HomeMy WebLinkAboutC-7173-2 - Balboa Island Water Main Replacement - Phase 2June 25, 2020
T.E. Roberts, Inc.
Attn: Timothy Roberts
306 W. Katella Avenue, Unit B
Orange, CA 92867
CITY OF PJEvvPOPT BEACH
100 Qvlc Center Drive
Newport Beach, Caiitornin 92660
949-6443005 1 949-644-3039FAX
newportbeachca.gov
Subject: Balboa Island Water Main Replacement — Phase 2 -- C-7173-2
Dear Mr. Roberts:
On June 25, 2019, the City Council of Newport Beach accepted the work for the subject
project and authorized the City Clerk to file a Notice of Completion, to release the Labor
& Materials Bond 65 days after the Notice of Completion had been recorded in
accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
June 26, 2019 Reference No. 2019000225313. The Surety for the contract is Travelers
Casualty and Surety Company of America and the bond number is 106920564.
Enclosed is the Faithful Performance Bond.
Sincerely,
Lly
Leilani I. Brown, MMC
City Clerk
Enclosure
Executed in Two Coui parts
CITY OF NEWPORT BEACH
BOND NO.1OQ920564
FAITHFUL PERFORMANCE BOND
Bond #106920564
Premium $18,045
The premium charges on this Bond is $ 18 045 , being at the
rate of $10.60 / $7.40 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 removal of existing
4 -inch, 6 -inch, 8 -inch, 10 -inch and 12 -inch water main; Construction of 4 -Inch, 6 -inch, 8 -
inch and 12 -inch valves; Construction of 4 -inch, 6 -inch, 8 -inch and 12 -inch water 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 Two
Million Two Hundred Twenty Two Thousand Three Hundred Dollars ($2,222,300.00)
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
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
T.E. Roberts, Inc. Page B-1
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 1st day of ,20 18.
T.E. Roberts. Inc.-
Prts�dMf
Name of Contractor (Principal) Authorized Signature/iitie 7imahy R"cris
Travelers Casualty and Suretyaz:
Company of America -
Name of Surety Authorized A t Si nature
One Tower Square
Hesford. CT 06183
Address of Surety
(909) 612-3675
Telephone
APPROVED AS TO FORM:
CITY ATTORN Y' OFFICE
Date: i `2. f
By.
VO4eAaron C. Harp 1:1. 31K
City Attorney (aryl,
Charles L. Flake, Attorney -In -Fact
Print Name and Title
NOTARY A CKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
T.E. Roberts, Inc. -_T —J Page B-2
fed. bt016V� e of
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the Identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ) ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
In his/her/their authorized capacity(ies), and that by his/her/their 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)
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 eapacity(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
ACKNOWLEDGMENT
CIVIL CODE § 1189
Aft" 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 ren u )
On before me,
Date
personally appeared
&I gg-w► fI ynialiiawgiiimuff r
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.
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 hr h&=�J LW&
KIM E. NEWETT Signature of Notary Public
COMM. #2228431
zNotary Pubiis • California
Orange Counly e
Comm. Ex Ires feb. 7 2022
Place Notary Seal Above
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(les) Claimed by Signer(s)
Signer's Name:
Cl Corporate Officer — Title(s):
I _l Partner — C:1 Limited ❑ General
C I Individual i I Attorney in Fact
[ 1 Trustee I ] Guardian or Conservator
I_ I Other:
Signer Is Representing: _-
Signer's Name:
I I Corporate Officer — Tltle(s):
I 1 Partner — CI Limited C] General
1 I Individual I ] Attorney in Fact
1 1 Trustee I:I Guardian or Conservator
1- l Other:
Signer Is Representing
02014 National Notary Association - www.NitionalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907
CALIFL...NIAALL-PURPOSE ACKNOW-MGMENT
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 12-1-18 before me, Lexie Sherwood _ Notary Public,
Date Insert Name of Notary exactly as it appears on the official seal
personally appeared Charies L. Flake
Q0LEXIE SHERWOOD
COMM. # 2203287
NOTARY PUBLIC •CALIFORNIA
ORANGE COUNT
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 signatures) on the instrument the
person(s), or the entity upon behat f 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 ando ficial deal
Signature = - 1 Sherwood
_
Place Notary Seal Above Signature of Nota Pudic Lexle lerW00
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:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name
O Individual
Corporate Officer---Title(s):_
❑ Partner El Limited FJ 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 Cl General
Ll Attorney in Fact
❑ Trustee
IJ Guardian or Conservator
❑ Other:
Signer is Representing:
Travelers Casualty and Surety Company of America
Aftk Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
"Companies"), and that the Companies do hereby make, constitute and appoint CHARLES L FLAKE of Anaheim
California , their true and lawful Attorney -in -Fact 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 3rd day of February,
2017.
�Nw:�pYE ,•�(v AMD Y•"'
IuarPoro, 5 �A �,
CQYN. a aM1TPOa0, (glOp,R
E CONN. � �ll�rl
State of Connecticut
City of Hartford as.
By: . Robert L. L. Raney, Se or Vice President
On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 Attorneys -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 Attorneys -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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect.
Dated this 1st day of December , 2018
r/r/NPifOrq � .P IWITFOM, � (OpO4Al
iN' (.,� _
Kevin E. Hughes, Assl lant'f Secretary
To verify the authenticity of this Power ofAttoroey, p/ease cr71/ us at 1-800-411-3880.
Please refer to the above-named Attomey-/n-Fact and the details of the Gond to whfch the power is attached.
August 30, 2019
T.E. Roberts, Inc.
Attn: Timothy Roberts
306 W. Katella Avenue, Unit B
Orange, CA 92867
CITY OF,NEWPOPT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 rnx
newportbeachca.gov
Subject: Balboa Island Water Main Replacement - Phase 2 C-7173-2
Dear Mr. Roberts:
On June 25, 2019 the City Council of Newport Beach accepted the work for the subject
project and authorized the City Clerk to file a Notice of Completion, to release the Labor
& Materials Bond 65 days after the Notice of Completion had been recorded in
accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
June 26, 2019, Reference No. 2019000225313. The Surety for the bond is Travelers
Casualty and Surety Company of America and the bond number is 106920564. Enclosed
is the Labor & Materials Payment Bond.
Sincerely,
Leilani 1. Brown, MMC
City Clerk
Enclosure
Executed in Two Coun, darts
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 106920564
Bond #106920564
Premium: Included in
Performance Bond
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 removal of existing
4 -inch, 6 -inch, 8 -inch, 10 -inch and 12 -inch water main; Construction of 4 -inch, 6 -inch, 8 -
inch and 12 -inch valves; Construction of 4 -inch, 6 -inch, 8 -inch and 12 -inch water main
including all appurtenances, fittings, services and connections to the existing water
system. The work involves open -cut method to install C-900 PVC OR 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 Two
Million Two Hundred Twenty Two Thousand Three Hundred Dollars ($2,222,300.00)
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 1st day of December , 20AL.
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) (312-3675
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S PFFICE
Date: 12 Zo I 9t
By: 14 4jde�-
Aaron C. Harp 101.131$
City Attorney ayy)�
Charles L. Flake.Attorney- Ill -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
)be'v
T.E. Roberts, Inc. Page A-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 _ } ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(les), 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 Califomia that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
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.
(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
ACKNOWLEDGMENT
CML CODE § 111189
A txtNry public or other officer completing this certificate verifies only the identity of the individual who signed the
doournent to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of Californian )
County of _ f_ I1� )� r °
QZ* n r
On _ - ! j Aqh
y before me,
Date Here Insert Name and Title df the Office J
personally appeared
Names) 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.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
=cab
E..WITNESS my hand and official seal.
a 8431 r$ alifmnla Aty ab. 7, 2022 Signature
Signature of Notary Public
Place Notary Seal Above
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:
Capaclty(tes) Claimed by Signer(s)
Signer's Name:
CI Corporate Officer — Title(s):
C I Partner -- I I Limited 11 General
I I Individual I i Attorney In Fact
1 i Trustee 1 1 Guardian or Conservator
I I Other:
Signer Is Representing:
Signer's Name: _________._...
I I Corporate Officer — Title(s):
1 1 Partner — LI Limited I_ I General
II Individual I I Attorney in Fact
L 1 Trustee 1 1 Guardian or Conservator
L1 Other:
Signer Is Representing:
02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item (15907
CALIFC MIA ALL-PURPOSE ACKNO" _ MGMENT
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 12-1-18 before me, Lexie Sherwood_ Notary Public,
Date Insert -Name of Notary exactly as it appear; on the official seal
personally appeared Charles L. Flake
ams(s) of Signer(s)
LEXIS ERWOOD
COMM. # 2203287
NOTARY PUBLIC *CALIFORNIA G)
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 official seal. I
Signature rGc S41'di f. ,��,yr
Place Notary Seal Above Signature orNotfiry Pub c 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 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(les) Claimed by Signer(s)
Signer's Name:
❑ Individual
t
Corporate Officer—Title(s):
Partner ❑Limited El General
Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Signer's Name:
❑ Individual
❑ Corporate Officer—Title(s):
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
FTRAVELERgr St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
"Companies"), and that the Companies do hereby make, constitute and appoint CHARLES L FLAKE of Anaheim
California , their true and lawful Attorney -in -Fact 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 3rd dayof February,
2017.
"W"Y�G
� wwrfoso. �` mucux
State of Connecticut
City of Hartford ss.
By:
Robert L. Raney, Se orbr Vice President
On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of
Travelers Casually and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021
e
�°J"1i'' C 'S,Tna�nuxl.� Mane C. Tali- It, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 Attorneys -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 Attorneys -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 otherwritings 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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect.
Dated this 1st day of December , 2018
C
- 0
K lN
Kevin E. Hughes, Assi tanttant Secretary
ro verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above-named Attorney-yn-Fact and the details of the bond to which the power is attached,
Batch 4748196 Confirmation
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Page I of 1
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
�I�III�IIIIIIIII�����II�II NO FEE
$ R 0 0 1 a 9 3 2 4 a 4 s�
201900022531310:30 am 06/26119
90 SCS 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 27, 2018. Said Contract set forth
certain improvements, as follows:
Balboa Island Water Main Replacement — Phase 2 - C-7173-2
Work on said Contract was completed, and was found to be acceptable on
June 25. 2019, 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.
'M1
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. "� - p
Executed on ITUnIE Zia, �� t at Newport Beach, California.
KINW111111, WIN
littps:Hgs.secure-recordiiig.com/Batcli/Confirination/4748196 06/26/2019
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and T.E. Roberts Inc., Orange, California,
as Contractor, entered into a Contract on November 27, 2018. Said Contract set forth
certain improvements, as follows:
Balboa Island Water Main Replacement — Phase 2 - C-7173-2
Work on said Contract was completed, and was found to be acceptable on
June 25, 2019, 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
VERIFICATION
certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge./_
Executed on �u�VE !�(�, �'(ili at Newport Beach, California.
IWO
City Clerk
CIT7 ^ L M^
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
By 10:00 AM on the 7th day of NOVEMBER 2018,
at which time such bids shall be opened and read for
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
$2,500,000
Engineer's Estimate
• A "
is
Approved by
Aael J. Sinacori
ng City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
hftp://www.planetbids.com/portal/portal.cfm?CompanylD=22078
A MANDATORY PRE-BID MEETING will be held at the Crystal Cove Conference Room
(Bay D 2nd Floor) at 100 Civic Center Drive, Newport Beach, CA 92660 on Wednesday,
October 17, 2018, at 8:00 a.m.
Hard copy plans are available via
Mouse Graphics at (949) 548-5571
659 W. 19th Street, Costa Mesa, CA 92627
Contractor License Classification(s) required for this project: "A"
For further information, call Alfred Castanon, Project Manager at (949) 644-3314
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http://newportbeachca.gov/qovernment/open-transparent/onIine-services/bids-rfps-
vendor-registration
City of Newport Beach
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
TABLE OF CONTENTS
NOTICEINVITING BIDS......................................................................................... Cover
INSTRUCTIONSTO BIDDERS.......................................................................................3
BIDDER'S BOND.............................................................................................................6
DESIGNATION OF SUBCONTRACTOR(S)....................................................................9
TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9
NON -COLLUSION AFFIDAVIT..................................................................... 13
DESIGNATION OF SURETIES...................................................................... 14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD.....................................................15
ACKNOWLEDGEMENT OF ADDENDA..........................................................................7
INFORMATION REQUIRED OF BIDDER.......................................................................8
NOTICE TO SUCCESSFUL BIDDER............................................................................21
CONTRACT................................................................................................................... 22
LABOR AND MATERIALS PAYMENT BOND .............................................Exhibit A
FAITHFUL PERFORMANCE BOND............................................................Exhibit B
INSURANCE REQUIREMENTS................................................................. Exhibit C
PROPOSAL...............................................................................................................PR-1
SPECIALPROVISIONS............................................................................................ SP -1
City of Newport Beach
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
INSTRUCTIONS TO BiDDERS
The following documents shall be completed, executed, uploaded and received by the City Clerk
via PlanetBids in accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office)
DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to
be submitted via PlanetBids)
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BiD
OPENING DATE (if any; Contractor shall confirm via PlanefBids)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids)
The City Clerk's Office will open and read the bid results from PlanetBids immediately following
the Bid Opening Date (Bid Due Date.)
The Bid Results are immediately available to the public via PlanetBids following the Bid Opening
Date (Bid Due Date).
Members of the public who would like to attend this reading may go to Bay E, 2"d Floor of the
Civic Center (Located at 100 Civic Center Dr.)
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may
be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall
be clearly marked on the outside of the envelope containing the documents. Original copies must
be submitted to the City Clerk's Office.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized
by the Insurance Commissioner to transact business of insurance in the State of California, and (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The
successful bidder's security shall be held until the Contract is executed. Original copies must
be submitted to the City Clerk's Office by the Bid Opening Date.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by
unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid
wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity
by unit price, the correct multiplication will be computed and the bids will be compared with correctly
multiplied totals. The City shall not be held responsible for bidder errors and omissions in the
PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract. The securities shall be deposited
in a state or federal chartered bank in California, as the escrow agent.
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or mechanic needed to
execute the contract. A copy of said determination is available by calling the prevailing wage
hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations.
All parties to the contract shall be governed by all provisions of the California Labor Code —
including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981
inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site.
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of
the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts
Code, "Subletting and Subcontracting Fair Practices Act".
10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted
on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant
to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only
under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works project
(awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder.
For corporations, the signatures shall be of a corporate officer or an individual authorized by the
corporation. For partnerships, the signatures shall be of a general partner. For sole ownership,
the signature shall be of the owner.
14. Bidders are required to attend a MANDATORY PRE-BID MEETING that will be held at the Crystal
Cove Conference Room (Bay D 2nd Floor) at 100 Civic Center Drive, Newport Beach, CA 92660
on Wednesday, October 17, 2018, at 8:00 a.m. Pacific Standard Time. The bidder's company
officer and proposed superintendent are required to attend. FAILURE TO ATTEND THE PRE-BID
MEETING WILL RESULT IN DISQUALIFICATION AND REJECTION OF THE BIDDER'S BID
PROPOSAL. All contractors wishing to bid on this project shall be represented by its
CEO/Owner who will be signing the contract documents, and Superintendent who will be
managing the Project, at this mandatory meeting.
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 City Council does not meet within the prescribed time period, the City shall
have up to 3 days following the next regular meeting of the City Council to provide the written
statement. Payment of the undisputed portion of the claim shall be made within 60 days after
the City issues its written statement.
B. If the claimant disputes the City's written statement or if the City does not issue a written
statement in the prescribed time period, the claimant may demand in writing an informal meet
and confer conference, which shall be scheduled within 30 days of receipt of claimant's
demand.
C. Within 10 business days of the meet and confer conference, if a dispute remains, the City
shall provide a written statement identifying the portion of the claim that remains in dispute
and the undisputed portion. The City shall pay any remaining amount of the undisputed
portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding
mediation or similar nonbinding process, with the City and claimant sharing the costs equally
and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a
mediator, each party shall select a mediator and those mediators shall select a qualified
neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful,
any remaining disputed portion shall be addressed using procedures outside of Public
Contract Code section 9204.
D. Failure by the City to meet the time requirements herein shall result in the claim being
rejected in its entirety and shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
The signature below represents that the above has n review
L 'Pres 1 d nlf
Contractor's License No. & Classification Authorized Signature/Title-rimp-hy Kok:>er+�c
IQDD17onr�m (o-31-0
DIR Reference Number & Expiration Date
7"' E . Pc)b C, rt S, IQ
Bidder
IL -7-L9
Date
BOND #10-B
PREMIUM: NIL
City of Newport Beach
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
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 2 Contract No. 7173-2 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 IST day of NOVEMBER , 2018.
T.E. ROBERTS, INC.l��L®� pr�5ldp��
Name of Contractor (Principal) uthorized Signature/Title-P N1hy (Lobes
TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA
Name of Surety Authorize Agent Signature
21688 GATEWAY CENTER DR.
DIAMOND BAR, CA 91765 CHARLES L. FLAKE, ATTORNEY-IN-FACT
Address of Surety Print Name and Title
(909) 612-3675
Telephone
(Notary acknowledgment of Principal & Surety must be attached)
ACKNOWLEDGMENT
................................................. ■ 0 ........... a ....... a ........ ■ ■
State of California
County of ora.n4e } ss.
On before me
personally appeared
Notary Public,
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.
" )
Signature
KIM E. NEWETT�t
COMM. #2228431 z
w Notary Public • California o
Z Orange County
MX Comm. Expires Feb. 7, 2022
........................................ a ....... 0 ■ ...................... 0 . a .... ■ ■
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:
Thumbprint of Signer
Check here if
no thumbprint
or fingerprint
is available.
ACKNOWLEDGMENT
State of California
County of } ss.
On before me,
Notary Public,
personally appeared
,who
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their 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
■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ .. ■ ■ ■ . ■ ■ ■ ■ . ■ ■ ■ ■ ■ ■ . ■ ■ ■ . ■ ■ ■ ■ ■ ■ ■ ■ ■ .. ■ ■ ■ . ■ ■ . ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■
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:
Thumbprint of Signer
❑ Check here if
no thumbprint
or fingerprint
is available.
see heclly
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 11-1-18
Dale
before me, Lexie Sherwood
personally appeared Charles L. Flake
Insert Name of Notary exactly as it appears on the official seal
) of Signer(s
, Notary Public,
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),
LEXIS SHERWOOD and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s)
COMM. # 2203287 acted, executed the instrument.
NOTARY PUBLIC *CALIFORNIA
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 official seal.
Signature
Place Notary Seal Above Signature of ary Public exie erwood
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:
Travelers Casualty and Surety Company of America
ASW Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
"Companies"), and that the Companies do hereby make, constitute and appoint CHARLES L FLAKE of Anaheim
California , their true and lawful Attorney -in -Fact 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 3rd day of February,
2017.
.YG•y, t
�Na�Arry JP�TY Ak0 5
I1AR7FO
,024. J� wCONN. C
CWAM
�t m � ✓� SCAL
Y,yr.
State of Connecticut
By:
City of Hartford ss. Robert L. Raney, SSe or Vice President
On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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.
In Witness Whereof, I hereunto set my hand and official seal. G T�
My Commission expires the 30th day of June, 2021
Marie C. Tetreault, Notary Public
'19Y 01'F
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 Attorneys -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 Attorneys -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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect.
Dated this 1st day of November , 2018
.y���pllyC gJptTY gry�S 17�"�
Y g V C9
RTFOR0. W HARTFORD,. C
CONN. o
i
Y.sc
Kevin E. Hughes, Assi tant Secretary
ro verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached.
City of Newport Beach
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT
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 S ecifications 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 subcontractors as listed in the Bidder's
electronic bid 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. Bidder shall include current DIR
Registration Numbers for each subcontractor listed. No changes may be made in these subcontractors except
with prior approval of the City of Newport Beach
1%
1. �- C wt, lEo
Bidder Authorized Signature/Title-rtn--,OWUf R..nber+5
City of Newport Beach
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name Qobe - -LS
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the past
2 years in excess of $120,000, provide the following information:
No. 1
Project Name/Numbery'ts5&3fe R2e-AU(A' na am b ons 01;V7. �
Project Description 9b�lt� � 1t7+(1 �+n 11 �Q nF �r `�tr� IZP� i�tilA ' aboli's
Approximate Construction Dates. From 3-'1- To,
Agency Name City � Ana eIrn
Contact Person Tim 'r -J itj± Telephone
Original Contract Amount $ 2I'(,_OD,rinal Contract Amount $ 51Q_ .
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. 2
Project Name/Number �i,lSDli�
Project Description 1f.1Ve�9-tr���ln}�n— (av { A�rr,�rvr-l-
Approximate Construction Dates: From S- `- To:
Agency Name _ 11CL V o fiira In 104ir�Q _
Contact Person Telephone x !SS- Spq%
Original Contract Amount $,3a Final Contract Amount $ 3 t4
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 3
Project Name/Number Pha-S e 2�r 1t9�f-i.ibu 41or1 i�rn�c �t /S�
Project Description -tL'' d- p C A
r�. rQ.t t vn
Approximate Construction Dates: From To: V -13- t $
Agency Name r .m C+
Contact Person r4- �fn-uh q Telephone (qaq) '931- 7p5-0
Original Contract Amount $13�-�Final Contract Amount 1, 121.662-,
If final amount is different from original, please explain (change orders, extra work, etc.)
A,
1►y
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
Noj Nv
No. 4
Project Name/Number 3QjbuD/� {,janA 11�Qrlec Mello Rftlacemeilf, pha52 � �C'11'"l3-�
Project Description 4ii?l)` N-IZ" PVC 1n1aw o -e at►d a-gpyj - jiaptes W rYh res bt- ttLyl
Approximate Construction Dates: From i -' -1$ To: 13 j
Agency Name C i+A t1- f`1 AKL r~4' GtGh
Contact Person Nre As+Arlbt) Telephone (qq$ ( qlj- $3 1q
Original Contract Amount $1,50i 'Final Contract Amount $ 1,1494.12'i.
If final amount is different from original, please explain (change orders, extra work, etc.)
C hanae OrA-e+- on ar�v w a;rag ah-h6s vctrl cdrnm bid
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No, AD
No. 5
Project Name/Number Alar ,!5L af)al j�y.hrr �bl� '�ira�smt Inn �I Jel�ne�RGP2,ol�-
11��
Project Description °I nDD` 12'` 'DIP and ar�nur��r� cis �i M -4-h ,Pt�raitz
Approximate Construction Dates: From Z-01-13 To: S -1(x-1 $�
Agency Name �{' n� AraA hif i n
Contact Person V&14kd i n(.he2 Telephone (111 ) JU5;- -45-1-16
Original Contract Amount $-411,236Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
hy,p, n 0
der mn A a a a t Into U U a ed3l - s VA r -►e d iawh btal. 1vanfi ties
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.
