastewater discharge originates. I understand that if, in the future, this information is no longer correct, the District will be notified in writing to establish a new Responsible Officer Name of Responsible Officer (Please Pnnt or Type) Signature Title Date Company Name Permit No. NOTE: All correspondence regarding permit, enforcement, and self-monitoring issues (e.g., Self -Monitoring Forms and Reminder Letters, Notices of Violations, Permit Application, etc.) shall be sent to the Responsible Officer or to the Designated Signatory if properly authorized. If there is a change in the Responsible Officer or Designated Signatory in the future, the Districts must be notified in writing and the appropriate form must be submitted. h lwp.tlu\5Vi590\forms\rt'iscfrrtslcertificetion of Msp SiDle officer Eoc Last mvisetl: May 6, 1999 II Submit this form only if the Responsible Officer wants to designate a Signatory. I Authorization for Designated Signatory This is to authorize the individual whose name and title appear below, Designated Signatory's Name (Please Print or Type) Title to be the designated individual responsible for wastewater discharges who can be served with notices, and who is the Designated Signatory on my behalf for purposes of signing all reports. This individual has the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for this facility from which the wastewater discharge originates. I understand that if, in the future, this information is no longer correct, the District will be notified in writing to terminate designation of the above-named individual and to establish a new signatory. Name of Responsible Officer Signature Title Company Name (Please Print or Type) A responsible officer is defined as follows: 1. For a corporation: Date Permit No. a. A president, secretary, treasurer, or vice-president of the corporation in charge of the principal business functions, or any other person who performs similar policy- or decision-making functions for the corporation, or b. The manager of one or more manufacturing, production, or operation facilities employing more than 250 persons OF having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 2. For partnership or sole proprietorship, a general partner or proprietor, respectively. I accept the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for this facility from which the wastewater discharge originates. l understand that it is my responsibility to keep the Responsible Officer informed at all times regarding all permit and enforcement issues. Name of Designated Signatory (Please Print or Type) Signature Title Date All correspondence regarding all permit and enforcement issues shall be sent to the Designated Signatory. It is the Designated Signatory's responsibility to keep the Responsible Officer informed at all times regarding all permit and enforcement issues. The Responsible Officer remains legally responsible for all wastewater discharge to the sewer from this facility and for ensuring that he is duly informed by the Designated Signatory. F \Users\PBW\Shared\Contracts\FV 1415 CURRENT PROJECTS\800 - WATER\3-5681 - Newport Blvd Water Main Rehabilitation CAP14- 0030\DESIGN PHASDAppendix A3 - OCSD Designated Signatory.doc