Project Name/Number C0.11f d?P� N br �W aRr MMA _ lLCeft- -a+'
Project Description °1bD` i" PVC. 1nI Gl%x m_ Ato and armor i-matY.PS _ wT '1 rash Cal' w
Approximate Construction Dates: From °1-1-1::L_ To: q,EJ-0
Agency Name CI q n� Anah?-tm
Contact Person Kim 'fro n Telephone (TI4) 165' 40i�j
Original Contract Amount7Anal Contract Amount $ IWL 45 -�
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.
un ri0
Na
Project Name/Number .V�r��i 1�a�1�� 4Ay� akta' iU oun 122qiat:mcflt' j f2.(�O
Project Description t{ $$4` V PVC DI M11042, and apaw-iP.nG(. ces
Approximate Construction Dates: From ?1-'1 -13 To:
Agency Name Cjty oP W ht+k1 .-
Contact Person 6 u.l VI pyre Telephone (Z4 5(o-1' -qSZT
Original Contract Amount $!dFinal Contract Amount $ 1j C01 T99 S.,
If final amount is different from original, please explain (change orders, extra work, etc.)
khdl-"m hid a vamt ues
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.
wn) Nd
Project Name/Number C ! 2
Project Description valve- 30i,2u'4-enA nta s
Approximate Construction Dates: From - 17 To:
Agency Name C_!+4D1 -
Contact Person "t"r"zt n,A LeP Telephone (L2) 21
Original Contract Amount $151�'Finai Contract Amount $_? 1J41. U Lp..
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
Project Name/Number__FC-A RP(V(-�l Aker �IStYIbu-hbY1 i3 rK u l2t�t9jlty-Di� {
Project Description 3 ' 16" PVC
Approximate Construction Dates: From _ 3-13--17 To: 5-27-1'7
Agency Name �I,t ivth C nas+- wat -
Contact Person Telephone (li" LAgq ySS'S x 31-7g
Original Contract Amount $ Z.$(�F3?nal Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Mau,, Ord{ 6 anA. a " o -,l- Lam bid a 1nu* fhes
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
Project Name/Number S(?
Project: Description v
., rest�ru-hc
Approximate Construction Dates: From Z -3-1'7 To: 1
Agency Name
Contact Person Telephone S- L4120
Original Contract Amount $Final Contract Amount $ ,
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? if yes, briefly explain and indicate outcome of claims.
I
No.
Project Name/Number l gli4ievsS _ p jal„+
6g�fq 68;
Project Description Y� �
Approximate Construction Dates: From 1-01-17 To: Lj-3--1:7
Agency Name 161alex,
Contact Person _ 'MM & 1 Telephone
Original Contract Amount $j 1Fina1 Contract Amount $ i1 SF�'y
If final amount is different from original, please explain (change orders, extra work, etc.)
S
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. ---a"G�t1 I'%-p2� bb.�
Project Name/Number .r W, t&eS Id,C4r}(1-P A TI�
Project Description 7PAd A 11oytb imrf f_-A�� J °AC, Zia-ker sle�(iCf� 10-Wh
Approximate Construction Dates: From U -101 -Up To:
Agency Name LnIS+ til e3ly +
Contact Person b Jt A y A114 Telephone
Original Contract Amount $Y%LL* S•'Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
-
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
t o f4y
No._15
Project Name/Number�J�
Project Description _FLry-U VP An A ML:J en aVIA Jh '1sn'1% :`
Approximate Construction Dates: From 113-31ALa To:
Agency Name �±tlp Sin u
Contact Person _ N_n& Pm&nA4 _Telephone (323 510 ?r s110q
Original Contract Amount $_%S. -Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. LL 4
Project Name/Number V-lA eb nk�,a.e-l- lz ,,,ed iN a _},,
Project Description 1!41 n'kgi` l Re-. W�..� n ,�� -,�n QA i Y✓r�,,
Approximate Construction Dates: From 40 To:
Agency Name Sa
Contact Person _ MfJA4t Yur.r lei Telephone (G24. 114 $:11 g._
Original Contract Amount $4 Yi�Final Contract -Amount $ 2 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.
ki
No. 5
Project Narne/Number q jlrylrl+'S ph a n& 2, f - 1:� I _O y
Project Description 1 130 ` "
+ 1Lt r�aeS
Approximate Construction Dates: FromTo:-
Agency Name
Contact Person K a+i o- -Telephone ( qD0 3 q Sy. �f
Original Contract Amount $14.�,Flnal Contract Amount $ 2 2
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Didthe Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No , 1J (�
Nc--
Project Name/Number K&kIIQ f n expld-Aer Win
Project Description 3, 12 1L" 11 PSC—.12Q-nr JY rV.nfJ'-S.:NA ;J -h- rie:5+0rct,• 1c j
Approximate Construction Dates: From -7-12--1 To �rr�sS
Agency Name CA -'U b G d hLI 13�
Contact Person Kg rinra W1 ". Telephone (310. -32-q-0102,--
Original
2R-01O2Original Contract Amount $1.1%$1'Final Contract Amount $
If final amount is different from original; -piease-explain�(change orders,, extra wdrk etc:)
Did you file any claims against the Agency? Did the'Agency,fiile any claims
against you/Contractor? If yes,- briefly explairfand indicate outcome of claims.
No, N
No, l
Project Name/Number La. fin trrti Az2+1n v1 D1:rhrtbu-h Ua lmornuem-eMs /40 15!S?
Project Description -1, 41�` Zt}" I'YG, 3,2D2, t$" p�l�,'�, ' IZ" PV h. j4
mppw+enanots : And resfo"L+ich
Approximate Construction Dates: From To.
Agency Ram- e1111��I,�TiISTi,�Utl#e'JT��i1��wrL'sr)��f��r
Contact Perso n grux) KbrCA2L Telephone (10) -3T9
Original Contract Amount $S J'IV 0 "Final Contract Amount $ 'T3
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 calms..
No.
Project Name/Number 4Whr+h 5Jye_e f W alar- Va to
Project Description 2,1_4j01 12'i pip �_ qnn' V' Q lP a n A Otpyrnh aes
Approximate Construction Dates. From l3,,2a_) To: TR b ^_
Agency Name
Contact Person TelephoneX77
Original Contract Amount $-UU,g40 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.
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..F
Bidder Authorized Signature/Title Timof-hy G
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.
M 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 N 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 [% 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 ® 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 a_ ag inst your firm concerning your firm's work on
a construction project been filed in court or arbmtratioa?
❑Yes YV 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.)
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 [K 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).
7. 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 ® 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.
0 Yes ® No
!f "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 anytime 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 N No
If "yes," provide the date(s) of such findings, and attach copies of the Department's final
decision(s).
iifri0+-hI ,-Ove-
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?
M Yes ❑ No
T. F . XpbtsytS, In(- -_ a
Bidder Authorized Sig aturef- itle jjmwiy
Contractor shall attach a reviewed or audited financial statement and other
information sufficiently comprehensive to permit an appraisal of the Contractor's
current financial conditions.
Did you submit this as part of your bid?
Yes ❑ No
(71 a I -t ftnO
T !..nrk��. 1nG.
Bidder Authorized ignature/Tiflejjsober¢`,
2
Principal in Charge
TIMOTHY ROBERTS
General Engineering Contractor
License A, #603008
RESUME
Over thirty-five years experience in the pipeline construction industry, performing
construction management and general contractor roles. Experienced in construction,
renovation, and cost estimating within commercial and residential environments.
Recognized for well-developed project management skills and scheduled operational tasks
that enable project completion on time and under budget. Consistently deliver quality and
excellence in workmanship. Excellent safety record.
SKILLS
Project Management Cost Estimation Safety Emphasis
Client Focus Communication Materials Expertise
Tools and Techniques On-time Completion Customer Satisfaction
EXPERIENCE
T. E. ROBERTS, INC., Orange County, CA
1999 -Present
CEO and President
Chief Executive Officer and founder of successful pipeline contracting corporation.
Experienced in negotiating terms for new construction projects in both private and
publicly funded sectors. Manage completion of residential and commercial construction
projects in a timely and professional manner. Supervise crews of skilled heavy equipment
operators and general laborer personnel. Secure all required permits and contracts
necessary to complete the job in accordance with government regulations. Maintain strict
safety standards and procedures. Consult with clients on progress and issues. Select bid
lists include: San Gabriel Valley Water Company, Fontana Water Company, Suburban
Water Systems, Golden State Water, KB Homes, Rose Hills Mortuary and Cemetery,
Bellevue Memorial Park and the International Buddhist Progress Society. Client referrals
available upon request.
Specializing in water, sewer and storm drains of all sizes
• Manage value engineering process with client to ensure modifications to project
specifications continue to meet project goals and client expectations
• Received numerous accolades from clients for superior workmanship
• OSHA Certified Competent Person
• Certified in Trench and Equipment Safety, First Aid and Confined Spaces
T.A. RIVARD, INC., Riverside, CA
1983-1999
Superintendent, Foreman, Equipment Operator
Began as an Equipment Operator and advanced to Foreman and
Superintendent overseeing pipeline projects throughout Southern California.
EXCELLENT QUALITY - RELIABLE - SERVICE ORIENTED
Superintendent
JUSTIN ROBERTS
RESUME
Fourteen 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
First Aid Certificate, 7-11-14
Excavation Safety & Competent Person Certificate, 10-8-18
California Class A Driver's License since 2-18-09
T.E. ROBERTS, INC.
FINANCIAL STATEMENTS AND
SUPPLEMENTARY INFORMATION
Year Ended March 31, 2018
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
5-11
SUPPLEMENTAL INFORMATION
SCHEDULE OF CONTRACT COSTS
12
SCHEDULE OF UNALLOCATED CONTRACT COSTS
13
SCHEDULE OF ADMINISTRATIVE EXPENSES
14
SCHEDULE OF PERCENTAGE OF COMPLETION
15-17
SCHEDULE OF CONTRACTS IN PROGRESS
18-21
SCHEDULE OF COMPLETED CONTRACTS
22-23
SCHEDULE OF ACCOUNTS RECEIVABLE
24
SCHEDULE OF ACCOUNTS PAYABLE
25-27
�!'.1 U 1?,;rr.1-1c ,� 'L'.. •. ';tt 'r;tl. Ir, in;.,. 1. �� ') �(:�.-,
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, 2018, 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.
Friedman & Co., Certified Public Accountants
Irvine, CA
July 17, 2018
SL' i 1...•r. Ar , i;�.0 In 111. n, : t r --:.vl h11,11, '\,; ;1'11 if —
u i_ ( II,I ..iii . " i . d t Ii�.,•,I 1"ddi, ,i ,u?
T.E. ROBERTS, INC.
BALANCE SHEET
as of March 31, 2018
ASSETS
Current Assets
Cash
$ 195,847.53
Accounts Receivable
3,904,840.49
Cost & Profit in Excess of Billings
555,554.00
Advances to Employees
15,000.00
Prepaid Income Taxes - Federal
1,464.00
Prepaid Income Taxes - State
1,465.00
Total Current Assets
Property and Equipment
Equipment
3,847,285.00
Vehicles
2,774,489.00
Furniture & Equipment
50,488.00
Computer
31,430.00
Leasehold Improvements
531,798.00
Accumulated Depreciation
(3,408,259.00)
Total Property and Equipment
Total Assets
See accompanying notes and independent accountant's review report.
$ 4,674,171.02
3,827,231.00
$ 8,501,402.02
T.E. ROBERTS, INC.
BALANCE SHEET
as of March 31, 2018
LIABILITIES AND STOCKHOLDERS' EQUITY
Current Liabilities
Accounts Payable
$ 1,584,397.39
Credit Cards Payable
320,241.80
Billings in Excess of Cost & Profit
896,700.00
Work. Comp. Ins. Payable
105,804.12
State Compliance
38,327.86
Payroll Taxes Payable
25,237.10
Current Portion - Long Term Debt
415,600.00
Total Current Liabilities
Long Term Liabilities
N/P - Long Term Liabilities 1,103,998.82
Loan - Officer 700,134.05
Deferred Taxes 683,228.00
Less: Current Portion (415,600.00)
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 2,391,975.61
Net Income - Y -T -D 628,241.67
Total Stockholders' Equity
Total Liabilities & Stockholders' Equity
See accompanying notes and independent accountant's review report.
$ 3,386,308.27
2,071,760.87
5,458,069.14
3,043,332.88
$ 8,501,402.02
T.E. ROBERTS, INC.
STATEMENT OF INCOME AND RETAINED EARNINGS
for the period ending March 31, 2018
Year Y -T -D
to Date %
Contract Revenues $ 22,170,885.37 100.0
Contract Costs 16,039,605.91 72.3
Unallocated Contract and Estimating Costs 3,032,202.90 13.7
Gross Profit 3,099,076.56 14.0
Adminstrative Expenses 2,317,934.89 10.5
Income from Operations 781,141.67 3.5
Income before taxes 781,141.67 3.5
Provision for Income Tax 152,900.00 0.7
Net Income 628,241.67 2.8
Retained Earnings, beginning 2,186,017.61 0.0
Prior Period Adjustment (see Note 7) 205,958.00 0.0
Retained Earnings, ending $ 3,020,217.28 0.0
See accompanying notes and independent accountant's review report.
3
T.E. ROBERTS, INC.
STATEMENT OF CASH FLOWS
for the period ending March 31, 2018
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
Capital
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
Year
to Date
$ 628,241.67
(1,176, 906.99)
215,446.00
905,600.00
50,708.25
(105,729.00)
189,378.15
(265, 096.00)
191, 985.30
633,627.38
(1,786,362.00)
(1,786, 362.00)
641,424.73
205.958.00
847,382.73
(305, 351.89)
501.199.42
$ 195,847.53
15,258.19
45,913.00
See accompanying notes and independent accountant's review report.
4
T.E. ROBERTS, INC.
NOTES TO THE FINANCIAL STATEMENTS
March 31, 2018
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 Orange, 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, 2018
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:
2017 2018
Current Taxes $62,167
$52,671
Deferred Taxes 175,133
100,229
$237,300
6
T.E. ROBERTS, INC.
NOTES TO THE FINANCIAL STATEMENTS
March 31, 2018
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.
Advertisinq
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
2,447,583
1 — 30 Days
482,027
31 — 60 Days
7,412
61 — 90 Days
201,201
Over 90 Days
161,947
Retention
604.670
Total Receivables
3.904.840
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, 2018
Note 5 — Long Term Debt
Long Tenn Debt consists of:
5.479% note payable, secured by vehicle,
with principal and accrued interest
payable at $805.98 per month through
December 4, 2022 39,747
0% note payable, secured by vehicle, with
principal payable at $892.80 per month
through October 31, 2018 6,250
5.072% note payable, secured by vehicle,
with principal and accrued interest
payable at $1,383.76 per month through
March 16, 2020 30,268
4.573% note payable, secured by vehicle,
with principal and accrued interest
payable at $1,191.25 per month through
October 20, 2020 25,093
0% note payable, secured by vehicle, with
principal payable at $2,849.72 per month
through July 29, 2018 11,399
3.640% note payable, secured by vehicle,
with principal and accrued interest
payable at $793.87 per month through
November 17, 2020 23,454
0% note payable, secured by vehicle, with
principal payable at $883.34 per month
through April 29, 2020 22,083
5.038% note payable, secured by vehicle,
with principal and accrued interest
payable at $1,528.16 per month through
March 16, 2022 65,260
s
T.E. ROBERTS, INC.
NOTES TO THE FINANCIAL STATEMENTS
March 31, 2018
4.897% note payable, secured by vehicle,
with principal and accrued interest
payable at $857.17 per month through
November 29, 2021
0% note payable, secured by vehicle, with
principal payable at $1,864.17 per month
through September 12, 2020
0% note payable, secured by vehicle, with
principal payable at $762.68 per month
through September 14, 2022
4.993% note payable, secured by vehicle,
with principal and accrued interest
payable at $1,180.20 per month through
July 14, 2022
0% note payable, secured by vehicle, with
principal payable at $3,966.49 per month
through September 14, 2022
0% note payable, secured by vehicle, with
principal payable at $9,083.13 per month
through October 17, 2020
0% note payable, secured by vehicle, with
principal payable at $4,645.17 per month
through September 27, 2020
0% note payable, secured by vehicle, with
principal payable at $5,204.12 per month
through November 30, 2020
Loan to officer, unspecified terms
Less current portion
34,454
54,061
40,422
54,132
118,995
272,494
139,355
166,532
700,134
(415,600)
Long term portion 388
T.E. ROBERTS, INC.
NOTES TO THE FINANCIAL STATEMENTS
March 31, 2018
Principal maturities subsequent to March 31, are as follows:
Period Ended
March 31
2020
398,380
2021
220,807
2022
55,253
2023
13,959
Thereafter
700.134
Total
Note 6 — Related Party Transactions
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 — Prior Period Adjustment
The Tax Cuts and Jobs Act of 2017 changed the federal corporate tax rate. The Company's
deferred tax liability was recalculated to reflect that change and as a result a $205,958
adjustment was made to beginning Retained Earnings.
Note 8 — Date of Management's Review
Management has evaluated subsequent events through July 17, 2018, the date on which the
financial statements were available to be issued.
10
T.E. ROBERTS, INC.
NOTES TO FINANCIAL STATEMENTS
March 31, 2018
Note 9 - 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, 2018 are as follows:
Total construction
activity
Contracts
completed
during the year
Contracts in
progress at
March 31, 2018
Contract Contract Contract
Amounts Revenues Costs
50,937,739 22,170,885 16,039,606
Gross
Profit
6,131,279
19,548,355 11,038,453 7,353,563 3,684,891
31,389,384 11,132,432 8,686,043 2,446,389
Cumulative revenue earned through
March 31, 2018
Less progress billings to date
Included in accompanying balance sheet under the
following captions:
Costs and profits in excess of billings to date
Billings in excess of costs and profits to date
See independent accountant's review report.
34, 381,113
34,722,259
341,146
555,554
896,700
341,146
11
SUPPLEMENTAL INFORMATION
Contract Cost
Subcontracts
Material
Bond Expense
Training Fund
Dump Fees
Equipment Fuel
Permit Fees
Supplies
Tools
Equipment
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, 2018
See independent accountant's review report.
Year Y -T -D
to Date %
2,887,013.41 13.3
5,393,233.91 24.9
180,372.00
0.8
644.76
0.0
219,512.40
1.0
469,913.97
2.2
20,081.83
0.1
37,661.22
0.2
17,597.49
0.1
366,904.40
1.7
164,893.01
0.8
5,435,762.60
25.1
361,794.18
1.7
479,220.73
2.2
5,000.00
0.0
$ 16,039,605.91 74.0
12
T.E. ROBERTS, INC.
UNALLOCATED CONTRACT/ESTIMATING COSTS
for the period ending March 31, 2018
See independent accountant's review report.
13
Year
Y -T -D
to Date
%
Unallocated Contract/Estimating Costs
Indirect - Material
265,650.73
1.2
Indirect - Equipment
357,137.88
1.6
Indirect - Truck/Equip. Depreciation
905,600.00
4.1
Indirect - Overhead
636,328.25
2.9
Indirect - Labor
183,135.51
0.8
Indirect - Work Comp Ins.
23,613.70
0.1
Indirect - Liability Insurance
236,982.18
1.1
Indirect - Yard Rental
201,250.00
0.9
Indirect - Insurance
43,501.30
0.2
Indirect - Other Tax & License
103,247.07
0.5
Estimating - Payroll
69,230.03
0.3
Estimating/Bidding - Expenses
6,526.25
0.0
Total Unallocated Contract/Estimating Costs
$ 3,032,202.90
13.7
See independent accountant's review report.
13
T.E. ROBERTS, INC.
ADMINISTRATIVE EXPENSES
for the period ending March 31, 2018
See independent accountant's review report.
14
Year
Y -T -D
to Date
%
Administrative Expenses
Accounting Services
28,481.00
0.1
Advertising
16,468.65
0.1
Auto Expense
111,058.97
0.5
Bank Charges
3,937.60
0.0
Charitable Contributions
10,948.00
0.0
Computer Supplies/Misc.
22,224.67
0.1
Consulting Fees
24,454.94
0.1
Continued Ed./Seminars
3,019.74
0.0
Customer Relations
129,675.18
0.6
Dues & Subscriptions
20,942.03
0.1
Employee Relations
33,350.11
0.2
Insurance - Health
117,535.17
0.5
Interest
15,258.19
0.1
Janitorial
4,740.00
0.0
Legal and Professional
9,937.27
0.0
Meals & Entertainment
34,054.64
0.2
Office Expense
62,658.21
0.3
Office Salaries
447,271.81
2.0
Officer Salary
770,653.76
3.5
Payroll Taxes
92,152.13
0.4
Work. Comp. Ins.
11,580.79
0.1
Postage & Freight
3,290.08
0.0
Public Storage
500.00
0.0
Rent
178,466.94
0.8
Repairs & Maintenance
51,446.45
0.2
Telephone
27,213.91
0.1
Travel
66,095.47
0.3
Utilities
20,519.18
0.1
Total Administrative Expenses
$ 2,317,934.89
10.5
See independent accountant's review report.
14
o o $1 n g o o^ o o O O O O 0 00 0 p. O o 0 0 0 0 0 O 0 0 0 0 0 0 O o 0 o O O 0
�p h n cli ( Io a F r- 0 pmt
M 01 S O IW) t0 O ONE O� OI
o S R O O O N� 0 0 0 0 0 O o o[7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
aD N
d 000 V n 01 N n N co O
v E N OD C-4
0
W U
@@ N n C-0 pW tC4 a
D N tD ppA 1OO�1/ ttt N t� N N t��{ O W^ M 0 IO N N N O M O N Ar
fO f9 N O m 7 1D
lm9 n OOD Of N N tO 0 0 1[f m N 00 n Vpptyy Nn /D 1q 0 t� OD pp N 00pp �WW ((��1 tuO7 00
M n N M - N n N tn0 ^ to Na N � IA O N N v1 N Y O N co
N N .= N N VV tt70
%
O O O O O O O O M O O O O o 0 o O O O O O O O o 0 o p O O O O O O O o O O O O O
IO p�
U1 0 O to 01 O M 0 V N O1 10 N IO 00 C s! t
n of I� tO N 1pA V OSD N 7 S O g S n In N ID O /0 0 � OOND_ O m O Of N O t7n m Orl n
OD�
q m p
n O
nG
pp ��Vpp ttfrRr1 t1�R rRp p
N YN OD O' t7 O S O 0 DO O1 N M t'7 t�
N S R d 00D
a W m O
N M M a
�
o C
C
U
0 S co N co O O
O O O N O O O O O O O O 1- O O O O O O O O O O o
0 0 0 0 0 0 0 0 0
S
m
N ll W
t0 N OOff
07 tri N
OOII
p
P1
Gm
o
t+1 a
Imo-
o =
m O 0
0
t
W Q (i
O
U
M tp 07 t0 t0 � S
N 01 n OI N 1A tD
? N O
p tai p .gyp{ ttO� pp 8 pp W p� S tO�
O W 01 Ot 1N7� 1(7 N N �f7 O Of iO � N
pap tp� O S p
O
20
0 O
O1
m
�0gp0 Oma
a S l7 - 0 e-
.n- ch W try eM- O (O O
{{�� p�
00 O1 tfj 0 1� pp p- t00 O V N N
O O N O N 0�0 n N tO ^ Y7 Nv N
Ql t!f N O N lh t0
Oj l9 tn9 0
�
m
M.
C p
i` Y
OV N N OV �-
t0 l+f
@@ N n C-0 pW tC4 a
D N tD ppA 1OO�1/ ttt N t� N N t��{ O W^ M 0 IO N N N O M O N Ar
fO f9 N O m 7 1D
lm9 n OOD Of N N tO 0 0 1[f m N 00 n Vpptyy Nn /D 1q 0 t� OD pp N 00pp �WW ((��1 tuO7 00
M n N M - N n N tn0 ^ to Na N � IA O N N v1 N Y O N co
N N .= N N VV tt70
*99xAxaeAe*xx9ec*:R*Aeat
pOp {N{�� t� ttlO� tD tf1 O 0 M r tO M tN{pp N lQ N pMppp N N n t0 00 aV O (7 f0 Hf
M a d M Q M N N M/ V r tn�/ N r t+01 V M N V M M n N to t0 l+f M V !D M n S INfl
U
$_ W 0 0 0 0 0 0 ON7VI O G N O O �_ N o n 8 p O f� tN0 N tNp 01+f1 OD O t(1 N f0�/ N M V t0 V N S P Of 1�
}7�� tp� S ((pp O 8 ppb O Op OD n Opi ph tOyD O t0 t001 n yp .2 W rA a 0 t0 ' O n 0 W n M M C
N g" l7 t0 N t0 e- S to Y l? O N t(1 IA M 0 tq f0 l00 tm M N M 0 �- N N 0- 40 W N
~ U
b O S N pq IA S tND 001 O N N O^ p O C7 Ppl N ON l0 OI co O N Of
t r lO 000 R fD - 9 Q O to N a0D r V to - C 1n" v N N" N �- t0 O V N N t0 N
O' N N r N N
D]
0 W 't7
� W n
m w LO _ _p y0 0 ty W t�
U (l((ppp] U W sO LLp►� W J IL J Y U m^ N 4 Q S U My1 t O O 00 m 0 p Np OIpL- tl
U M m W - m O "� f" £ t0 a L 3 U N U }� OND O�i Q t0 (D CtD y�yypvD1 {qtp t0 10
o= Q U U Q U U o> 5 m= 3 a U J m J U U LL 3 U. U U U iS Cj U U U U
ZZ N N N 10 N v1 t0f01 N N N 1(1 to t0f1 N t0 N N t00 001 001 ID If1 to S N 1I! N 1� 1r U Ino u^ If1 t j �O
15
01
U1 0 O to 01 O M 0 V N O1 10 N IO 00 C s! t
n of I� tO N 1pA V OSD N 7 S O g S n In N ID O /0 0 � OOND_ O m O Of N O t7n m Orl n
OD�
(p
nG
pp ��Vpp ttfrRr1 t1�R rRp p
N YN OD O' t7 O S O 0 DO O1 N M t'7 t�
N S R d 00D
C
N M M a
�
00
C
�
O O O O O G O O
Z Q
EN
tD
E
p p p
NAOIn VSO SOlASSSS^S8oSS008SSOnfS00SS8889888$
Sp
Gm
o
Imo-
0
t
W Q (i
I� t M 01 000 I f 0^ n O N O N tD to
pG itpp
m N ((0pp 0nyy N IO S tf1 N 8 pn� pp Ooh o spy (p� {p t(�� (ppb
O �f N Q O7 N t? t. N Y/ f� N 1� 001 N tNf1 0 S N O
��� 1f) A
O
C13 q)L
�%
N
O
20
0 O
co O N M N M p Q fD O
p _ pppp��� �teNOD� O ng 0 n r-
tt�D� tp
N cgtA�
fp t'/ Uf f0 0 ' O eM- N 0 S M N
O R N N -Z i- N O N N tO h O m N .n- OO A tD ' lel OI 0 1�
(Q'�
U
Oj l9 tn9 0
�
C p
Q
c
V
d
pp 8 p a e� app p� �p pp Q
pp pp Ol 8 S 8 Q O O S O N �- �Op1 tPpi t� O OS1 S O Ol Of m O O OI iNO N O fO N D1 0 NN O l+f V Cl a O
O O O O m IO t4i a DI t� O tO O t0 Ol '- OD N h
G.
N
H
E
oO QO
pT 8S C tO�D 1� OO 1�
(np pp p pNp np
tN0 S S N S Ot tq N N N O N! em- CD YI i[1 V' `�-' 0 OND 001 N M M tp lnV t0f1 R ED
P1 t0 R
d
ut a 0
*99xAxaeAe*xx9ec*:R*Aeat
pOp {N{�� t� ttlO� tD tf1 O 0 M r tO M tN{pp N lQ N pMppp N N n t0 00 aV O (7 f0 Hf
M a d M Q M N N M/ V r tn�/ N r t+01 V M N V M M n N to t0 l+f M V !D M n S INfl
U
$_ W 0 0 0 0 0 0 ON7VI O G N O O �_ N o n 8 p O f� tN0 N tNp 01+f1 OD O t(1 N f0�/ N M V t0 V N S P Of 1�
}7�� tp� S ((pp O 8 ppb O Op OD n Opi ph tOyD O t0 t001 n yp .2 W rA a 0 t0 ' O n 0 W n M M C
N g" l7 t0 N t0 e- S to Y l? O N t(1 IA M 0 tq f0 l00 tm M N M 0 �- N N 0- 40 W N
~ U
b O S N pq IA S tND 001 O N N O^ p O C7 Ppl N ON l0 OI co O N Of
t r lO 000 R fD - 9 Q O to N a0D r V to - C 1n" v N N" N �- t0 O V N N t0 N
O' N N r N N
D]
0 W 't7
� W n
m w LO _ _p y0 0 ty W t�
U (l((ppp] U W sO LLp►� W J IL J Y U m^ N 4 Q S U My1 t O O 00 m 0 p Np OIpL- tl
U M m W - m O "� f" £ t0 a L 3 U N U }� OND O�i Q t0 (D CtD y�yypvD1 {qtp t0 10
o= Q U U Q U U o> 5 m= 3 a U J m J U U LL 3 U. U U U iS Cj U U U U
ZZ N N N 10 N v1 t0f01 N N N 1(1 to t0f1 N t0 N N t00 001 001 ID If1 to S N 1I! N 1� 1r U Ino u^ If1 t j �O
15
0 0 0 0 0 0 0? 8 0 0 0 2 W 0 0 �r. 0 0 0 0 8o O O o 0 0 0 0 0 0'D o o 6 0 0 0 0 0 0 5z
N o to g Iii �7i
M 10 N
O m
O O O O O O O V 0 0 0 tl� O O O O O O O O O O O O O O O O O O O O N O Oco O O O O O
t� C W1pp0 �j cel
4 1D N W O N M
N W U V Ck
N
a O O O O O O O O O 0 O O O M O O O O O O O v O O O O O O O O O O O O O O O O O OTD tf- O
.-
� N
H m
O C
U
O O O O O O O O O O O M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 5q O O r 0 0 0 0 0
C axG 117 a� m
_ m
U ppp pO �} p p� �O �O pp o �pO Nm op 8 8 S pp �p ��pp
�y{ ' pad m OND ttVOp O l+/ .N�{{ 10 l+f pCo co Ql YOf O N Vl O V N O N Vr] �O N p! aND ON1 NO V O lM'1 N N tp tp N �VNy) V
07 W t0 A OI r V M V O V r 100 N' A fmV .0- M (7 O/ N- p; N a t r � r O p1
O .- 10 N (V N l0
m p
tOOf 6 0 N O P! W Oco to O� M O N W S V m W p O N to O M N Opp p� spy �pO {pp7 cop W O mp N A W
C m p1 pOp Q�� In W W f+f t�f N m ip 1� a0D N O N 1l7 N V O N lrlf N 1f07 W 000_ m O r 10 �7 H0f 0�
co f O I
W 10 r 'm M N (N� 10 �p ttf 1l7 fV 110p I� A f0 t0 f9 l7 A Of A O ' A Wp ' Ol
S O N N 1� Q^ m 1p N N coW'- �- N N N M W M A N H M Ql
r0 ' r
Ie e g e e e e e e e e e e e e e e e e e e e e e* e e e e e* * e e e e e e e e e e e
W
e �p W AN 1 N�pp 00 M 01p q p't OD pO 0! N OD W t":m V O A q r 10 m W0 m m O O OR 'It 10 c0 O If m M
d
VOW Cl A 2 n
� R N 10 10 10 � V r V N 1$ h N (7 a7 N N N N Ip
N E O 0 OD 6 n N r O 1� fr0 N v01 O N 10 f0 A O V o OND f0 O 1 f /1.p� N 8 Opp ��OO 8 R /g r^ { rp �1 p -
9 01 � O �f OD O V! - - N O 19 co O
y1 m O) $ .- m P Q, 10 O Otl Oi O m M �{ M 1l7 0 .- .- M^ O N m 1p {p IA O 01 0 p N
1y p ly r Of W W I� N N M A OD N O r r
W F- 0 N 7V l0 0
U
O? a0 O O 1h 1p O f� m N c,� N 10 O O 5� 1U 5Q� 00D_ O V O m fV I� mpp Np� m m
W 25 2S a5 as t� 6 � A r 0li O tNn m
V ao 17 ^ w ' o N 1n of pp ui epi r t� of ui g o ri ei tom' of ' C vi r ID o A o r ao 10 ' of tom+ °t
'C N N N T N M R' O m om^ N N N �- N r M to N r 1 0
a 1110000 m �` N
C �
m
w
O (D y v a
@ C Y m a U Q H C
}SSS ^ m 10 u' Z W W E O J •... J LL m IL J 0. — J >. LL Y LL J LL LL m O LL A m 0/ r- w O
{mp m m M d W N O> 10 pmt 1 m) W l0 M O/ T� N1� ttO0 Qi p1 N V N _
C.1 IM+ ( f � O m J � 9 a g$� � M Q Ap 6 W >` U N W M A tp � V m 0�� N 8 (7 iy O O! N m
0 m a O J � m C amD m 10 V tV O m
U� E U�0 E1OUOZU0C) G L)UOYUUUU� vU �o�pN'cmicW)=U
2 CL
N N N N fh /� rNi rMi t0 of 1.A� 1m+� 1O�t V V V V V Q V V N 10 100 YI N N N
A ^ r r r r r r A A r r r 1� 1� I� t� 1� 1� A A r r r r A r r r A A r r r A r
Z to b h h N N 10 10 N N N N N m H h N N to h N N N W N h N N N w N h N m W W N N N h h N m
16
m {Nn pl
11pp 11pp N 11pp N O1 N A V M O pl {�! f0 A Y� N 10 O N
<0 O Yl 100_ O N n 10 O
Nq
11pp
A X
<
0
m p
m W 1p m 6
.�- _
/r� a tO N 0 0 07 Of Oa r oo W O N L At0p m 1 10 Cl! � Ny W
n N t0 N n to Ol N 10 K a0 N .� N A m 00D fA0 0 v P! N O N N O
O
00.
p, °
fffVVV
C
m
U t !�2N
O ON
pp
m O 9 9 ,pOp
0 O O O f�D O
9 gO4$ 440 0Z
i
_
m
8g28o88$^
1N
6880"18888696 888888588"88r99C499988E
�
H CO °'
M
Q
W 0
W° (`
O f0 f0 m OOp1
Cm n V
Ol A IO o m Ol N (Ny {p� ppb pA 1pp A N Ipp� /p f0 fV pN ��O{ Q aW� tp Opp 1ppp �1Op Op
N r N a7 m 1c01 N /0 N tD 10 O! N V O C NW f0 N N
ui
N
O
O
O QI O) V OD l+rf N O�f (gip O lq M O
N G m m N O ID of ^ ^' O 10 m A
f'Qw
Q
O G'
G
C O
Q
N N m .- l0 N
C 6
c
d
O A f0
W N Ol
M r 6 CI N l9 N O S ' � O.}t f0 m pppp �tpp N O M m Of A O O_ 1Q1��1 a1pppp SS !7 W M O W A pp$b M
m cm N m 10 O N 0 r Oto
O�
C
O
p p
/O W W N S
/ p O o p� 01 0 0 aWD� O pr/ OMl r G O N O N N m N N 000
A N M N f0 N O (�! °' �' R `a+ N O 1L7 dD N �- N tri A ID N Q fD N 1� M Q O In O
1100 '- co fV
m
C
N
0
N N (0 ``��'' M N N N
wa
Ie e g e e e e e e e e e e e e e e e e e e e e e* e e e e e* * e e e e e e e e e e e
W
e �p W AN 1 N�pp 00 M 01p q p't OD pO 0! N OD W t":m V O A q r 10 m W0 m m O O OR 'It 10 c0 O If m M
d
VOW Cl A 2 n
� R N 10 10 10 � V r V N 1$ h N (7 a7 N N N N Ip
N E O 0 OD 6 n N r O 1� fr0 N v01 O N 10 f0 A O V o OND f0 O 1 f /1.p� N 8 Opp ��OO 8 R /g r^ { rp �1 p -
9 01 � O �f OD O V! - - N O 19 co O
y1 m O) $ .- m P Q, 10 O Otl Oi O m M �{ M 1l7 0 .- .- M^ O N m 1p {p IA O 01 0 p N
1y p ly r Of W W I� N N M A OD N O r r
W F- 0 N 7V l0 0
U
O? a0 O O 1h 1p O f� m N c,� N 10 O O 5� 1U 5Q� 00D_ O V O m fV I� mpp Np� m m
W 25 2S a5 as t� 6 � A r 0li O tNn m
V ao 17 ^ w ' o N 1n of pp ui epi r t� of ui g o ri ei tom' of ' C vi r ID o A o r ao 10 ' of tom+ °t
'C N N N T N M R' O m om^ N N N �- N r M to N r 1 0
a 1110000 m �` N
C �
m
w
O (D y v a
@ C Y m a U Q H C
}SSS ^ m 10 u' Z W W E O J •... J LL m IL J 0. — J >. LL Y LL J LL LL m O LL A m 0/ r- w O
{mp m m M d W N O> 10 pmt 1 m) W l0 M O/ T� N1� ttO0 Qi p1 N V N _
C.1 IM+ ( f � O m J � 9 a g$� � M Q Ap 6 W >` U N W M A tp � V m 0�� N 8 (7 iy O O! N m
0 m a O J � m C amD m 10 V tV O m
U� E U�0 E1OUOZU0C) G L)UOYUUUU� vU �o�pN'cmicW)=U
2 CL
N N N N fh /� rNi rMi t0 of 1.A� 1m+� 1O�t V V V V V Q V V N 10 100 YI N N N
A ^ r r r r r r A A r r r 1� 1� I� t� 1� 1� A A r r r r A r r r A A r r r A r
Z to b h h N N 10 10 N N N N N m H h N N to h N N N W N h N N N w N h N m W W N N N h h N m
16
C
O
z o0
N
U) O
w M
UJ m O U
N �p
00)
cum
C �
U �
a
m 0 m O O 1� O O M O m f` m N N to § N G
�_y O/ 5 Oa N m. s I In m a0f0 O O 100 Q1 m O
N O O p^1 tN m r h � Npp �(0yy0 Q GD �D O
N ^ N Q m N Um7 N (D %d P 06 0 O N N N 10 O 1. O I tG
Q M Cl M — 1N n fV cm w W Ip
* O O 0mmp 0 O O o 0 0 0 O O O n o 0
1!mNm o w O O 1
UMfN W 0ONM — Q 0
U; Cli N
M ^ IZ ci
N
D O O O O § O O N O N O O Y1 O O O at Q O" O O N O 1000 O O O O
M tppp
N Q M N M i0 0 0'1 N ^ 0
a pp ��p m o cli i S� rnryi v c W 8 o g n o 0 0 0 5Z c^ �_ o c 0 0
Ln
? m f9 N m O i r,o A V n m coI,: f9 N 2(J5 F--
do
:0o OD N
(0(pp1 1y� OM1_ so {Vm 10MR f0 IQ � 1pm�1 M (l'p7 Ip p� O � pO pf � M N {O7 O � IOp � � pO1 � � � 8 N �
OI N o m 00 G m m N Q N A 01 O Q N m lV m - tt lel m V - N
OV {V N
NOD 0 fD 10 M 52 F- r 1Q �P7 V Oq O O�i N t7 O l7 V: N A O N a0 N oND �� n-! V Q
f N O H a � 1` O C) Q lO7 f0 Cl N m Q 00 O v CJ C• N LO
� fD
eeeeeeeeee a eeeeee xeeeee ee
7 oOo N M m pOp aM pO pO t0 e- 111��p ��OO Ip (p ty Q tp N � {+� 10 O M �I1ppp 17 (y p
7 0 W m^ O i0 O O OW0 co S A ID IN7 OM1 M N n N N 0� 0 �- m n 0 0 10 .O.• 8
• N A cn O 1I1(�(11 ANO Q N F- Q 1? W Q N O D np Of m f0 O h 1p N N r
I P N N m 10 Q N M N U7 Q n N O Q ��-• M O W
co f0 t0
pNM m r C• O 1p 1� 1� �0 O Q m h pp 8 f� ' 1 O. �m h M 8 N 1ff O 8 {ay 1p O A NO h
p h Q �Nt O 10 IC- n N Q N QyQJ P fOV O 0lN+yf 1� 1. O O N /0 001 O alk O t� 000 00 10 W
N r m l7 ^ r Cm) r N 10 a Q 0 N N 1n0 m N .- 10 C-4
0 N O O IG O Cj C•j 1C
0 N ry v 1� ID Vi 17
eee$eeeeeeegeeeeexeAeeeeeeeeeeeeee
NN Q 10 fmf�� 00 10 �{Mpp IA LQ M 0 1- N 0(Myy Q (p �Qp pA co N Q pmt �tpp O 10 Y7 c0
/7 0 N {p C N M^ N N d1 V e-- N Cf /D h m m' N N O ID Ci 41
Q f� 00 N tD
pAp C1 G p Op { Atpp - Npp A O �W- T ONl (N1pp O N O O C n� _ O p Op ttOpp O ff7 Cm! N VO1 N O 0! O V m
P N N N tD N M n N Imo f0 {p7 N N N N N oa N 17 N N' { A7 NLff 0^z cr � n
N M O 1� .- N Q N Ir N M N N O1
1�p7 S {0p� ppb 00 IO O t7 h 8 pq h O � tp0p c0 N O l� N IV
pp {m{p �l �(Y1 M Q 1p lN7 Q 1p� �O7 l+l QQ A r 100 O O f0 CNf 1p mm 0OD a A N N
m Cl N 0OD A M 0 a A Q n N n 0 l7 V l7 C p P i mN�
9pop N
l7 Q� N 10 !D � 00 N Q C-4 O M 0 v
a� 'O U _ p q
11. N YI E m {D A J N J W m J Ol 11.
CMM
11� gni 3
Iclum o5 gmoo m
m
(L CO
3cam
zomg
n n n n n n n n
N 11 U N w N 0 1f h h N Ip N Y) Y0 N N N N N N m 1p VA N H m N Vn 10 m N h
r
17
0
« 0
N
N
W U O
O O m O 0 0 0 0 0 0
0 0
0^ 0 Ip N o n r
O
8
n
O
m
Lr)
0
1 ) c7 10 e- fV 1,-
to ONl Q Of
N
N r N
M
_
L W
p �p
8 2 M
(0p7
Ol fV Q Q tOD Of
i0 /pV
((Ipp 1A
N M N M
(pp pj
1(j G" CO
U
U m
m
m
m O
IZ
m 0 m O O 1� O O M O m f` m N N to § N G
�_y O/ 5 Oa N m. s I In m a0f0 O O 100 Q1 m O
N O O p^1 tN m r h � Npp �(0yy0 Q GD �D O
N ^ N Q m N Um7 N (D %d P 06 0 O N N N 10 O 1. O I tG
Q M Cl M — 1N n fV cm w W Ip
* O O 0mmp 0 O O o 0 0 0 O O O n o 0
1!mNm o w O O 1
UMfN W 0ONM — Q 0
U; Cli N
M ^ IZ ci
N
D O O O O § O O N O N O O Y1 O O O at Q O" O O N O 1000 O O O O
M tppp
N Q M N M i0 0 0'1 N ^ 0
a pp ��p m o cli i S� rnryi v c W 8 o g n o 0 0 0 5Z c^ �_ o c 0 0
Ln
? m f9 N m O i r,o A V n m coI,: f9 N 2(J5 F--
do
:0o OD N
(0(pp1 1y� OM1_ so {Vm 10MR f0 IQ � 1pm�1 M (l'p7 Ip p� O � pO pf � M N {O7 O � IOp � � pO1 � � � 8 N �
OI N o m 00 G m m N Q N A 01 O Q N m lV m - tt lel m V - N
OV {V N
NOD 0 fD 10 M 52 F- r 1Q �P7 V Oq O O�i N t7 O l7 V: N A O N a0 N oND �� n-! V Q
f N O H a � 1` O C) Q lO7 f0 Cl N m Q 00 O v CJ C• N LO
� fD
eeeeeeeeee a eeeeee xeeeee ee
7 oOo N M m pOp aM pO pO t0 e- 111��p ��OO Ip (p ty Q tp N � {+� 10 O M �I1ppp 17 (y p
7 0 W m^ O i0 O O OW0 co S A ID IN7 OM1 M N n N N 0� 0 �- m n 0 0 10 .O.• 8
• N A cn O 1I1(�(11 ANO Q N F- Q 1? W Q N O D np Of m f0 O h 1p N N r
I P N N m 10 Q N M N U7 Q n N O Q ��-• M O W
co f0 t0
pNM m r C• O 1p 1� 1� �0 O Q m h pp 8 f� ' 1 O. �m h M 8 N 1ff O 8 {ay 1p O A NO h
p h Q �Nt O 10 IC- n N Q N QyQJ P fOV O 0lN+yf 1� 1. O O N /0 001 O alk O t� 000 00 10 W
N r m l7 ^ r Cm) r N 10 a Q 0 N N 1n0 m N .- 10 C-4
0 N O O IG O Cj C•j 1C
0 N ry v 1� ID Vi 17
eee$eeeeeeegeeeeexeAeeeeeeeeeeeeee
NN Q 10 fmf�� 00 10 �{Mpp IA LQ M 0 1- N 0(Myy Q (p �Qp pA co N Q pmt �tpp O 10 Y7 c0
/7 0 N {p C N M^ N N d1 V e-- N Cf /D h m m' N N O ID Ci 41
Q f� 00 N tD
pAp C1 G p Op { Atpp - Npp A O �W- T ONl (N1pp O N O O C n� _ O p Op ttOpp O ff7 Cm! N VO1 N O 0! O V m
P N N N tD N M n N Imo f0 {p7 N N N N N oa N 17 N N' { A7 NLff 0^z cr � n
N M O 1� .- N Q N Ir N M N N O1
1�p7 S {0p� ppb 00 IO O t7 h 8 pq h O � tp0p c0 N O l� N IV
pp {m{p �l �(Y1 M Q 1p lN7 Q 1p� �O7 l+l QQ A r 100 O O f0 CNf 1p mm 0OD a A N N
m Cl N 0OD A M 0 a A Q n N n 0 l7 V l7 C p P i mN�
9pop N
l7 Q� N 10 !D � 00 N Q C-4 O M 0 v
a� 'O U _ p q
11. N YI E m {D A J N J W m J Ol 11.
CMM
11� gni 3
Iclum o5 gmoo m
m
(L CO
3cam
zomg
n n n n n n n n
N 11 U N w N 0 1f h h N Ip N Y) Y0 N N N N N N m 1p VA N H m N Vn 10 m N h
r
17
0
« 0
N
N
W U O
O C
U
•t ar
V
N 0. «�
= � o
m m
U
m
m
m O
m p
0
W
m W O
w
A
d o
Q o
O ;
U
1
OM
C «
c `
«ro O Y
Q
ay
w a �
u
M
C C
' G
� � CC
O
N
U Q'
WTS1-
0 0 F
U
c
0
n
m
U U
Z O 7 N
2
m 0 m O O 1� O O M O m f` m N N to § N G
�_y O/ 5 Oa N m. s I In m a0f0 O O 100 Q1 m O
N O O p^1 tN m r h � Npp �(0yy0 Q GD �D O
N ^ N Q m N Um7 N (D %d P 06 0 O N N N 10 O 1. O I tG
Q M Cl M — 1N n fV cm w W Ip
* O O 0mmp 0 O O o 0 0 0 O O O n o 0
1!mNm o w O O 1
UMfN W 0ONM — Q 0
U; Cli N
M ^ IZ ci
N
D O O O O § O O N O N O O Y1 O O O at Q O" O O N O 1000 O O O O
M tppp
N Q M N M i0 0 0'1 N ^ 0
a pp ��p m o cli i S� rnryi v c W 8 o g n o 0 0 0 5Z c^ �_ o c 0 0
Ln
? m f9 N m O i r,o A V n m coI,: f9 N 2(J5 F--
do
:0o OD N
(0(pp1 1y� OM1_ so {Vm 10MR f0 IQ � 1pm�1 M (l'p7 Ip p� O � pO pf � M N {O7 O � IOp � � pO1 � � � 8 N �
OI N o m 00 G m m N Q N A 01 O Q N m lV m - tt lel m V - N
OV {V N
NOD 0 fD 10 M 52 F- r 1Q �P7 V Oq O O�i N t7 O l7 V: N A O N a0 N oND �� n-! V Q
f N O H a � 1` O C) Q lO7 f0 Cl N m Q 00 O v CJ C• N LO
� fD
eeeeeeeeee a eeeeee xeeeee ee
7 oOo N M m pOp aM pO pO t0 e- 111��p ��OO Ip (p ty Q tp N � {+� 10 O M �I1ppp 17 (y p
7 0 W m^ O i0 O O OW0 co S A ID IN7 OM1 M N n N N 0� 0 �- m n 0 0 10 .O.• 8
• N A cn O 1I1(�(11 ANO Q N F- Q 1? W Q N O D np Of m f0 O h 1p N N r
I P N N m 10 Q N M N U7 Q n N O Q ��-• M O W
co f0 t0
pNM m r C• O 1p 1� 1� �0 O Q m h pp 8 f� ' 1 O. �m h M 8 N 1ff O 8 {ay 1p O A NO h
p h Q �Nt O 10 IC- n N Q N QyQJ P fOV O 0lN+yf 1� 1. O O N /0 001 O alk O t� 000 00 10 W
N r m l7 ^ r Cm) r N 10 a Q 0 N N 1n0 m N .- 10 C-4
0 N O O IG O Cj C•j 1C
0 N ry v 1� ID Vi 17
eee$eeeeeeegeeeeexeAeeeeeeeeeeeeee
NN Q 10 fmf�� 00 10 �{Mpp IA LQ M 0 1- N 0(Myy Q (p �Qp pA co N Q pmt �tpp O 10 Y7 c0
/7 0 N {p C N M^ N N d1 V e-- N Cf /D h m m' N N O ID Ci 41
Q f� 00 N tD
pAp C1 G p Op { Atpp - Npp A O �W- T ONl (N1pp O N O O C n� _ O p Op ttOpp O ff7 Cm! N VO1 N O 0! O V m
P N N N tD N M n N Imo f0 {p7 N N N N N oa N 17 N N' { A7 NLff 0^z cr � n
N M O 1� .- N Q N Ir N M N N O1
1�p7 S {0p� ppb 00 IO O t7 h 8 pq h O � tp0p c0 N O l� N IV
pp {m{p �l �(Y1 M Q 1p lN7 Q 1p� �O7 l+l QQ A r 100 O O f0 CNf 1p mm 0OD a A N N
m Cl N 0OD A M 0 a A Q n N n 0 l7 V l7 C p P i mN�
9pop N
l7 Q� N 10 !D � 00 N Q C-4 O M 0 v
a� 'O U _ p q
11. N YI E m {D A J N J W m J Ol 11.
CMM
11� gni 3
Iclum o5 gmoo m
m
(L CO
3cam
zomg
n n n n n n n n
N 11 U N w N 0 1f h h N Ip N Y) Y0 N N N N N N m 1p VA N H m N Vn 10 m N h
r
17
U)
CO
W
co
C�
o
N
I
UZ�
Z�LU`
OZw
0 �
w (L .0
1- O a
W �
J
Q L
W
CO
w-
06 c O N N
N N w 0) N
+. + W C
00 2- Ax`mQ
W
c '~
� N r
c NN O 0
m m U a o
O
e 0 O
U
0 a.
w
N
E o
.= U
w F-
U
Of
U
.n O
-5 Z
000000MOOO T OOOOOMOn �'n000tDOO)MO00OOn00 ap
w IT 0) 100 N O O W CO O O M
P% C O M T (p O 0) O a0 N (D O N
to T N T N T rl:OD U) � 0
rn v
T T
�(mo 2 00 N w O O n Vw O n N mm O am O O a w n Oa r O a- M n w O am M O
rUo)Ncro -N MM0 MD m Moo O 0300 v0) N r
(D r Cl) O N 00 N � C7
O O N )(9 M O T O M T t} ti s} r tD N (C) 0 tf (D (D (D
I- r- 'T T M M M d• r M T M It (o N T M
M000) -(D cc0OnMOrNNnc, 0 C co 000MOOOn(DTOva0O
N O n 0) N 0 N O N r 00 r 0 00 0 N 00 n ' t N O N N O
�Y
NCR M d' CCc cl M (D T (rJ O O Cn O N r 0 (D M M r 0 Ip (d n
n CO M O M 0) N O O O 00 0) r 00 0) M (O 00 M 0) it M V T cc) n O
00M M 0Lnr N��^ ��,N Mr"nrrMN O nnTao Cl)
00 00 r r r
Nr
ee e e e e e e e e O e e e e e O O e e e e e O e e O e e O e e e e e O e
(D 'T N (M 0) 0) T O 0) CM T O 0o M 0 N0) Co O N c0 0 N O n (D N O 0) (D 00 M N M� (D
N n Q) n T V c0 0) n O O (o 0) N0 T O 000 (D (0 00 00 n (D M 0) N
T T
A O O O O O O O n O O p N O p O O p O O O O M M O O T n O n T 0� 00 n O q
OOnopOMOMOppOMOOOOOd'OrONNOOr(DnNetn NOOO
0 0 0 0 0 0 cO O r (I 00 T O O N 0 0 0 0 0 a 0 0 0 0 d 'c o m � I� Cl! � M
O O O
O O N st O O O 00 (7 O 00 N O f� MOO O (n O T n O M T n O v v 0) )C) 0) 'T 0o N
CO(O CO (D O� M N V r 00 co 0) N O r O T N T r 00 M n n M
T Cl) r T r 0) N (D r O r (D r
e e e 0 O O O O e 0 O O O O O O O O O O O O O O O O O O e 0 O O O O O O e
N n 0 00 O 'd• N
MM V NNTMTMrrTMTTTMNT�-N(D MA M Tr V N V - CC) 04
0 0 0 0 0 0 0 0 0 0 O a 0 0 0 o n O n 0 0 0 n O O T O 0 0 0 0 T W p M 0 0
O A O p A Q p O O r O g M O 0 O o0 x 0 0 0 0 O O ((oD O O O O O N O p p 0 0
000000000000000 n TO(D000 00(?0000-004004 OO
O O O co O O a p o n cQ ti n 0 0 (O M O 1% LO co M O 0A M 0 0 0 0 L% O (D c N )A (p
Co 0 0 (D N O 00 O O (D O O) O (D CA T n CO N M O O N N fl- Cl) co (D N N Nit
T M O N r 0 CO M M M M r (D C
T r T to N r r
o a a) o p A o o n co 0 o N A a A n o n o o g o ao 0 o T n o n (D T o ao a A A
O n O O O M O M N 0 0 0 0 0 0 00 O O T A n r p N T (D n N N 0 N N 0 0 0
OONOOO�O00OQtpOfO�OMOMQ(OOMMO(o nO���MOM(DM�
00CDO0000Nr0OD C14C) W M T n NOOMOnrMMNN_n �nrM
T T
T N T T (D N T r T
HE
a�
.n
M
c U c U
_ c — 0 CO m c'S
@ CU tJ- lC CO LL. (1)
N - n 0C1 -� o MO cJJ
Q c20U wmUw y0� WC>v (`o mUQ�? O0 ocn-UM"wwv yW,8 Wa �,��
2 0 v, M mn cU ayto a c< N c 3 c�,�(h� c(rn= `NM moCOoa°'o� c c a
E o=ap�U ooU=U�0 E d EC) x �_ a 30 o m m oa�
d O Q- Q V �U �U JN-aUUv NUU E
N O .D C O O N N❑ (d ❑
(moo y v0, d��(to
>
c— o M o IV CD:EocoZ '0 2,U(nz '(oUC�L(� �(�Sna0m(.7C7.>_U 20(D c
Qc9Ix(nzz(n0 c7o0o2-c�<wC MCTLLX w 0w- b z w w w w 0w<
NNOMO(DnOr(DOO MOO�Oao OaDr(pnOOT noOOrNM V'(D
tDN(DN (D 0000rTOCD TrNNNNc'tv 0O0000 (D(Dfl- nnnnn
CD NC-4fMinow ooI-nnnnnnnnnnnnnnnnnnnnnnn
0 0 0 M 0 0 0 0 0 0 O 0 M M 0 0 0 0 0 0 0 0 0 O 0 0 O M O 0 0 0 0 0 0 0 0
18
w
co
C� r'
00
N
UZ=
Z `
M
pum
Ix 9 'a
LLI
OZw
Of O
LLI LL ,O
�Oa
W
J
W
C, 000N000000tnOlh00
Cjf O y 0 00 r N M O r it M r
N W O) .r h M r O ^ C Iq R
N= 4)= MM M r N rCV
0 10-
20 X m 0 r
m
n
O O
0
w d
0
a
E to (D
U a
N E
wHU
0
N O
a, ,U
o d
U
C
O
U `L
CL
oCD
M
0 0 0 0 00 00 0 0 O � O 0 0 0
V 0 O N N to
co r N LO Op
M ti r
000oM00O OU)O�0001�
to to O O r (O O
0
M It[ N r M M
LO
\ \ \ \ \ \ \ \ \ \ \ \ \ \ \
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
N N O NV O r cr0 N O (CO r r r
M O M n M O t, to O d 0 O N t-
rrI�0MrOMti0m000r
I�rf�00N(0000t�0o0 (O OR
Oe r*-MOr(OtoWOO(OOMN
r N O r N r N r U7 r 00 In
c o 0 o u o 0 o c o 0 0 0 0
r 0 r M c0 r (O r 0 ti O h
MN M CD V h r M N r N
MMppOOOhOOlntn vOO to
N0 0 0 r- O W M 0 N 0 0
ai.-Ooo ovonLdLd
N N ut N M N M N N N� 0 r
O 0 0 m r- Q CD r- Q w w 0 0 r- N
0 0 1,- 0 M O O 0 N 0 Lo O v tel' t o
V hnOOO(O V MtoCli0Ot`N
'It Npti0)tnN(O0N I-torrMr
M (O CO 0 0 CO to CO M O O r CO
-J CO
CD n.m Tti00orn Eamu.:?
T 4) O 6 N N L n r0 O W 3 t
J 0
Z� UZ 07C W:C
U0C) E
cel
0Q 5CS0UooED0 c
ncn�cncn0�wcncncnU-¢
1-- co 0 O r M It 0 co Go 0 M I to (O
nz
to to to to to to to to to to toto a LOU)
Im
N
r
BI0
0
a
N
N
ID
y
c
r
C
07
U
N
C
d)
v
C
CX
N
C
U)
19
W
� ao
00
� N
CL T.-
UZ2
Z L
LM
O Z W
O -0
WO
LL C
�Oa
W
J �
D +..
Q L
W 'o
C0
O 0,r --C Cp0(DN O OhtoM W m O O W M V M(DOm V 0u7hmMt`M W u7
I` N O t. W I` I- N O W O W M tO M
N ir-
N I (O O CD to V' 'l (A r O (p W W N 07 N Oo O (D Cp M 00 M W M M O O Q) N M
O O C N I` 0 0 W r M r V V (O v m r C7 f` N to O V O 1- CV h C6 Ni to (D M r
(O CO V r m M W W LO O h N M N r r to r m M M r M
a M r M r v N r r r to
NW O^O O O WO
MMW M �MW01- O NOW O m W I` o Mrt-N0 M 0W
m m
O C r c 0)I` W Mt�I`CD0 04 )NWNMM'VOhhmotovMNrO r CO h
N W N "0 to CYT I• O W W tD dr C r r O " CO CA M tp to to (O 0-
N t` COr) t`' N 0V M to V V mO NOU tN N V 00 O
3
co CO (D r r
O} M O
N N U O
M U
o 2
U-
O tnp Nr Wh I0p` rN WM M(D Mm OO rCq'OM Om rM mCA rm VW t`VWO OO WM rW VO NM mM WM MM MM 9M OD Or tt`- m� m
N M O (O MCM r N 0 0 (D O CO M to M to CO V O M G to mO OM
0
N D mh0)0)r CV 00 0) CO t-
0 W tutor WmNW (+i CO (Dt`MO W W 0 C O
7 0 N V `'' M co O W M LO N M LO O r ti CO LO CO to to I- M V
C N M t\t+ M r N t` to N r m 1,- 04 r r
r r r
NW
(Q0) VtOI`(0mtoOOMto0co co WMstOM(OM V MtoOM V OtonmMhM W to
uu�7 r r W O M CO r M N O m h CO M LO m CO N m I� N N Nr W CO r O 1, m W r M W O
t• to I` IT CO N V_ It CO W) r N r m to N t: N CO O (D CO M CO m (D M Cr) I` O V: O M N M
a+ O N r rr� tp N W Ch 6 ((pp 1C) r O t` N to O V7 O ti CV t` CO V to (D M r
O (YQ rTM0) t` ((DNM It OD C14a^- 04 M Nr —to �MM Mr M
L
0. O
00 M O m ti f` O CO O M N O O CO CO rN 1- 10 V r M tO V CO r 0 CM M N M CO M M co
r r W r- N O to O f` CO M CO N r O N CD O M 00 h m m r r h MN W CD N CO W M co
rO N I N O�NV:gC'jI hmtOrrNMNr(DN0M V OhI`M Mto V M N— 0 r CO I`
N O "O to O W M M I` ri h r 0p I` 00 r Ch r r O r- CO M m M W to W 00 Is D et M (V C
t--. NWtOMN V rl-m V 0II`ON N W
7 r' U` m N V r N N N r M r tp to V ��.. V (O N COW r
Es r u r r r
U~ U o c o
ca Q
2
m m M M V� O Cl) M O m r V O m M 0) tO CO I- V O O M W O M m M M V M M O r I` t` M
CON W V MM(Dr-m0Mrto0 rtor N W to CO r N M WMW M toot` W M
Nl�hmO(C1-tiMNOMthO W Mm0)W) W V 00) Lomcocor-r (DrOrO
c W r m 0 CD r to M 0 O r r COCOI* (Q tp U) r CO M N m C6 C; m CO CD h CW 00 O tD r 0
3 M t- CO M N N r V CO V to 10 N 9 U)O I- r 1� co LO CO U-)LOh M V
OM h N M O to N V r ti h m N r W 1- N r r
E m O N r r r r
Q W
m
m
.0
—_ N
U C6 o —
U c (j
c — Oc c
U V R C= U CJr) W N C (CD CC
�D M f0 '� f0 = m f0 m F J N LL N O^ N J J C d U J
c c�0 m NMUW 00N NU•v (`a'D t6 >U oo pr.Uoxxv aa�ow m 1onU
O 0 U m I� c U m N M.0 C Q a Y U a c� N :� amp C r N` r (D 0) g a to V
CnQOmr n=U E m E c 3 2 aci2 (Da m0 0Wm c cWa
CL mp c c U0Q >,= mp >. O mp W O 30 o m o
(`o = m o2 0 o0U Cep m y'1OZO v �wU mUQ JNaUUv �iUU E
v v m o c > o
C N0 a) N C N C 2 5} G?9 C (gyp>>>'�•E
UD Q0w oZ2(n0 o 0 rn 6 2 < m < (0 (D m Ow LL x cn toiu�0z0)(0x(000)<c
M to CD I- W r ((_�D O CO M M C) V tO W to CO r (D ti m O r� Imo. W O r N M V 0
O O t� IC•) LO tt( U') U to to lU) 8 to 1O m 1[ t o t o tf LO tf U w o 1 o U) U) 1) W) t) LO LO 1010 1 j 1 O to LO t[
Z 04
a
W
ID
N
c
(o
c
0
U
N
C
N
.o
0)
CL
N
'o
c
(V
U)
20
NW�/
LL co
V�
o O
w N
a
UZ�
Z �
0%
U) c)
mo � �
Z LLI
0 'a
W LL 0
F- O a
W N
J �
� +r
Q L
W o
.D
a� 00
r
N Uj
N
M
� N U
`0
LL
Cl) O0N0) 000OOOOCOco M
MO NraOaMONOaN
y w, O M It M N a N r r t- ap
p` C 00 't1' r co O M h r r
►.. 1- v M
a- Ml
r�ni•orov�coor co
co
,c cm:, Oo0((D_ r-(D0)nr-vccoo.
O U r r � M r CD h r r
O r r O r
o w
U c
0
U
CO O c� CD O O O M OO lt) N 0 0
CO
c��v MOOOrO��}}Mr
N
O r M rc O tO 1% O O r !O 00 N
N'ato00M M MCVr MdmTZC
C a) N r N I, -N r r
N
N W
iy-
c
0
U p,
� 'c
00
Aj
A O
Z
to O r O d' O cD a r co
O MONO rOaoM�OOA co
rn 0o co � co O n r- v co �
r v. w Mom
r r r
r
G O O N 00 O O O O a O N ti O O
0o w r N a M O O O r o S M
O I- M r O IO h O 0) r a N
L 00 M M M N r M M c) r cV
N r N N r r
r r
t: -0 J Z5 L
rn 3 °�N 3t mIT°r°oCcoD w 3 cccoo
a, 9 � a a)
UO � aL) 9 000 EL)
°�Y�S��
0Q UC7 � �UC7C7C7U m cC�
cncn�cocoo_5a:cncocoL) <co
I� a O O r M� L7 Co 00 O M tt L7
t� I-0000OO 0 0 r
aw Ma OOO
to to n W LO r ti 0
u� to 0 cn w u) LO U") U')0 0 v7 0u) �
21
I(OOOo— OoOOoONco0M
M co N O N r W O MOO W N
O M It M I N W N r" t- w V t
00 'C r 06 O C h r
M
0 Q
v
a o
c
0
U p,
� 'c
00
Aj
A O
Z
to O r O d' O cD a r co
O MONO rOaoM�OOA co
rn 0o co � co O n r- v co �
r v. w Mom
r r r
r
G O O N 00 O O O O a O N ti O O
0o w r N a M O O O r o S M
O I- M r O IO h O 0) r a N
L 00 M M M N r M M c) r cV
N r N N r r
r r
t: -0 J Z5 L
rn 3 °�N 3t mIT°r°oCcoD w 3 cccoo
a, 9 � a a)
UO � aL) 9 000 EL)
°�Y�S��
0Q UC7 � �UC7C7C7U m cC�
cncn�cocoo_5a:cncocoL) <co
I� a O O r M� L7 Co 00 O M tt L7
t� I-0000OO 0 0 r
aw Ma OOO
to to n W LO r ti 0
u� to 0 cn w u) LO U") U')0 0 v7 0u) �
21
"O
N �
'O
N W N
mr
o M
y O U
m
o
LL
O O O M M O r O c0 to d' C[) 0 M r IC' N qt O s- It 0 "t h 0 r O 0 M r r f\ M 0
f�OI-I`r0qqt 0O001�01--C00000'tr0r0NCOMNMN q "t0
N N (m c)
� co r- c CNV C( qt" V-: CD (O Cp M dCM Iz L/7 0 CO CC) cc0 (n dr M I, 0 M ci' N r
O O N04r' NOr00 O NOON 'r -
2
d
d J N
N N O O Co r� 0 mt O 0 t co O r r Co 00 t 0 O M O O CO 00 O O CO O N V M O f`N
OO qtOMN�OrOMc00000CDI, MOCMOCo00rtiONM000OM
' r (A CO r O M c0 O r 00 CO CO to qt ti 0 0 1,- r CO ti et N CO N Cn co N CO M
O:3 C") V M r ti M r r N M N CO CO 0 00 O CO M CT I` C6 C6 r c0 O r W CO M r It CO
N O r fl_ 0 r r N O M r r O N I- V 0 r 00 r �} to 00
U c0 .r
U
N O O M r M ti M M r M M f- r N 0 c0 0 00 Cl O O O O r qt O O O M O O
C40N-t-.000OtiMO V tiOM NOOO 0Or00rO0000�NOOO
:3 rOl%Ohr OT-'erNCOMN00r% cl!( cc**77cc (q n— v00mNCor�0co .)0 Ln
N M CC) CO T. -M O O 00 CO M ti M 0 M �t 0 r et �t 00 CA N d• 0 O N ti t` M
` N W cmOf• OrN M 0) d OM CO Or 0 M
9 M r r r N r
W r
d r 0 M x 0 0 0 0 V M I N 0 CO N CO M r Ct 0 r r --CO x 0 0 0 r r t CM c0
N r CO 0 0 w 0 0 0 0 It O O r O O M r O r 0 N CO M N M N d' r CO 't CO
0 0 O 1` r N CO Co 0 M O CO O r- (O 0 rr� ti 00 N M O CO 0 O r r tO O O O
yt=
IWOCOd'CCirMe-CONMv �00�tiOOCOCOCroLdO rMI' M0 V Nr0 0NNMCMOOO V N Mco NOrCO O NOONUra- N
O V- 0Mr9c�CDMrd•OCOCOI-WM"MMIctN00000000CAC W 0 N CDaI-N
�LN� U NNMOOOrNM0O000l�f`M0000 MOM00000rI,-ON OCOOM
MrNtir'tiN0000OMOM�CO�004 0) 0f`d NCONOCONCOrO
Co �� 0 c �rOI.00OrMIn L00001`OtiCnCOf`MO1-00M 00 Or 00 CO Mr'TM
75 Oct) N 0 O 'V'000Cn C r CV rNr COM rON1`'IT 0 rCO [1'0 c0
EL c O cN OCocn co Nco r N r
U~ V U U N
co
2
'qt "tOh-'qZr OOM0r0000000000000000000rd 000 CM 00
'tMOCO OOMCe) V U CD0OMtiIt 0000OOrO0r0000Of-N000 N U N C' 0 0 r 0 C' O V N "t CO M N O 00 CO �V}} 0 r r� CO M N CO 1� O0 0 O CC)
m C 0 0t- 04 M ' V'C0O�0C%J04N- V NN�c')C%J i'OMtO�v~N CN��sO-W 14' 04
C i N CO I- e r r
FL r- CN
a
a�
`o m
o o r O Q
U O N N C
LL LC°o y a) O m LO 7
- � a.
Co + yyJ OLLL LL IL -j -j ALL O �O�JJU-LLJ—
a) Co _J �U o 0) C) �LCD(N C)Na 0w (OZ a) Om CM CMti� uj
cW �_ _
co NV- QCOCDCOO y Na�000� �CCOOCOOCCOOUw or>coccoocr000Occoo>
O o>�EJ�U���UUUV TUU-joL)C) E CU Co 0L).S
O i O tB J m
� �rn� ��� ��> �� � M=SSS =
o U cUU �U��U��c�c�c�UU�� �c��c�Uc� �c��c�ro
U WOOO<w acncnC Dwocl)oW(o n �cncnv�UcnQ�cnC7cncncncncnl�
0 0 0 f- 0'C r M CO O N CO c0 0 0 r N M� 0 h 0 r N NT O W r N M CO 1\ O r M
O I-�tee��d•� t-0WWWMM0000000000rrT.-- e-NNNNNMMM
o OCOCOCOcOCOCOCOCOCOCOCOCOCOntit`tif`ti�f`titit`�fltil~II- h�I-I1ti
0 0 'O 0 0 0 0 0 0 0 0 O 0 0 0 m O Co 0 0 O 0 0 0 0 0 0 0 0 0 O 0 O 0 0
22
rrNOMCD0n00d'0l;r0n0MOn0nNMs� MN00ITOItOO
CON 0Nn ttM0M0trrU)00 nMNn OO Lott 0M -t N0 0qq
OO W �0 00nO0nto0NNN�n V OOOMNflr00NNr00 T
t�.r OONrMLOn V WNMCDI m -'g OMOCAOL6ec C60—Chn Or ITNCO
O LO- O C14 r tO�NM't NNNrrrMnnnMNr nItLO
r r O
O :3O G
UV
N .a
C
L
N Co
m W
N
co
r
�
N O
�5 r Z
_ w
O M0 C
U U O
U
'gt0MNN"t;tnM0M00etntoM0MMrrnMMr V 00M0 vn0
r0ONOtooNMU')MI-WMrOnNLnrtor 00 0nqtr-0 Cm v
�r rM0a0M-19tOMN0Mc7n�ti0"qrI,-MAU')MNMMI%_rNM
CO M M O LA (D LO n O r N rIli 0 C6 LO LO O CO n N 0 0 LA O Lo Ili 6,07 r ei
e
r N rOOrnnn(O N(OMLOO�CANtON00 r
r OD CO CM N r r r
r
LO h NO��ONONNN�o000000NM. CDM�NOOMOMOM,tNTn--M
q*T-CD 000mm114* cfi(Of-COLOU)OMLnM(D0000tiMC It coOnNrLn
�tCr)Mn On0Mn�nnLOLn[tM00 LOOrMLOLo0n0nClton00IRtr
r 0 r r N r 0 M r (n 0 00 r't CD r N CO r r M V 0 M V N
O N N C) 'qt M M r r N N
1-7 N
r N O M CO 0 n 0 M V M't 0 n 0 M O n 0 M N M N Cr) O Lo r B O O
CDN0Nn�CD tM0MV rT-000 qt na'
m0r-NO000Ommr0
OOOd 0qw00n0LOt,wwNNN0r—Nt0000ONWOr MnraO�
00 CV r M LO n of CO N c7 tO tp M O C7 0 0 0 to r COO M r M N 0 O— ct CV CO
N r CO — N CM Ct N N N r r r M n 0 r M Lo r 0 r V tO v
r v r r LO M
r
It 0 OD N N It ctM LO 0 CO O.* n 0 0 Lt') M M r O n N n r 0 0 0 qt N 'c}' n w
r O O N 0 LO n W N (O tO M n CO M r O n N to 0 to n n 0o N n CO N r r 0 't
et r r CD CO O LO 0 r V 0 C N O M CM n f% r C 00 r. N r Lo N N Ln CO n r N 00
M CO O Ln CD LO n O r N 00 LO LO M Lf) n CO CA CC) 0 O 0 CA 0 rr
r r N r CO O r n n n CO N M M r Lo � 0 N 0 I 0
LO r 0 CO M V r r Mr r
V-: r
LO 00 O N H O M O 0 0 0 00 w CO N 0 0 M O O LO 0 LO 0 00 0 0 0 00 0 0 n N
n N 0 A n O N O N N N n 0 0 0 N 0 r 0M M N 0 n M r M (D r tt N r 0
5 LOLOLoCl! 00V:"tCD1l.�(OLoLnGMt!)Mc000rM(31It(O(DV:NT-:U
N (o U�MMa) 04 MM cl) ��0)000O 'I O-Oti�LOCn'MOti���C
C '� co N rr tt)NrNMCD CONN
C
W c
U d cV V
m
U
C
co
N
C y
O C
C N
CL
U J ALL-heLLJLLLL OLL DLLJ LL -J OJ N �`O �J 4) LL OPLL N.a
M N0 ONrtOO= 0 Oro O0N CY) NCLCO CW)
O N=_M O COMqt co— N=NON'-0 ct C4O(n >mC7Cp O'er j
T.E ROBERTS, INC.
SCHEDULE OF ACCOUNTS RECEIVABLE
as of March 31, 2018
Job Description Retention Current 0-30 31-60 61-90 91+ Total
5719
Anaheim Alderdale
87,270.22
64,924.62
64,924.62
0.00
0.00
0.01
152,194.85
5724
Anaheim - Katella WMR
88,964.66
506,939.66
110,272.92
0.00
0.00
0.00
706,177.24
5776
Anaheim PR Stn #4 & #6
6,789.75
129,005.25
0.00
0.00
0.00
0.00
135,795.00
5733
Fountain Valley Els WM Siphon
0.00
0.00
0.00
0.00
2,995.00
8,280.00
11,275.00
5122
Glendora On Call
0.00
0.00
170,177.00
0.00
0.00
0.00
170,177.00
5767
NB Balboa Island WMR
72,466.37
615,469.33
0.00
0.00
0.00
0.00
687,935.70
5588
Ontario On Call
0.00
46,593.11
21,513.12
0.00
0.00
(7,840.04)
60,266.19
5765
Rose Hills Emeral Hts
0.00
29,335.00
25,041.75
7,411.82
893.98
0.00
62,682.55
5793
CCSI RH Emerald Hts Ph 1
13,768.05
123,912.45
0.00
0.00
0.00
0.00
137,680.50
5616
GSW Cypress 32631204
11,032.32
0.00
0.00
0.00
0.00
0.00
11,032.32
5694
GSW Gladys 33331151
46,968.19
25,188.29
0.00
0.00
0.00
0.00
72,156.48
5728
GSW New Ave. WMR
52,890.00
0.00
0.00
0.00
0.00
0.00
52,890.00
5764
GSW 25031475 Gardena Blvd
80,333.35
63,876.15
0.00
0.00
0.00
0.00
144,209.50
5752
MNWD 920 Zone Loop Pipeline
0.00
0.00
0.00
0.00
7,289.41
0.00
7,289.41
5260
RH Parks Maintenance Project
0.00
4,800.03
6,851.00
0.00
4,442.66
45,705.66
61,799.35
5749
RH Paving
0.00
0.00
0.00
0.00
92,361.87
0.00
92,361.87
5755
Rose Hills Visitation Ctr Pvg
0.00
0.00
0.00
0.00
0.00
56,027.50
56,027.50
5043
SGVWC 7708L Wrkmn Mill Rd
0.00
0.00
0.00
0.00
0.00
7,538.22
7,538.22
5584
SGVWC 5944F Rennaissance
0.00
0.00
0.00
0.00
93,218.00
0.00
93,218.00
5721
SGVWC Emergency Repairs
0.00
0.00
14,180.34
0.00
0.00
762.09
14,942.43
5742
SGVWC 6145F Citrus
0.00
20,523.00
0.00
0.00
0.00
0.00
20,523.00
5759
SGVWC 6192F Merrill/Redwood
2,500.00
0.00
0.00
0.00
0.00
0.00
2,500.00
5770
SGVWC 8960L Workman Mill Rd
18,100.00
57,091.00
0.00
0.00
0.00
0.00
75,191.00
5781
SGVWC 629OF Service Replacerr
0.00
0.00
55,036.97
0.00
0.00
0.00
55,036.97
5788
SGVWC 6188F Rennaissance
0.00
1,155.00
0.00
0.00
0.00
0.00
1,155.00
5772
SCI Green Acres Lakeview 10
4,050.20
0.00
76,953.80
0.00
0.00
0.00
81,004.00
5674
SCWD Lift Stn. No. 1
0.00
0.00
0.00
0.00
0.00
8,495.00
8,495.00
5725
SCWD On Call 2017
0.00
35,100.00
0.00
0.00
0.00
0.00
35,100.00
5611
WVWD ACE Fairway Dr.
50,334.73
98,774.35
0.00
0.00
0.00
51.24
149,160.32
5785
RCI RH Valley Lawn Ph 2
24,774.10
222,966.90
0.00
0.00
0.00
0.00
247,741.00
5760
ETWD-Ph 2 Recycled Water Distr
41,432.50
285,551.00
0.00
0.00
0.00
0.00
326,983.50
5744
Whittier DeSilt
0.00
0.00
0.00
0.00
0.00
29,782.50
29,782.50
5757
Whittier On Call
0.00
0.00
0.00
0.00
0.00
13,144.90
13,144.90
5745
Pacific Hydrotech Mid Basin
2,996.18
1,438.01
0.00
0.00
0.00
0.00
4,434.19
5771
Riverside Magnolia Potholing
0.00
114,940.00
0.00
0.00
0.00
0.00
114,940.00
5783
Dudek Newport Bay Crossings
0.00
0.00
2,000.00
0.00
0.00
0.00
2,000.00
Total:
604,670.62
2,447,583.15
482,026.90
7,411.82
201,200.92
161,947.08
3,904,840.49
See independent accountants review report.
24
T.E ROBERTS, INC.
SCHEDULE OF ACCOUNTS PAYABLE
as of March 31, 2018
See independent accountant's review report. 25
Vendor
Current
1-30
31-60
61+
Total
5007
A Cone Zone, Inc.
5,491.99
1,264.80
0.00
0.00
6,756.79
5023
Adkan Engineers
1,662.50
1,870.00
1,350.00
0.00
4,882.50
5033
Agua Mansa Properties, Inc
1,580.00
0.00
0.00
0.00
1,580.00
5050
All American Asphalt
11,384.30
10,849.92
0.00
0.00
22,234.22
5112
BC Traffic Specialist
5,020.71
0.00
0.00
0.00
5,020.71
5138
Cal -Duct Inc.
175.10
0.00
0.00
0.00
175.10
5140
California Apprenticeship Council
895.05
0.00
0.00
0.00
895.05
5150
Calportland
187.39
0.00
0.00
0.00
187.39
5206
City Of Newport Beach
(776.68)
0.00
0.00
0.00
(776.68)
5210
City Of Orange
35.01
0.00
0.00
0.00
35.01
5233
Coastline Equipment
3,037.07
0.00
0.00
0.00
3,037.07
5236
Collins Trucking
61,783.70
48,056.25
25,621.50
0.00
135,461.45
5246
Contractors Retirement Plan
119,897.41
0.00
0.00
0.00
119,897.41
5255
County Of San Bernardino
20,227.67
0.00
0.00
0.00
20,227.67
5259
Culbertson Insurance Services, Inc.
11,651.00
0.00
0.00
0.00
11,651.00
5281
SC Fuels
16,971.42
0.00
0.00
0.00
16,971.42
5342
Ewing
803.66
0.00
0.00
0.00
803.66
5352
Ferguson Enterprises Inc. #1083
55,998.87
39,202.66
(831.86)
0.00
94,369.67
5361
Fontana Water Co.
17.09
0.00
0.00
0.00
17.09
5378
Franchise Tax Board
1,600.00
0.00
0.00
0.00
1,600.00
5386
Friedman And Company
2,000.00
0.00
0.00
0.00
2,000.00
5396
GeoLabs
3,042.00
0.00
0.00
0.00
3,042.00
5404
Golden State Water Co
374.82
374.82
0.00
0.00
749.64
5416
R and I Holdings, Inc.
4,924.90
0.00
0.00
0.00
4,924.90
5444
Holliday Rock
12,428.09
0.00
0.00
0.00
12,428.09
5514
John Green Trucking
46,001.83
9,275.11
0.00
0.00
55,276.94
5563
County Sanitation Districts of LA C
0.00
0.00
0.00
(120.00)
(120.00)
5597
M.P.G. Trucking
1,230.00
1,968.00
0.00
0.00
3,198.00
5605
Marco Transport, Inc.
1,442.50
2,512.50
0.00
0.00
3,955.00
5653
Morr-Is Tested Inc.
1,175.00
0.00
0.00
0.00
1,175.00
5692
On Point Land Surveying, Inc
2,400.00
0.00
0.00
0.00
2,400.00
5693
Ontario Municipal Utilities Company
40.00
0.00
0.00
(863.17)
(823.17)
5702
Orange County Striping
5,813.25
2,077.10
0.00
0.00
7,890.35
5737
Penhall Company
12,065.00
0.00
0.00
0.00
12,065.00
5769
R.J. Noble Company
21,559.51
11,213.77
0.00
0.00
32,773.28
5780
RDO Equipment Co
1,130.49
1,083.33
3.62
0.00
2,217.44
5810
Robertson's Ready Mix
14,394.78
0.00
0.00
0.00
14,394.78
5819
S&J Supply Co., Inc
209.51
0.00
0.00
0.00
209.51
5858
So Cal Truck Tire Center, Inc.
4,067.15
1,550.25
0.00
0.00
5,617.40
5869
Southern California Edison
907.04
0.00
0.00
0.00
907.04
5870
Southern California Gas Company _
0.00
699.92
0.00
0.00
699.92
5905
Structures Unlimited
9,205.60
0.00
0.00
0.00
9,205.60
5939
Time Warner Cable
54.99
0.00
0.00
0.00
54.99
5946
Torrent Resources (Ca), Inc.
116,200.00
0.00
0.00
0.00
116,200.00
5950
Traffic Solutions
10,560.06
0.00
0.00
0.00
10,560.06
See independent accountant's review report. 25
T.E ROBERTS, INC.
SCHEDULE OF ACCOUNTS PAYABLE
as of March 31, 2018
5952
Trench Plate Rental Co.
8,064.69
1,027.20
930.50
0.00
10,022.39
5953
Trench Shoring Company
270.00
274.38
0.00
0.00
544.38
5966
United Rentals
0.00
519.38
0.00
0.00
519.38
5967
United Site Services
0.00
1,028.00
0.00
0.00
1,028.00
5993
Vulcan Materials
0.00
2,194.17
0.00
0.00
30,162.15
6000
Waste Management Co.
921.62
0.00
0.00
0.00
921.62
6008
United Water Works, Inc.
159,424.09
232.14
(6,487.83)
24,058.39
177,226.79
6013
West Coast Pipe
239,412.97
754.25
29,312.82
0.00
269,480.04
6020
Western Water Works
125,477.63
49,080.33
0.00
0.00
174,557.96
6055
Quick Solution Networks, Inc.
0.00
1,860.23
0.00
0.00
1,860.23
6058
Greg Dunn
50.00
0.00
0.00
0.00
50.00
6070
Keystone Pac. Property Management
622.02
0.00
0.00
0.00
622.02
6103
Employment Development Dept
0.00
357.08
0.00
0.00
357.08
6112
Matheson Tri -Gas Inc.
1,227.28
0.00
0.00
0.00
1,227.28
6124
Ford Credit -9948
1,191.25
0.00
0.00
0.00
1,191.25
6127
Hose -Man, Inc.
1,890.47
0.00
0.00
0.00
1,890.47
6139
Ford Credit -1343
1,383.76
0.00
0.00
0.00
1,383.76
6150
Ewles Materials
18,711.76
0.00
0.00
0.00
18,711.76
6154
Occupational Health Centers of CA
0.00
621.00
0.00
0.00
621.00
6161
LMN Inc.
4,660.00
2,440.00
0.00
0.00
7,100.00
6182
Quinn Company
854.75
0.00
1,648.87
0.00
2,503.62
6197
LGM Paving
3,570.75
0.00
2,020.00
0.00
5,590.75
6206
Villa Park Leasing Corp.
0.00
2,045.25
0.00
0.00
2,045.25
6215
Southeast Construction Products
388.86
260.64
0.00
0.00
649.50
6216
Proforma Screening Solutions
270.25
0.00
0.00
0.00
270.25
6217
AGC Apprenticeship & Training Fund
0.00
5,227.76
0.00
0.00
5,227.76
6226
AGC Health & Welfare Trust Fund
5,571.40
0.00
0.00
0.00
5,571.40
6236
TD Auto Finance
793.87
0.00
0.00
0.00
793.87
6244
Anytime Sweeping Services
1,885.00
0.00
0.00
0.00
1,885.00
6245
AGC of California
0.00
268.89
0.00
0.00
268.89
6255
BC Wire Rope
540.28
0.00
0.00
0.00
540.28
6259
SDS Enterprises
1,798.00
1,582.00
0.00
0.00
3,380.00
6261
Orange County Winwater Co.
1,343.71
0.00
0.00
0.00
1,343.71
6288
Associates Environmental Inc.
577.50
0.00
0.00
0.00
577.50
6289
VCES
606.02
0.00
0.00
0.00
606.02
6290
Sunwest Bank -1101
4,273.38
0.00
0.00
0.00
4,273.38
6292
Sunwest Bank -9701
5,348.61
0.00
0.00
0.00
5,348.61
6297
West Valley Water District
43.51
0.00
0.00
0.00
43.51
6318
AGC of America, SD Chapter Inc.
0.00
37.50
0.00
0.00
37.50
6326
Caterpillar Financial Svc
1,864.17
0.00
0.00
0.00
1,864.17
6328
Ford Credit -1421
762.68
0.00
0.00
0.00
762.68
6338
Socal Stormwater Runoff Sol Svc.
2,620.00
1,060.00
1,440.00
0.00
5,120.00
6344
So Cal Gas
(48.04)
0.00
0.00
0.00
(48.04)
6354
Continental Maintenance Inc.
395.00
0.00
0.00
0.00
395.00
6371
Sunbelt Rentals, Inc.
495.65
0.00
0.00
0.00
495.65
6384
Wells Fargo Dealer Svc -5986
1,528.16
0.00
0.00
0.00
1,528.16
See independent accountant's review report. 26
T.E ROBERTS, INC.
SCHEDULE OF ACCOUNTS PAYABLE
as of March 31, 2018
6388
JPS Legal Video
860.00
0.00
0.00
0.00
860.00
6390
City of Anaheim
740.16
0.00
0.00
0.00
740.16
6408
Connor Concrete Cutting
6,040.00
567.50
3,070.00
0.00
9,677.50
6426
Orange County Water District
500.00
0.00
0.00
0.00
500.00
6427
Ford Credit -0270
1,180.20
0.00
0.00
0.00
1,180.20
6447
Anaheim Housing Authority
0.00
1,000.00
0.00
0.00
1,000.00
6455
Sierra Analytical Labs, Inc.
0.00
1,580.00
0.00
0.00
1,580.00
6464
Fleet Vehicle Registration Svcs Cor
0.00
2,301.00
0.00
0.00
2,301.00
6473
Guardian
1,533.39
0.00
0.00
0.00
1,533.39
6474
EI Toro Water District
0.00
104.30
0.00
0.00
104.30
6476
Certified Laboratories
1,366.49
0.00
0.00
0.00
1,366.49
6481
John Deere Financial -3835
9,083.13
0.00
0.00
0.00
9,083.13
6482
Precision Cold Planning Inc
2,000.00
0.00
0.00
0.00
2,000.00
6483
Superior Arc Welding
14,165.00
3,600.00
0.00
0.00
17,765.00
6484
Blue Shield of Califomia
0.00
29,361.18
0.00
0.00
29,361.18
6489
Tressler LLP
0.00
1,473.50
0.00
0.00
1,473.50
6497
Diamond Environmental Svcs.
58.90
0.00
0.00
0.00
58.90
6508
Riverside Public Utilities
0.00
(1,643.65)
0.00
0.00
(1,643.65)
6511
Craig Thibault
0.00
1,600.00
0.00
0.00
1,600.00
6513
Ganahl Lumber Company
4,420.06
0.00
0.00
0.00
4,420.06
6517
ELVEE INC.
1,050.00
0.00
0.00
0.00
1,050.00
6519
O'Reilly Automotive
1,805.95
0.00
0.00
0.00
1,805.95
Total:
1,232,464.11
242,812.46
58,077.62
23,075.22
1,584,397.39
See independent accountant's review report. 27
City of Newport Beach
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of
13
-rim .c P-ol, e rfi5 being first duly sworn, deposes and says that he or she is
Terii e4l-Ir of T; E, QbI2p,-5r IVI(_. , 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 th alifor ' th a foregoing is true and correct.
T. lube rt5, In r,. Pr l
Bidder Authorized Signature/Title *rmcfhy leclotr+s
Subscribed and swom to (or affirmed) before me on this day of iN1DV6MIoeV, 2018
by Vi,_olnf r't5 proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
(&,r"
NoIrary Public
[SEAL]
My Commission Expires: -L - 1, ZZ-
ste qAcKe,d
CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202
See Attached Document (Notary to cross out lines 1-6 below)
e 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 Cif 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 attaghed, and not the truthfulness, accuracy, or validity of that document.
State of California Subscribed and sworn to (or affirmed) before me
County of Ora VIR
on this day ofN w t:Yn bee, 2p_ i b ,
by Datee Month Year
(and (2) ),
Name(s) of Signer(s)
KIM E. NEWETT
COMM. #2228431 z
Notary Public • California proved to me on the basis of satisfactory evidence
Orange County to be the person(s) who appeared before me.
M Comm. Ex ires Feb. 7, 2022
Signature
Signature of Notary Public
Seat
Place Notary Seal Above
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: Document Date:
Number of Pages: Signer(s) Other Than Named Above:
./.S\.V4'✓{�. i -e/ �G�4'.K¢ .v4\-'�/5 U v _{�.�4\✓ `',v'^cl:t - _!':\=�i�.v{\::.��Yi� e�AJS\L4�_:.\.�'+�✓ ^a,'iA�f'.ri'�� ��,.' .. �.<'a.:-t . '.4v4"S\.•. ?; G�
02014 • • •• •www.NationalNotary.org .If Ib1 i • •. • f
V
City of Newport Beach
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
DESIGNATION OF SURETIES
Bidder's name 'T. r--. V ober-I 5 IYLC .
y
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):
Ire+_ i - i y ck rs Ca6ua t�t,n�__ Surety Cmv
ooan
I TbWU- SJIVAre , "a{lfyrA CST I OIR3
(,el 5n A,Quilal °+bq is12..3toS3
BD rids
&-yk-pr - C,ulb�rtsOr� SUr nC,e ��,;rvi��s
S50» San --n Ana Cansjbn Rd 7.pl, A �hetm -1 92goy
_ Chuck flake 714 911- 0530
ln5ura.ncr_
l Ve*- la U6 1M-ey-naban al ft)surancz Services
41A S ar A ri-h-vr COLT(-+ Z, * wf l r_, + Be arh
Andrew L Lr Q IAa VZ3-10448
City of Newport Beach
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name I.E. 12obe-r lS lnc✓
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.
19
Current
Record
Record
Record
Record
Record
1
Year of
for
for
for
for
for
I _ '
Record
2017
2016
2015
2014
2013
Total
2018
No. of contracts
....
q0
-15:
s3
too
if,0
Total dollar
Amount of
Contracts (in
15, q3�
spfcll5
ts,50a
Thousands of $
No. of fatalities
O
C
D
0
No. of lost
Workday Cases
Q
'L
I
2 -
No.
No. of lost
workday cases
involving
permanent
transfer to
'D
a
0
0
0
C7
anotherjob or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
19
Legal Business Name of Bidder 'T. E. jZob�,rfi e, c_ .
Business Address: 3b(o ►tit. Krxke4Ln /kve, ,Dran
Business Tel. No.: -714 664-0Q12.
State Contractor's License No. and 6050016
Classification:R C,34
Title )
The above information was compiled from the records tha are avallcible fo meat this time
and I declare under penalty of perjury that the information is true and accurate within the
limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
.Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnership/joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of
the corporation. All must be acknowledged before a Notary Public, who must certify that
such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
(NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
0
CALIFORNIA
. CIVIL •i
_c...c� .z� . xs..•rua•.,,: s...x.• ., n r.. .............. e•c�- - _c.•_c., c Y`• .CSC/a^. s� �. �. _ .............. �..,.� eo,!:IZW14 �
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
dgeument to.vyhlch.this certifi_cte. is attached..and, not the truthfulness. accuracy, or validity of that document.
State of California
County of L) r an Q e- )
On_. � � �_ before me, ,
Date Here Insert Name and Titleof the Officer
personally appeared _ Ti rn f)-thy be r -tS GI j U S�[ r'?
r--
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.
r KIM E fiEWETT
OnMM. #2228431
z Notary Pubflc . Callfornia z
Orange Count d
Comm. Ex fres Feb. 7, 2022
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.. LhA ,u
Signature of Notary Public
Place Notary Seal Above
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: Document Date:
Number of Pages: Signer(s) Other Than Named Above: _.
Capacity(ies) Claimed by Signer(s)
Signer's Name:
Ci Corporate Officer --- Title(s):
D Partner — F1 Limited L General
3 Individual J Attorney in Fact
F] Trustee F Guardian or Conservator
❑ Other:
Signer Is Representing:
Signer's Name:
Corporate Officer — Title(s):
Partner — ❑ Limited ❑ General
1 Individual ❑ Attomey in Fact
Trustee 0Guardian or Conservator
Other:
Signer Is Representing:
02014 National Notary Association • www.NationalNotary,org • 1 -800 -US NOTARY (1-860-876-6827) Item #5907
-_t
City of Newport Beach
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name C . VDbrs `0(,_
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents:
L. Addendum No. I Date Received SiaaattjrP
7
City of Newport Beach
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
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.. 9-VbeHs, Inc. ,
Business Address: ' Up W. Kafie l lA Ave. 'R+e 0r 4e GA l ze', o7
Telephone and Fax Number: T- 714 ti ( A- M 12- P 714 2-00-02-11)
California State Contractor's License No. and Class: 03 D D 8' A, C3 4
(REQUIRED AT TIME OF AWARD)
Original Date Issued: Expiration Date: t0-�I-En
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:
-TIm,b+hu en +-fiy Pre6id-r in-wcc+e-d 4f pyylec+ s►+e
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
7impiMKo�Cstdtnt, 30� W. ka ella Aveae 8_Qa eCA 92.$1,1 114 &k4 -W72_
dl shn kober-1-.� SPcrc+ar ; 3f�6 N-Mfellahe.nkB QyaZ CSI qa6,7 24 LV-wi z
Klmbtrt l�oberls Treasr,re i W&ic -MMI1A AvLW6 Orclme Cly MI 114 44WZ2-
Lu ke foberts Y1 ce Preslenf, 3t& W . Kafelta c 4e B Orange CA ` 22-1 114 W-072
Corporation organized un er the laws of the State f
a
Es:
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. F oberts, 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;
Briefly summarize the parties' claims and defenses;
Have you ever had a contract terminated by the owner/agency? If so, explain.
ISI 0
Have you ever failed to complete a project? If so, explain.
N 1)
For any projects you have been involved with in the last 5 years, did you have any claims
or actions by any outside agency or individual for labor compliance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes / No
9
Are any claims or actions unresolved or outstanding? Yes/ No
If yes to any of the above, explain. (Attach additional sheets, if necessary)
N lR
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non-responsive.
T. E. Koberfi-� 1nc,
Bidder
TI MQ+h ts
(Print nam of Owner or President
Corpor/Company)
Authorized Signature/Title
fires) d m
Title
1
Date
vn it- oerore me, j\, t'r) r, I_ V`t tiLy,121 , Notary Public, personally appeared
* 4 9422 3 r+5 , who proved to me on the basis of
satisfactory eviden 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), orthe entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal
(SEAL)
Notary Public in and for said State
My Commission Expires: 2'
set a -k 6
10
CALIFORNIA
• • w .•
•.dS. S a� .c.SrT sn mY . S.a v..� .e�¢_aS!w. _ses�a 2_. ,ate s� ,g..w .a s�, ¢,a :n .aLs..v.'.a�..�'.=:__at!:-.:.v :..a,!_ v.
i A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
i J documertt_to whish this c�rtifi_eate. is attaGtted..�nd
not the truthfulness, accuracy. or validity of that document.
State of California
County of })j
On { �� �� before me, r
_.._ h E
Date Here Insert Name and Title of the Officer~
personally appeared (f Y1 p7{ h" :,:j h -f p -±:S
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.
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. NEWETT
z 0 COMM. #2228431
Notary Public - California � Signature
orange County Signature of Notary Public
M Comm. ex fres Feb. 7, 20�
Place Notary Seal Above
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:
D Corporate Officer — Title(s):
D Partner — D Limited D General
D Individual ❑ Attorney in Fact
1:1 Trustee D Guardian or Conservator
D Other:
Signer Is Representing:
Signer's Name:
D Corporate Officer — Title(s):
! :
City of Newport Beach
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract Documents.
Bidders are advised to review their content with bonding, insuring and legal agents prior to
submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required
by the Contract documents and delivered to the Public Works Department within ten (10)
working days after the date shown on the Notification of Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by the
Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the
insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed
will not be issued until all contract documents have been received and approved by the City.
11
i 7 r i.:, aii0
BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE 2
CONTRACT NO. 7173-2
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 27th day
of November, 2018 ("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 Avenue, Unit B,
Orange, CA 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: Removal of
existing 4 -inch, 6 -inch, 8 -inch, 10 -inch and 12 -inch water main; Construction of 4 -
inch, 6 -inch, 8 -inch and 12 -inch valves; Construction of 4 -inch, 6 -inch, 8 -inch and
12 -inch water 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 .
ollows: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. 7173-2, 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 Two Million Two Hundred Twenty Two Thousand Three
Hundred Dollars ($2,222,300.00).
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 Timothy 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
6.1 Unless a shorter time is specified elsewhere in this Contract, before making
its final request for payment under the Contract Documents, Contractor shall submit to
T.E. Roberts, Inc. Page 2
City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment. The Contractor and City expressly agree that in addition to all claims filing
requirements set forth in the Contract and Contract Documents, Contractor shall be
required to file any claim Contractor may have against City in strict conformance with the
Government Claims Act (Government Code 900 et seq.).
6.2 To the extent that Contractor's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to follow
the dispute resolution process set forth therein. Any part of such "Claim" remaining in
dispute after completion of the dispute resolution process provided for in Public Contract
Code section 9204 or any successor statute thereto shall be subject to the Government
Claims Act requirements requiring Contractor to file a claim in strict conformance with the
Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined
in Public Contract Code section 9204 or any successor statute thereto, Contractor shall
be required to file such claim with the City in strict conformance with the Government
Claims Act (Government Code sections 900 et seq.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing, and
conclusively shall be deemed served when delivered personally, or on the third business
day after the deposit thereof in the United States mail, postage prepaid, first-class mail,
addressed as hereinafter provided.
7.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attention: Public Works Director
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
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 Avenue, Unit B
Orange, CA 92867
8. INDEPENDENT CONTRACTOR
T.E. Roberts, Inc. Page 3
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Work, provided that Contractor is in compliance with the terms of this Contract. Anything
in this Contract that may appear to give City the right to direct Contractor as to the details
of the performance or to exercise a measure of control over Contractor shall mean only
that Contractor shall follow the desires of City with respect to the results of the Work.
9. BONDING
9.1 Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract both of the following: (1) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
this Contract in the form attached as Exhibit B and incorporated herein by reference; and
(2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%)
of the total amount to be paid Contractor as set forth in this Contract and in the form
attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the
State of California.
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.
T.E. Roberts, Inc. Page 4
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Contract or for other periods as specified in the Contract Documents, policies of
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Contract, the services to be provided
under this Contract shall not be assigned, transferred contracted or subcontracted out
without the prior written approval of City. Any of the following shall be construed as an
assignment: The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Contractor, or of the interest of any general partner or joint
venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture
or syndicate or co -tenancy, which shall result in changing the control of Contractor.
Control means fifty percent (50%) or more of the voting power or twenty-five percent
(25%) or more of the assets of the corporation, partnership or joint -venture.
14. PREVAILING WAGES
In accordance with the California Labor Code (Sections 1770 et seq.), the Director
of Industrial Relations has ascertained the general prevailing rate of per diem wages in
the locality in which the work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the contract. A copy of said determination is
available by calling the prevailing wage hotline number (415) 703-4774, and requesting
one from the Department of Industrial Relations. All parties to the contract shall be
governed by all provisions of the California Labor Code — including, but not limited to, the
requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the
prevailing wage rates shall be posted by the Contractor at the job site.
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
T.E. Roberts, Inc. Page 5
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 by Contractor, or its subcontractors, or its workers, or anyone employed by either
of them.
16.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from defects,
obstructions or from any cause arising from Contractor's Work on the Project, 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
T.E. Roberts, Inc. Page 6
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
16.7 Nothing in this Section or any other portion of the Contract Documents shall
be construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for above.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
17. CHANGE ORDERS
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 The Contractor shall only commence work covered by a change order after
the change order is executed and notification to proceed has been provided by the City.
17.3 There shall be no change in the Contractor's members of the project team,
as listed in the approved proposal, which is a part of this contract without prior written
approval by the City.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Contract, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor
shall conform to all requirements therein. 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.
T.E. Roberts, Inc. Page 7
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days' prior written notice to Contractor. In the event of termination under this
Section, City shall pay Contractor for Services satisfactorily performed and costs incurred
up to the effective date of termination for which Contractor has not been previously paid.
On the effective date of termination, Contractor shall deliver to City all materials
purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either
party by reason of the authorship of the Contract or any other rule of construction which
might otherwise apply.
20.6 Amendments. This Contract may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City
Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
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.
T.E. Roberts, Inc. Page 8
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
20.10 No Attorney's Fees. In the event of any dispute or legal action arising under
this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. EFFECT OF CONTRACTOR'S EXECUTION
Execution of this Contract and all other Contract Documents by Contractor is a
representation that Contractor has visited the Project site, has become familiar with the
local conditions under which the Work is to be performed, and has correlated all relevant
observations with the requirements of the Contract Documents.
22. WAIVER
A waiver by City or any term, covenant, or condition in the Contract Documents
shall not be deemed to be a waiver of any subsequent breach of the same or any other
term, covenant or condition.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct and
are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
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
Date: I (T2 $ t
By: 1�
Foe". Aaron C. Harp %1.20.18
City Attorney `1MY t
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
all "Duffy" Duffield
s d
Mayor
ATTEST: I� CONTRACTOR: T.E. Roberts, Inc., a
Date: l ` California corporation
Date:
By:
Leilani I. Brown
City Clerk 10 01*_11WW0
Signed in Counterpart
By:
Timothy E. Roberts
President
Date:
Signed in Counterpart
By:
Justin M. Roberts
Secretary & Chief Operating Officer
[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 ATTOR EY'S OFFICE
Date: 2 8/7101 `a
C.
By: �7
FW Aaron C. Harp it on
City Attorney d,r1*
ATTEST:
Date:
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Marshall "Duffy" Duffield
Mayor
CONTRACTOR: T.E. Roberts, Inc., a
California corporation
Date: 12
Timothy E. Roberts
President
Date:_ t2 - q -t,,'
By:
sten M. Roberts
Secretary & Chief Operating Officer
[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
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 106920564
Bond #106920564
Premium: Included in
Performance Bond
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 removal of existing
4 -inch, 6 -inch, 8 -inch, 10 -inch and 12 -inch water main; Construction of 4 -inch, 6 -inch, 8 -
inch and 12 -inch valves; Construction of 4 -inch, 6 -inch, 8 -inch and 12 -inch water 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 Two
Million Two Hundred Twenty Two Thousand Three Hundred Dollars ($2,222,300.00)
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 1st day of December , 20_J$.
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 ATTORN Y'S PFFICE
Date: V1
By:4jj�f
F&: Aaron C. Harp a6ls
City Attorney ary)�
1: ?rt 6L �vit
Author'zed Signature/Title `rtmovm bb& -+s
Authefize2NA nt Signature
Charles L. Flake, Attorney -In -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
T.E. Roberts, Inc. Page A-2
ACKNOWLEDGMENT 5�-� aAAA-t/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 _ I ss_
On , 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their 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)
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 A-3
ACKNOWLEDGMENT
CIVIL CODE § 1189
A nary 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 0 r"u e, q)/ r ( r
On �Z' before me, h iii ! V I° � f I V q Publ I(
Date Here Insert Name and Title of the Officer
personally appeared
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. .
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
KIM E. NEI ETT WITNESS my hand and official seal.
W,
COMM. *2228431 Z
v. Notary Public • California
Orange County
Comm, Ex fires Feb. 7, 2022D Signature
Signature of Notary Public
Place Notary Seal Above
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:
0 Corporate Officer — Title(s):
El Partner — [-J Limited ❑ General
0 Individual i _ Attorney in Fact
Trustee Guardian or Conservator
Cl Other:
Signer Is Representing:
Signer's Name:
Corporate Officer — Title(s):
❑ Partner — L Limited C7 General
Individual ! Attorney in Fact
El Trustee Guardian or Conservator
U Other: _
Signer Is Representing:
02014 National NotaryAssociation • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907
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 12-1-18
Date
before me, Lexie Sherwood
Insert Name of Notary exactly as it appears on the official seal
personally appeared Charles L. Flake
Name(s) of Signer(s)
EL XI SHERWOOD
(@COMM.
COMM. # 2203287 3
NOTARY PUBLIC •CALIFORNIA nORANGE COUNTY Exp. JULY 27, 2021
, Notary Public,
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness my hand and official seal. )
Signature
Place Notary Seal Above Signature orNqt6ry 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 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 ❑ Limped ❑ 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 Casualty and Surety Company of America
Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
"Companies"), and that the Companies do hereby make, constitute and appoint CHARLES L FLAKE ofAnaheim
California , their true and lawful Attorney -in -Fact 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 3rd day of February,
2017.
YMYYp,
VP 241"
by>�TY ANU
s
wP G9a
NAfirFOfiO, HARTFORD, CCS
LLQ CtkVV. 9 w CONN.
W
�,,�'•• �'. >ybj Y ANya'r ��
State of Connecticut
City of Hartford ss.
By:
Robert L. Raney, Se or Vice President
On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021 TAq maM�' �-
p��ip i Marie C. Tetreault, Notary Public
NiY
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 Attorneys -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 Attorneys -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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect.
Dated this 1st day of December , 2018
u•q, h
•�`pf�YC gJp,1Y A OS
y �
WtA1F r Ct a NAATFORD, t Q
C0- �1Y. w CONN, o SEMI
Kevin E. Hughes, Assi tant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880,
Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached.
Executed in Two Counterparts
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 106920564
FAITHFUL PERFORMANCE BOND
Bond #106920564
Premium $18,045
The premium charges on this Bond is $ 18,045 , being at the
rate of $10.60 / $7.40 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 removal of existing
4 -inch, 6 -inch, 8 -inch, 10 -inch and 12 -inch water main; Construction of 4 -inch, 6 -inch, 8 -
inch and 12 -inch valves; Construction of 4 -inch, 6 -inch, 8 -inch and 12 -inch water 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 Two
Million Two Hundred Twenty Two Thousand Three Hundred Dollars ($2,222,300.00)
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
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
T.E. Roberts, Inc. Page B-1
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 1st day of Qe ,20 18.
T.E. Roberts, Inc. r Pr�sidC4
Name of Contractor (Principal) Authorized Signature/TitleYlm9lil`I P-°ber-'s
Travelers Casualty and Surety
Company of America
Name of Surety Authorized A6eift Signature _
One Tower Square
Hartford, CT 06183
Address of Surety
612-3675
Telephone
APPROVED AS TO FORM:
CITY ATTORN Y' OFFICE
Date:
By: Lf� i4�4�
V:Aaron C. Harp 1a 13 •IB
City Attorney Cir
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
Nom, cf, 10/
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
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.
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.
State of California
(seal)
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) islare
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
ALL-PURPOSE ACKNOWLEDGMENT
CML CODE § 1189
iA nowry public or other officer completing this certificate verifies only the identity of the individual who signed the
ddcnent to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of orae U� q)�
On �2 - before me, I� I M � ! V � Vv �� , I V b-1f1t* b11 G
Date Here Insert Name and Title of the Officer
personally appeared
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.
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. NEWETT Signature of Notary Public
r • COMM. #2228431 z
°�: 'Z o Notary Public • California 0
Z �� Orange County
M Comm. Expires Feb, 7, 2022
a
Place Notary Seal Above
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: Document Date:
Number of Pages: _.— Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
Cl Corporate Officer — Title(s): _
• Partner — i -1 Limited General
O Individual C_j Attorney in Fact
i Trustee (:.1 Guardian or Conservator
U Other:
Signer Is Representing:
Signer's Name: _
U Corporate Officer — Title(s):
❑ Partner — U Limited Cl General
U Individual U Attorney in Fact
U Trustee C:l Guardian or Conservator
U Other: _
Signer Is Representing:
02014 National Notary Association • www. National Notary, org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907
`'t
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 12-1-18
before me, Lexie Sherwood
Date Insert Name of Notary exactly as it appears on the official seal
personally appeared Charles L. Flake
Signer(s)
, Notary Public,
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
LEXIE SHERWOOD person(s), or the entity upon behalf of which the person(s)
COMM. # 2203287 3 acted, executed the instrument.
a. NOTARY PUBLIC CALIFORNIA n
ORANGE COUNTY - I certify under PENALTY OF PERJURY under the laws of
Comm. Exp. JULY 27, 2021 the Sae of California that the foregoing paragraph is true
and correct.
Witness my hand and o Icial seal.
Signature _
Place Notary Seal Above Signature of Nota Public'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(les) 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:
Travelers Casualty and Surety Company of America
AOW Travelers Casualty and Surety Company
TRAVELERS, St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
"Companies"), and that the Companies do hereby make, constitute and appoint CHARLES L FLAKE of Anaheim
California , their true and lawful Attorney -in -Fact 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 3rd day of February,
2017.
(,H
A�CY AN, rFOR%�ONN. CONN. ,C ' m CONN. o � SrN.
State of Connecticut
By:
City of Hartford ss. Robert L. Raney, Se or Vice President
On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021 TM m0l� �-
�,e��pst Marie C. Tetreault, Notary Public
'yV CfG
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 Attorneys -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 Attorneys -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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect.
Dated this 1st day of December , 2018
"TY AA"
gJP O S,G
4P 9
w
t4lRTFCRQ e m NACONN.
CONN. Y CONN. o°
s
f � jet
Kevin E. Hughes, Assi tant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached.
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
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials, employees and
volunteers or shall specifically allow Contractor or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Contractor hereby waives its own right of
recovery against City, and shall require similar written express waivers and
insurance clauses from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its elected or appointed officers, agents, officials, employees and
volunteers shall be included as additional insureds under such policies.
C. Primary and Non Contributory. Contractor's insurance coverage shall be
primary insurance and/or the primary source of recovery with respect to
City, its elected or appointed officers, agents, officials, employees and
volunteers. Any insurance or self-insurance maintained by City shall be
excess of Contractor's insurance and shall not contribute with it.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation or nonrenewal of coverage (except for
nonpayment for which ten (10) calendar days' notice is required) for each
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. All of the executed
documents referenced in this Contract must be returned to City within ten
T.E. Roberts, Inc. Page C-2
(10) regular City business days after the date on the "Notification of Award".
Insurance certificates and endorsements must be approved by City's Risk
Manager prior to commencement of performance. Current certification of
insurance shall be kept on file with City at all times during the term of this
Contract. City reserves the right to require complete, certified copies of all
required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any time
during the term of the Contract to change the amounts and types of
insurance required by giving Contractor ninety (90) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as CG
20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and agrees
that any actual or alleged failure on the part of City to inform Contractor of
non-compliance with any requirement imposes no additional obligations on
City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage normally
provided by any insurance. Specific reference to a given coverage feature
is for purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Contractor maintains higher
limits than the minimums shown above, the City requires and shall be
entitled to coverage for higher limits maintained by the Contractor. Any
available proceeds in excess of specified minimum limits of insurance and
coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any
self-insured retentions on any portion of the insurance required herein and
further agrees that it will not allow any indemnifying party to self -insure its
obligations to City. If Contractor's existing coverage includes a self-insured
retention, the self-insured retention must be declared to City. City may
T.E. Roberts, Inc. Page C-3
review options with Contractor, which may include reduction or elimination
of the self-insured retention, substitution of other coverage, or other
solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
G. City Remedies for Non Compliance. If Contractor or any subcontractor fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Contract, or to suspend Contractor's right to proceed until proper evidence
of insurance is provided. Any amounts paid by City shall, at City's sole
option, be deducted from amounts payable to Contractor or reimbursed by
Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Contractor's
performance under this Contract, and that involve or may involve coverage
under any of the required liability policies. City assumes no obligation or
liability by such notice, but has the right (but not the duty) to monitor the
handling of any such claim or claims if they are likely to involve City.
Coverage not Limited. All insurance coverage and limits provided by
Contractor and available or applicable to this Contract are intended to apply
to the full extent of the policies. Nothing contained in this Contract or any
other agreement relating to City or its operations limits the application of
such insurance coverage.
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: 12/10/18
Date Completed: 12/10/18 Sent t
Company/Person required to have certificate:
Type of contract:
Dept./Contact Received From: Raymund
o: Raymund By: Jan
T E Roberts, Inc.
Other
I. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 9/1/18 — 9/1/19
A. INSURANCE COMPANY: Old Republic General Insurance Corp.
B. AM BEST RATING (A-: VII or greater): A / X
C. ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
® Yes ❑ No
D. LIMITS (Must be $1 M or greater): What is limit provided?
$1M/$2M/2M
E. ADDITIONAL INSURED ENDORSEMENT — please attach
® Yes ❑ No
F. PRODUCTS AND COMPLETED OPERATIONS (Must
B.
include): Is it included? (completed Operations status does
not apply to Waste Haulers or Recreation)
® Yes ❑ No
G. ADDITIONAL INSURED FOR PRODUCTS AND
ADMITTED COMPANY (Must be California Admitted):
COMPLETED OPERATIONS ENDORSEMENT (completed
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
❑ No
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
$1,000,000
is not limited solely by their negligence) Does endorsement
E
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
II. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 9/1/18 — 9/1/19
A.
INSURANCE COMPANY: Old Republic General Insurance Corp.
B.
AM BEST RATING (A- : VII or greater) A / X
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.
ADDITIONAL INSURED WORDING:
❑ N/A
® Yes
❑ No
G.
PRIMARY & NON-CONTRIBUTORY WORDING:
❑ N/A
® Yes
❑ No
H.
HIRED AND NON -OWNED AUTO ONLY:
® N/A
❑ Yes
❑ No
I.
NOTICE OF CANCELLATION:
❑ N/A
® Yes
❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 9/1/18 — 9/1/19
A.
INSURANCE COMPANY: Old Republic General Insurance Corp.
B.
AM BEST RATING (A-: VII or greater): A / X
C.
ADMITTED Company (Must be California Admitted):
® Yes
❑ No
D.
WORKERS' COMPENSATION LIMIT: Statutory
® Yes
❑ No
E.
EMPLOYERS' LIABILITY LIMIT (Must be $1 M 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
VI BUILDERS RISK
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
12/10/18
Date
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Approved:
Risk Management
* Subject to the terms of the contract.
Date
City of Newport Beach
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE 2
Contract No. 7173-2
PROPOSAL
(Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids.
Contractor shall sign the below acknowledgement)
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete Contract No. 7173-2 in accordance with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit:
Date
-T -114 (120,M712- E 714 =12 I
Bidder's Telephone and Fax Numbers
603obs A, C-
Bidder's License No(s).
and Classification(s)
-V . r--. i.bbe-r't5 Inn
P t
Bidder's AuthorireediRgyattuor�e�and Title
3oi w. Ka+.el)a Ay?. s+e R. Ormile (A- 9ZW
Bidder's Address
Bidder's email address: �n rtn�l-teY-h b? r iS. C,0
PR -1
City of Newport Beach
Page 1
BALBOA ISLAND WATER MAIN REPLACEMENT -PHASE 2 (C-7173-2), bidding on November 7, 2018 10:00 AM (Pacific) Printed 11/07/2018
Bid Results
Bidder Details
Vendor Name TE Roberts Inc.
Address 306 W. Katella Avenue
Unit B
Orange, CA 92867
United States
Respondee Brian Wagner
Respondee Title Estimator
Phone 714-669-0072 Ext.
Email estimataing@teroberts.com
Vendor Type DGS,CADIR
License # 603008
CADIR 1000000280
Bid Detail
Bid Format Electronic
Submitted November 7, 2018 9:48:21 AM (Pacific)
Delivery Method
Bid Responsive
Bid Status Submitted
Confirmation # 157972
Ranking 0
Respondee Comment
Buyer Comment
Attachments
File Title
File Name
File Type
TER bid
NB bid 110718 BI Phase 2.pdf
General Attachment
TERoberts Bid Bond BI ph 2
NB bid bond BI ph 2.pdf
Bid Bond
Line Items
Type Item Code UOM
Qty Unit Price
Line Total Comment
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE
2
1 Mobilization/Demobilization
LS
1 $80,000.00
$80,000.00
2 Traffic Control
LS
1 $21,000.00
$21,000.00
3 Excavation Safety
LS
1 $25,000.00
$25,000.00
4 Traffic Striping
LS
1 $11.700.00
$11,700.00
5 Surveying Services
LS
1 $10,000.00
$10,000.00
City of Newport Beach
Page 2
BALBOA ISLAND WATER MAIN REPLACEMENT -PHASE
2 (C-7173-2),
bidding on November
7, 2018 10:00 AM (Pacific) Printed 11/07/2018
Bid Results
Type
Item Code
UOM
Qty
Unit Price
Line Total Comment
6
Provide As -Built Plans (Fixed Cost)
LS
1
$5,000.00
$5,000.00
7
Construct 4 -inch PVC Pipe
LF
30
$255.00
$7,650.00
8
Construct 6 -inch PVC Pipe
LF
850
$118.00
$100.300.00
9
Construct 8 -inch PVC Pipe
LF
100
$137.00
$13,700.00
10
Construct 12 -inch PVC Pipe
LF
3100
$143.00
$443,300.00
11
Construct 4 -inch DI RW Gate Valve
EA
3
$1,300.00
$3,900.00
12
Construct 6 -inch DI RW Gate Valve
EA
30
$1,600.00
$48,000.00
13
Construct 8 -inch DI RW Gate Valve
EA
2
$2,000.00
$4,000.00
14
Construct 12 -inch DI Butterfly Valve
EA
8
$3,500.00
$28,000.00
15
Cut -In New 6 -inch DI RW Gate Valve
EA
1
$5,200.00
$5,200.00
16
Cut -In New 8 -inch DI RW Gate Valve
EA
1
$6,100.00
$6,100.00
17
Cut -In New 10 -inch DI RW Gate Valve
EA
1
$8,900.00
$8,900.00
18
Cut -In New 12 -inch DI RW Gate Valve
EA
1
$9.800.00
$9,800.00
19
Remove Existing Valve, Install Pipe and Connect
to Existing
EA
2
$5,700.00
$11,400.00
20
Remove Ex. Valve, Cut & Cap Ends of Pipe
w/Conc. (Min. 18") and
Abandon in Place
EA
5
$4,800.00
$24,000.00
21
Cut and Plug End of Existing Water Main w/Conc.
(Min. 18") and
Abandon in Place
EA
45
$2,400.00
$108,000.00
City of Newport Beach Page 3
BALBOA ISLAND WATER MAIN REPLACEMENT -PHASE 2 (C-7173-2), bidding on November 7, 2018 10:00 AM (Pacific) Printed 11107/2018
Bid Results
Type
Item Code UOM
Qty
Unit Price
Line Total Comment
22
Connect to Existing Water Main Per Connection Detail
EA
21
$6,900.00
$144,900.00
23
Install 2" Air and Vacuum Release Valve Assembly
EA
1
$8,900.00
$8,900.00
24
Remove Existing AC Pipe (4 -inch to 12 -inch)
LF
400
$65.00
826.000.00
25
Remove Existing Pipe (4 -inch to 12 -inch)
LF
180
$50.00
$9,000.00
26
Construct 6 -Inch Fire Hydrant Assembly
EA
12
$10,500.00
$126,000.00
27
Pressure Test, Disinfect and Flush New Water Mains
LS
1
$12.900.00
$12,900.00
28
Pothole Crossing Utilities
LS
1
$48,000.00
$48,000.00
29
Trench Dewatering & Discharge
LF
4000
$13.00
$52,000.00
30
Temporary Paving w/Hot Mix Asphalt Concrete
TN
200
$200.00
$40,000.00
31
Remove and Construct 8" Thick PCC Alley/Street Pavement
SF
60000
$10.45
$627,000.00
32
Repair PCC Sidewalk
SF
500
$13.00
$6,500.00
33
Repair PCC Alley Approach
SF
1000
$28.00
$28,000.00
34
Repair PCC Colored/Stamped Bomanite
SF
1250
$28.00
835,000.00
35
Repair Landscaping (Between St. 10+00 to Sta. 10+13)
LS
1
$6,500.00
$6.500.00
36
Repair PCC Curb & Gutter
LF
50
$85.00
$4,250.00
37
Repair PCC Curb Access Ramp
SF
400
$37.00
$14,800.00
City of Newport Beach Page 4
BALBOA ISLAND WATER MAIN REPLACEMENT- PHASE 2 (C-7173-2), bidding on November 7, 2018 10:00 AM (Pacific) Printed 11i07/2018
Bid Results
Type Item Code UOM Qty Unit Price Line Total Comment
38 Construct Siphon on Existing 6 -inch Water Main
EA 3 $4,900.00 $14,700.00
39 Install 1 -inch Water Service
EA 13 $3,300.00 $42,900.00
Subtotal $2,222,300.00
Total $2,222,300.00
Subcontractors
Name & Address Description License Num CADIR Amount Type
Connor Concrete Cutting saw cutting 977475 1000010037 $40,000.00
PO Box 447
Norco, CA 92860
United States
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM. NO.1
BALBOA ISLAND WATER MAIN REPLACEMENT -- PHASE 11
CONTRACT NO. 7173-2
` s
DATE: November 2, 2018 BY: f.
TO: ALL PLANHOLDERS AC77NG W&GINEER
The following changes, additions, deletions, or clarifications shall be made to the contract
documerris — all other conditions shall remain the same.
PROPOSAL
The Contractor shall note and account as part of the bid, the change in quantity for the following
bid itern's.
14. Construct 12 -inch Dl Butterfly Valve EA S.
22. Conned to Existing Water Main Per Connection Detail EA 21.
6-7.1 Tk ne of Completion -General
Replace the first paragraph with the following:
The Contactor shall complete all work under the Contract within 125 consecutive working
days after the date on the Notice to Proceed, which wit be issued no later than January 7.
20L 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.
7-10.6.3 Steel Plate Covers
Replace the first paragraph with the following:
Steel plates utilized for trending shall be slip resistant type per Caltrans standards. In
addition, steel plates on asphalt pavement shall be pinned flush with existing surface.
9-3.1 General
Replace item No. 15-18 with the following:
Item No. 15-18 Cut -In 6 -inch, 8 -inch, 10 -inch and 12 -Inch Ductile Iron Resillenit
Wedge Gate Valve: 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, trench dewatering, removing
of existing valve, installing a Ductile Iron Resilient Wedge Gate Valve including, but noft
limited to, valve box and cover and valve extension, connections to existing facilities, frRtings„
transition or flexible couplings, removal of interfering portions of existing utilities or
improvements, bedding, backfill, compaction, disposal of excess excavation materials, and
all other work items as required to complete the work in place.
PLANS
Sheet 7 — General Notes
Replace item No. 9 with the following:
9. Wafter mains shall have a minimum of 3(r of cover from finished surface.
Connection Detail `V'
The contractor shall include attached (letter sized plan) Connection Detall 'V as part of bid.
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. F.. )►l(-
Bidder's Name (Please Print)
Authorized Signature & Title -nnwo f,� PO&e-v-45
k 1fy1&19 czuran! proJatls�80D - watellbalboa Island water main raptaewwd ph a x.7173-219nt t 1pddWWL:m m i.doc
EXISTING
8"W(PVC)
"I
EXISTING
12"W(CIP)
18"
SII
�__v
EXISTING
1. 8"W(PVC)
— EXISTING
12"W(CIP)
DETAIL "V"
NOT TO SCALE
O
CONSTRUCT
>.
ak
SEE CONNECTION EXISTING EXISTING
„
(SDR -14) PER CITY STD-106—L—B
10
INSTALL 12"
DETAIL 12"W(CIP) CURB
VALVE WITH
VALVE BOX AND RISER PER CITY
STD -508—L,
STD-510—L—C, AND STD -511—L
11
CONSTRUCT
THRUST BLOCK PER CITY STD -510—L
15
REMOVE INTERFERING PORTIONS OF EXISTING
WATER PIPE,
VALVES AND APPURTENANCES
21
INSTALL 12"
X 8" (FE X FE) DUCTILE IRON
REDUCER
25
O
X MJ) DUCTILE IRON ADAPTER
EXISTING —EXISTING
EXISTING
8 W(PVC) 12"W(CIP)
CONSTRUCTION NOTES
EXISTING
8"W(PVC)
"I
EXISTING
12"W(CIP)
18"
SII
�__v
EXISTING
1. 8"W(PVC)
— EXISTING
12"W(CIP)
DETAIL "V"
NOT TO SCALE
O
CONSTRUCT
12—INCH DIAMETER C-900 PVC
WATER MAIN
(SDR -14) PER CITY STD-106—L—B
10
INSTALL 12"
CLASS 150 (FE X MJ) BUTTERFLY
VALVE WITH
VALVE BOX AND RISER PER CITY
STD -508—L,
STD-510—L—C, AND STD -511—L
11
CONSTRUCT
THRUST BLOCK PER CITY STD -510—L
15
REMOVE INTERFERING PORTIONS OF EXISTING
WATER PIPE,
VALVES AND APPURTENANCES
21
INSTALL 12"
X 8" (FE X FE) DUCTILE IRON
REDUCER
25
INSTALLS" (FE
X MJ) DUCTILE IRON ADAPTER
26 INSTALL 12" (FE X FE) DUCTILE IRON CROSS
55 INSTALL 12" DUCTILE IRON LONG BODY
TRANSITION COUPLING (PVC X CIP)
BALBOA ISLAND WATER MAIN
REPLACEMENT PHASE II
ADDENDUM NO. 1
CONNECTION DETAIL V
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C-7173-2 1 10131/18
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
BALBOA ISLAND WATER MAIN REPLACEMENT - PHASE II
CONTRACT NO. 7173-2
APPENDIX iv
APPENDIX A: OCSD SPECIAL PURPOSE DISCHARGE PERMIT iv
PART 1 - GENERAL PROVISIONS 1
SECTION 00 — PRE-BID MEETING 1
All contractors wishing to bid on this project shall be represented by its CEO/Owner who will be
signing the contract documents and Superintendent who will be managing the Project, at this
mandatory meeting. 1
SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 2
1-2 TERMS AND DEFINITIONS 2
SECTION 2 - SCOPE AND CONTROL OF THE WORK 2
2-1 AWARD AND EXECUTION OF THE CONTRACT 2
2-5 PLANS AND SPECIFICATIONS 2
2-5.2 Precedence of Contract Documents 2
2-6 WORK TO BE DONE 2
2-9 SURVEYING 2
2-9.1 Permanent Survey Markers 2
2-9.2 Survey Service 3
SECTION 3 - CHANGES IN WORK 4
3-3 EXTRA WORK 4
3-3.2 Payment 4
3-3.2.2 Basis for Establishing Cost 4
3-3.2.3 Markup 4
SECTION 4 - CONTROL OF MATERIALS 4
4-1 MATERIALS AND WORKMANSHIP 4
4-1.3 Inspection Requirements 4
4-1.3.1 General 4
SECTION 5 - UTILITIES 5
5-1 LOCATION 5
5-1.1 General 5
5-2 PROTECTION 5
5-4 RELOCATION 5
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6
6-1.1 Construction Schedule 6
6-7 TIME OF COMPLETION 6
6-7.1 General 6
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7
6-9 LIQUIDATED DAMAGES 8
6-11 SEQUENCE OF CONSTRUCTION 8
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
9
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
9
7-1.2 Temporary Utility Services
9
7-2 LABOR
9
7-2.2 Prevailing Wages
9
7-7 COOPERATION AND COLLATERAL WORK
10
7-8 WORK SITE MAINTENANCE
10
7-8.4 Storage of Equipment and Materials
10
7-8.4.2 Storage in Public Streets
11
7-8.5 Sanitary Sewers
11
7-8.5.2 Sewage Bypass and Pumping Plan
11
7-8.6 Water Pollution Control
11
7-8.6.2 Best Management Practices (BMPs)
11
7-8.7.2 Steel Plates
14
7-10 SAFETY
14
7-10.1 Traffic and Access
14
7-10.3 Street Closures, Detours and Barricades
14
7-10.3 Haul Routes
15
7-10.4 Safety
15
7-10.4.1 Work Site Safety
15
7-10.5 "No Parking" Signs
15
7-10.5.3 Steel Plate Covers
16
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
9-2 LUMP SUM WORK
17
9-3 PAYMENT
17
9-3.1 General
17
9-3.2 Partial and Final Payment.
22
PART 2 - CONSTRUCTION MATERIALS 22
SECTION 200 — ROCK MATERIALS
22
200-2 UNTREATED BASE MATERIALS
22
200-2.1 General
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
203-6.5 Type III Asphalt Concrete Mixtures
22
SECTION 209 — PRESSURE PIPE
23
209-1 IRON PIPE AND FITTINGS
23
209-1.1 Ductile Iron Pipe
23
209-1.1.2 Materials
23
SECTION 212 — WATER AND SEWER SYSTEM VALVES AND APPURTENANCES
24
212-5 VALVES
24
212-5.2 Butterfly Valves
24
212-5.2.1 General
24
SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 25
214-4 PAINT FOR STRIPING AND MARKINGS
25
214-4.1 General
25
214-6 PAVEMENT MARKERS
25
214-6.3 Non -Reflective Pavement Markers
25
214-6.3.1 General
25
214-6.4 Retroreflective Pavement Markers
25
214-6.4.1 General
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
27
302-5 ASPHALT CONCRETE PAVEMENT
27
302-5.1 General
27
302-5.4 Tack Coat
27
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
27
302-6.7 Traffic and Use Provisions
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
28
303-5.4.1 General
28
303-5.5 Finishing
28
303-5.5.2 Curb
28
303-5.5.4 Gutter
28
303-7 COLORED CONCRETE
28
303-7.1 General
28
SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 28
306-2 DELIVERY, STORAGE, HANDLING, AND PROTECTION OF PIPELINE MATERIALS, FITTINGS, VALVES, AND
APPURTENANCES 28
306-2.7 Shutdowns of Existing Pipelines 28
306-2.7.3 Temporary Bypasses 28
306-8 PREFABRICATED PRESSURE PIPE 30
306-8.9 Pipeline Pressure Testing, Disinfection, and Commissioning 30
SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS
30
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS
30
314-4.1 General
30
314-4.2 Control of Alignment and Layout
30
314-4.2.1 General
30
314-4.4 Thermoplastic Traffic Striping and Pavement Markings
31
314-4.4.1 General
31
314-4.4.2 Surface Preparation
31
314-5 PAVEMENT MARKERS
31
314-5.1 General
31
PART 6 — TEMPORARY TRAFFIC CONTROL 32
SECTION 600 - ACCESS
32
600-1 GENERAL
32
600-2 VEHICULAR ACCESS
32
600-3 PEDESTRIAN ACCESS
32
SECTION 601— WORK AREA TRAFFIC CONTROL
33
601-1 GENERAL
33
601-2 TRAFFIC CONTROL PLAN (TCP)
33
APPENDIX
APPENDIX A: OCSD SPECIAL PURPOSE DISCHARGE PERMIT
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
BALBOA ISLAND WATER MAIN REPLACEMENT — PHASE II
CONTRACT NO. 7173-2
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 -5382-S); (3) the City's
Design Criteria, Standard Special Provisions and Standard Drawinqs for Public Works
Construction, (2004 Edition), including Supplements; (4) Standard Specifications for
Public Works Construction (2015 Edition) including supplements. The City's Design
Criteria, Standard Special Provisions and Standard Drawings for Public Works
Construction are available at the following website:
http://www.newportbeachca.gov/government/departments/public-works/resources
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 and Superintendent who
will be managing the Project, at this mandatory meeting.
Where: 100 Civic Center Drive, Newport Beach
(Crystal Cove Conference Room, Bay 2D)
When: October 17, 2018 at 8:00 A.M.
Pagel of 34
SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND
SYMBOLS
1-2 TERMS AND DEFINITIONS
Add the following definition:
City — City of Newport Beach
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF THE CONTRACT
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
Subcontractors shall possess a valid Business License issued by the City.
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
If there is a conflict or discrepancy between different Contract Documents, the more
stringent requirement as determined by the Engineer shall control.
2-6 WORK TO BE DONE
The work necessary for the completion of this contract consists of
Removal of existing 4 -inch, 6 -inch, 8 -inch, 10 -inch and 12 -inch water main;
Construction of 4 -inch, 6 -inch, 8 -inch and 12 -inch valves;
Construction of 4 -inch, 6 -inch, 8 -inch and 12 -inch water 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 the second paragraph and replace with the
submit to the Engineer, a minimum of 7 days prior
controlling survey monuments which may be disturbed.
Page 2 of 34
following: The Contractor shall
to the start of work, a list of
The Contractor will:
a) set survey points outside the affected work area that reference and locate each
controlling survey monument that may be disturbed,
b) file a Corner Record or Record of Survey with the County Surveyor after setting
the survey points to be used for re-establishment of the disturbed controlling
survey monuments, and
c) file a Corner Record or Record of Survey with the County Surveyor after
reestablishment of the disturbed (permanent) controlling 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 Corner Record
or Record of Survey with the County Surveyor 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 Survey Service
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
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.
Page 3 of 34
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.2 Basis for Establishing Cost
3-3.2.2.3 Tool and Equipment Rental
Tool and equipment rental rates shall be based on the current Caltrans rental rates.
3-3.2.3 Markup
3-3.2.3.1 Work by the Contractor
Delete this section and replace with the following: The following percentages shall be
added to the Contractor's costs (prior to any markups) and shall constitute the markup
for all overhead and profit:
1) Labor ............................................ 15
2) Materials ....................................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
3-3.2.3.2 Work by a Subcontractor
Delete this section and replace with the following: When all or any part of the extra work
is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be
applied by the Subcontractor to the actual costs (prior to any markups) and shall
constitute the markup for all overhead and profit. An additional markup of five (5)
percent of the subcontracted actual cost (prior to any markups) may be added by the
Contractor.
To the sum of the costs and markups provided for in this subsection, one (1) percent
may be added for compensation for bonding.
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4-1.3.1 General
All material and articles furnished by the Contractor shall be subject to rigid inspection,
and no material or article shall be used until it has been inspected and accepted by the
Page 4 of 34
Engineer. The Contractor shall furnish the Engineer with 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
5-1.1 General
The Contractor is responsible for, and shall at his or her expense, pothole all existing
utilities which may be affected by the work to verify points of connection and potential
conflicts. No segment of work shall begin until the contractor has potholed and verified
points of connection and related connection material requirements, and coordinated the
final/existing layout of the laterals/pipeline with the Engineer, including adjustments due
to field conflicts with other utilities or structures above or below ground.
Within seven (7) calendar days after completion of the work or phase of work, the
Contractor shall remove all USA utility markings. Removal by sand blasting is not
allowed. Any surface damaged by the removal effort shall be repaired to its pre -
construction condition or better at the contractor's expense.
5-2 PROTECTION
In the event that an existing pull box, meter box or any other utility box is damaged by
the Work and is not re -useable, the Contractor shall provide and install a new
replacement pull box, meter box or any other utility box of identical type and size at no
additional cost to the City.
5-4 RELOCATION
All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes
and survey monument boxes (collectively known as "utility boxes") which are affected
by the Work shall be replaced to finish grade with new utility boxes. During asphalt
paving operation, manholes within paving area shall be temporarily lowered and
covered. Upon completion of paving operation, manholes shall be permanently
adjusted to finish grade.
The Contractor will be required to contact Southern California Edison, The Gas
Company, cable television companies, telecommunication companies and any other
Page 5 of 34
utility companies to have their existing utilities adjusted to finish grade. The Contractor
shall coordinate with each utility company for the adjustment of their facilities in
advance of work to avoid potential delays to the project schedule. The Contractor shall
provide the necessary survey control for all utility companies to adjust boxes and vaults
to the final grade. The Contractor will be required to coordinate with these companies
for inspection of the work.
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
6-1.1 Construction Schedule
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 baseline schedule to the Engineer for approval
a minimum of five working days prior to the pre -construction meeting.
The Engineer will review the baseline 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 baseline schedule, the Contractor shall be prohibited from starting
additional work until Contractor has exerted extra effort to meet the baseline schedule
and has demonstrated the ability to maintain the 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.
Contractor shall update the schedule periodically or as directed by the Engineer to reflect
any delay or extension of time. In additional, Contractor shall prepare 2 -week look -ahead
schedules on a bi-weekly basis with detailed daily activities.
6-7 TIME OF COMPLETION
6-7.1 General
The Contractor shall complete all work under the Contract within 125 consecutive
working days after the date on the Notice to Proceed. The Contractor shall ensure the
availability and delivery of all material prior to the start of work. Unavailability of
material will not be sufficient reason to grant the Contractor an extension of time.
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.
Page 6 of 34
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 Saturdays 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.
The following days are designated City holidays and are non -working days:
1. January 1St (New Year's Day)
2. Third Monday in January (Martin Luther King Day)
3. Third Monday in February (President's Day)
4. Last Monday in May (Memorial Day)
5. July 4th (Independence Day)
6. First Monday in September (Labor Day)
7. November 11th (Veterans Day)
8. Fourth Thursday and Friday in November (Thanksgiving and Friday after)
9. December 24th, (Christmas Eve)
10. December 25th (Christmas)
11. December 26th thru 30th (City Office Closure)
12. December 31 st (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.
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY
Prior to acceptance of work, the Contractor shall submit a full size set of plans to the
Engineer. Retention payment and bonds will not be released until the as -built plans are
reviewed and approved by the Engineer. A set of approved plans and specifications
shall be on the job site at all times. 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 payment is submitted. Any changes to the approved plans that have
been made with approval from the Engineer shall be documented on the as -built plans.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
Page 7 of 34
6-9 LIQUIDATED DAMAGES
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 $1,500.
Execution of the Contract shall constitute agreement by the City and Contractor that the
above liquidated damages per calendar 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.
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,
then cut/cap or construct siphons on existing water mains located at alley intersections.
The following sequence of construction shall be followed:
1. Park Avenue — 12 -inch water main. Work on Park Avenue will be phased two
blocks at a time. Once the new water main is in place (from the west end of
Park Avenue to Alley 402-B) and has passed testing requirements the
contractor will then reconnect to existing mains per plan.
2. Collins Avenue — 6 -inch water main.
Siphon Locations:
a. 6" -inch between Pearl Avenue and Agate Avenue
b. 6 -inch between Ruby Avenue and Diamond Avenue
c. 6 -inch between Apolena Avenue and Amethyst Avenue
Page 8 of 34
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
7-1.2 Temporary Utility Services
If the Contractor elects to use City water, Contractor shall arrange for a meter and
tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the
deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a
charge for water usage and any repair charges for damage to the meter.
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, dust control, 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 such water.
7-2 LABOR
7-2.2 Prevailing Wages
In accordance with California Labor Code Section 1720.9, hauling and delivery of
ready -mixed concrete for public works contracts are subject to prevailing wages.
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),
Page 9 of 34
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
(chrome, copper, nickel, zinc), plus arsenic and selenium (by EPA method 60106), 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
City forces will perform all shut downs of water, sewer and storm drain facilities as
required. The Contractor shall provide the City advanced notice a minimum of seven
calendar days prior to the time contractor desires the shutdown these City facilities.
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. It is the Contractor's responsibility to notify the
affected businesses and residents of the upcoming water shutdown with a form
provided by the Engineer at least 48 hours in advance of the water shut down.
7-8 WORK SITE MAINTENANCE
7-8.4 Storage of Equipment and Materials
Page 10 of 34
7-8.4.2 Storage in Public Streets
Construction materials and equipment may only be stored in streets, roads, or sidewalk
areas if approved by the Engineer in advance. It is the Contractor's responsibility to
obtain an area for the storage of equipment and materials. The Contractor shall
obtain the Engineer's approval of a site for storage of equipment and materials prior to
arranging for or delivering equipment and materials to the site. Prior to move -in, the
Contractor shall take photos of the laydown area. The Contractor shall restore the
laydown area to its pre -construction condition. The Engineer may require new base
and pavement if the pavement condition has been compromised during construction.
7-8.5 Sanitary Sewers
7-8.5.2 Sewage Bypass and Pumping Plan
The Contractor shall bypass all sewage flows during sewer related construction
operations as required. The Contractor shall at all times be responsible for the
operation of the bypass system, including furnishing the necessary equipment and
making arrangements to obtain power as required. If pumping is required, the
Contractor shall provide redundant pumping capabilities to remain on site if the primary
system fails. Primary bypass system and backup bypass systems shall be designed to
handle 120% of the peak flow as specified by the City. The effluent level in the bypass
pumping manhole shall not be allowed to rise more than 1 foot above the crown of the
incoming sewer pipe. Plans for bypassing shall be submitted by the Contractor to the
City for approval prior to related construction activity, allowing at least 10 working days
for review and return of comments. Approval by the City does not in any way relieve
the Contractor of its responsibilities provided for in this section of any public liability for
sewage spills under this Contract.
7-8.6 Water Pollution Control
7-8.6.2 Best Management Practices (BMPs)
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.
Page 11 of 34
The BMP will be approved by the Engineer prior to any work. The City 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 14.36.030 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
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
Page 12 of 34
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
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."
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. '
Page 13 of 34
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 flush
with existing pavement surface."
Contractor shall shim plates so that noise is reduced as much as possible.
7-10 SAFETY
7-10.1 Traffic and Access
Add to this section: The Contractor shall provide traffic control and access in
accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic
Control Handbook (WATCH), also published by Building News, Inc.
Pedestrian access to all storefronts, offices, residences, etc., within the limits of work
must be maintained at all times. The Contractor shall cooperate with the Engineer to
provide advance notice to any and all establishments whose access will be impacted by
construction operations, particularly sidewalk construction. The Contractor shall furnish
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 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.
Page 14 of 34
5. For work on Park 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 coordinate bus drop-off and pick-up locations with Newport
Mesa Unified School District for affected locations along Park Avenue.
7. Contractor shall make every effort to keep traffic flowing at all times for the
Agate Avenue ferry crossing and business district.
8. Sidewalk closures shall be set with barricades and SIDEWALK CLOSED
signs on barricades at the closure and detour path signs provided.
7-10.3 Haul Routes
Haul routes shall be submitted to the Engineer for review and approval.
7-10.4 Safety
7-10.4.1 Work Site Safety
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. 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.
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
Page 15 of 34
addition, it shall be the Contractor's responsibility to notify the City's Police Department
at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the
need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking"
signs are available at the Public Works Department public counter.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample
of the completed sign shall be reviewed and approved by the Engineer prior to posting.
7-10.5.3 Steel Plate Covers
Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards.
In addition, steel plates on asphalt pavement shall be pinned and recessed flush with
existing pavement surface.
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."
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
Page 16 of 34
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.
4. Upon successful completion ofthe 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
9-2 LUMP SUM WORK
Contractor shall submit a detailed schedule of value for all lump sum bid items to the
Engineer within 15 days after award of contract.
9-3 PAYMENT
9-3.1 General
Revise paragraph two to read: The unit and lump sum bid prices 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
Page 17 of 34
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.
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, survey 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. 7-10 Construct 4 -inch, 6 -inch, 8 -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. 11-14 Construct 4 -inch, 6 -inch, 8 -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
Page 18 of 34
limited to, valve box and cover and valve extension and all other work items as required
to complete the work in place.
Item No. 15-18 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,
bedding, backfill, compaction, disposal of excess excavation materials, and all other
work items as required to complete the work in place.
Item No. 19 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. 20 Remove Existing Valve, Remove Existing Valve Can, Lid, Riser and
Bury, Cut and Plug Ends of Pipe w/Concrete (Min. 18") and Abandon in Place:
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. 21 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. 22 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. 23 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
Page 19 of 34
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. 24 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. 25 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. 26 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.
Item No. 27 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. 28 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. 29 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. The existing groundwater table is at 3' elevation below pavement and is
influenced by the tide.
Item No. 30 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.
Page 20 of 34
Item No. 31 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. 32 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. 33 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. 34 Repair P.C.C. Colored/Stamped Bomanite: Work under this item
shall include, but is not limited to sawcutting, excavation, backfill, compaction, disposal
of excess material, removal and replacement of existing colored and stamped bomanite
walkway located along the medians on Park Avenue and all other work items as
required to complete the work in place.
Item No. 35 Repair Landscaping (Between Sta. 10+00 to Sta. 10+13): Work
under this item shall include, but is not limited to removal, disposal and replacement of
any damaged landscaping, 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
material, removal and replacement of curb and gutter per STD -1 82-L and all other work
items as required to complete the work in place.
Item No. 37 Repair P.C.C. Curb Access Ramp: Work under this item shall
include, but is not limited to sawcutting, excavation, backfill, compaction, disposal of
excess material, removal of existing pavement, construction of curb access ramp per
Std -181-L-13 and all other work items as required to complete the work in place.
Item No. 38 Construct Siphon on Existing 6" Water Main: 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.
Item No. 39 Install 1" Water Service: Work under this item shall include
installing a new 1 -inch water service per City Std -502-1- (including new lid and box),
reconnecting existing services to new piping and all other work items as required to
complete the work in place.
Page 21 of 34
9-3.2 Partial and Final Payment.
From each progress payment, five (5) percent will be retained by the City, and the
remainder less the amount of all previous payments will be paid.
Partial payments for mobilization and traffic control shall be made in accordance with
Section 10264 of the California Public Contract Code.
PART 2 - CONSTRUCTION MATERIALS
SECTION 200 — ROCK MATERIALS
200-2 UNTREATED BASE MATERIALS
200-2.1 General
Crushed Miscellaneous Base (CMB) shall be used as the untreated base material.
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
Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the
plans.
201-2 REINFORCEMENT FOR CONCRETE
201-2.2 Steel Reinforcement
201-2.2.1 Reinforcing Steel
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
203-6.5 Type III Asphalt Concrete Mixtures
Page 22 of 34
Asphalt concrete finish course and leveling course shall be Type III -C3 -PG 64-10 (20%
max RAP). Asphalt concrete base course shall be Type III -B2 -PG 64-10 (20% max
RAP).
SECTION 209 — PRESSURE PIPE
209-1 IRON PIPE AND FITTINGS
209-1.1 Ductile Iron Pipe
209-1.1.2 Materials
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 couplings used to join pipes in water main construction shall have all
threaded parts and joining hardware fabricated from Type 316 Stainless Steel.
Pipe harness 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.
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 B16.5 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.
Ductile iron pipe fittings and valves buried underground shall be protected with a
polyethylene encasement (plastic film wrap) in accord with AWWA C105 (ANSI A 21.5).
Wrap shall be loose 8 -mil thick polyethylene.
Page 23 of 34
SECTION 212 — WATER AND SEWER SYSTEM VALVES AND APPURTENANCES
212-5 VALVES
212-5.2 Butterfly Valves
212-5.2.1 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.
All valve bodies shall be constructed of cast iron ASTM A126, Class B with ANSI 816.1
flange drilling. All valves shall 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 shall be provided with 316
stainless steel exterior body bolts.
Page 24 of 34
SECTION 214 - TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND
PAVEMENT MARKERS
214-4 PAINT FOR STRIPING AND MARKINGS
214-4.1 General
Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized
thermoplastic.
214-6 PAVEMENT MARKERS
All pavement markers shall comply with Section 85 of the State of California Standard
Specifications.
214-6.3 Non -Reflective Pavement Markers
214-6.3.1 General
All new non -reflective pavement markers Types A and AY shall be ceramic.
214-6.4 Retroreflective Pavement Markers
214-6.4.1 General
All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces,
or approved equal.
PART 3 - CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
300-1 CLEARING AND GRUBBING
300-1.3 Removal and Disposal of Materials
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
found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and
then selecting the link for Franchised Haulers List.
300-1.3.1 General
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
Page 25 of 34
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.
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.
The Contractor shall dispose of all excess or waste material and shall include all fees
for such disposal in the appropriate bid items.
300-1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley
Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made
to a minimum depth of two (2) inches. 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.
300-1.5 Solid Waste Diversion
Non -reinforced concrete and asphalt wastes generated from the job site shall be
disposed of at a facility that crushes such materials for reuse. Excess soil and other
recyclable solid wastes shall not be disposed of at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer and provide appropriate confirmation documentation
from the recycling facility. All material disposal manifests shall be provided to the
Engineer prior to release of final retention.
Page 26 of 34
SECTION 302 - ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT
302-5.1 General
All cracks'/4-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 layer of asphalt concrete (finish course) shall be placed in a separate lift.
Longitudinal joints between two passes of asphalt concrete shall be along a lane line.
Holes, spalls, and cracks greater than 1/4 -inch in width shall be filled and compacted to
95% minimum. 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
SS -1h asphaltic emulsion at a rate not to exceed one
square yard shall be uniformly applied to existing A.C. a
against which asphalt concrete is to be placed."
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
302-6.7 Traffic and Use Provisions
patches, a tack coat of Type
—tenth (1/10) of a gallon per
nd P.C.C. surfaces and edges
The Contractor shall not allow vehicular traffic on new concrete until the concrete has
attained a minimum compressive strength of 3000 psi. High early strength concrete
may be attained to meet the time constraints by the use of additional portland cement
or chemical admixtures in accordance with Section 201-1 and with prior approval of the
Engineer. The cost of high early strength concrete shall be included in the unit prices
for all concrete bid items.
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
Sidewalks and curb access ramps shall be opened to pedestrian access on the day
following concrete placement. In addition, all forms shall be removed, irrigation
Page 27 of 34
systems shall be repaired, and backfill or asphalt concrete patchback shall be placed
within 72 hours following concrete placement.
303-5.4 Joints
303-5.4.1 General
The Contractor shall 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
303-5.5.2 Curb
The Contractor shall install or replace curb markings that indicate sewer laterals on the
face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A
two (2) day notice to the Engineer is required for requests to the City to determine the
location of sewer laterals.
303-5.5.4 Gutter
The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations
shown on the plan.
303-7 COLORED CONCRETE
303-7.1 General
Delete the first sentence and replace with the following: Colored concrete shall be
produced by Method B (Integral Color) as described in Section 303-7.3.
SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION
306-2 DELIVERY, STORAGE, HANDLING, AND PROTECTION OF PIPELINE
MATERIALS, FITTINGS, VALVES, AND APPURTENANCES
306-2.7 Shutdowns of Existing Pipelines
306-2.7.3 Temporary Bypasses
The Contractor will be responsible for the installation of a temporary by-pass system as
described in these special provisions and the plans.
Page 28 of 34
The Contractor can commence installation of new mains once the temporary by-pass
system is in place and has passed a disinfection test. The Contractor shall have the
by-pass line inspected by City personnel prior to commencing the project.
If at any time, the temporary by-pass water system is damaged, it will be the
Contractor's responsibility to repair and replace any damaged or destroyed section to
the satisfaction of the City.
The Contractor shall adhere to the following special provisions when installing
temporary by-pass systems:
1. Water service shall be maintained to all customers at all times except as
necessary to install the temporary by-pass system. The Contractor's method of
providing such continuous service shall be approved by the City prior to
construction.
2. It is recommended that two (2) 2 -inch steel by-pass lines shall be installed, one
on either side of the alley adjacent to the meter boxes. All temporary piping
crossing streets shall be buried and paved flush with the existing surface.
3. The Contractor shall make arrangements with the City's Utilities Division for
disinfection, bacteriological testing and certification of the by-pass systems. The
Contractor shall be responsible for disinfection and flushing the by-pass systems
as well as pulling the bacteriological samples and running the incubations tests
for coliform bacteria.
4. The Contractor will then remove meters and connect services to temporary by-
pass systems. Upon acceptance by the City of new water mains, after the water
services have been reinstalled by the Contractor, the Contractor will disconnect
the temporary by-pass system at each service connection and reinstall meters.
The temporary water main by-pass system installed at any given time shall not exceed
the water services between any single alley section (from local street intersection to
local street intersection) unless approved in writing by the City in advance of the work,
including specific limits of the proposed by-pass.
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.
Page 29 of 34
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."
306-8 PREFABRICATED PRESSURE PIPE
306-8.9 Pipeline Pressure Testing, Disinfection, and Commissioning
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.
5. 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.
6. Contractor shall pressure test new main lines including any services prior to
disinfection.
7. The Contractor shall make arrangements with the City's Utilities Division for
disinfection, bacteriological testing and certification of the new main and
services. The Contractor shall be responsible for disinfection and flushing the
main and services as well as pulling the bacteriological samples and running the
incubation tests for coliform bacteria.
8. 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 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND
PAVEMENT MARKERS
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT
MARKINGS
314-4.1 General
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 placed.
314-4.2 Control of Alignment and Layout
314-4.2.1 General
Page 30 of 34
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 proper striping over a weekend or holiday. Stop
bars shall not remain unpainted overnight.
314-4.4 Thermoplastic Traffic Striping and Pavement Markings
314-4.4.1 General
The final reflectorized thermoplastic striping shall not be applied until the finish course
pavement or slurry seal has been in place for at least 15 days. The thermoplastic shall
be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit
lines which shall be 0.90 mm minimum thickness.
If the Contractor fails to perform striping as specified herein, the Contractor shall cease
all contract work until the striping has been properly performed. Such termination of
work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and
re -notify the affected residents, at the Contractor's sole expense. In addition, if the
Contractor removes/covers/damages existing striping and/or raised pavement markers
outside of the work area, he shall re-stripe/replace such work items at no cost to the
City.
314-4.4.2 Surface Preparation
Primer shall be applied to concrete surfaces prior in application of thermoplastic
striping. The primer shall be formulated for the intended application.
314-5 PAVEMENT MARKERS
314-5.1 General
Raised pavement markers shall not be placed until the finish course pavement or slurry
seal has been in place for at least 15 days.
Page 31 of 34
PART 6 - TEMPORARY TRAFFIC CONTROL
SECTION 600 - ACCESS
600-1 GENERAL
Ten (10) working days prior to starting work, the Contractor shall distribute construction
notices to residents within 500 feet of the project, describing the project and indicating
the limits of construction. The City will provide the notices.
Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to
the residents a second written notice prepared by the City clearly indicating specific
dates in the space provided on the notices when construction operations will start for
each block or street. An interruption of work at any location in excess of 14 calendar
days shall require re -notification. The Contractor shall insert the applicable dates and
times at the time the notices are distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re -notification using an explanatory
letter furnished by the City.
600-2 VEHICULAR ACCESS
The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs
(even if streets have posted "NO PARKING" signs) which shall be posted 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. City "Temporary Tow -Away, No Parking" signs are available at
the Public Works Department public counter.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample
of the completed sign shall be reviewed and approved by the Engineer prior to posting.
600-3 PEDESTRIAN ACCESS
Pedestrian access to all storefronts, offices, residences, etc., within the limits of work
must be maintained at all times. The Contractor shall cooperate with the Engineer to
provide advance notice to any and all establishments whose access will be impacted by
construction operations, particularly sidewalk construction.
Page 32 of 34
SECTION 601 — WORK AREA TRAFFIC CONTROL
601-1 GENERAL
The Contractor shall furnish and install signage, barricades, delineators, yellow safety
ribbons, up to four (4) changeable message boards (CMBs), and any other measures
deemed necessary by the Engineer to safely direct the public around areas of
construction, and into and out of the affected establishments. Messages for the CMBs
shall be updated by the Contractor as directed by the Engineer.
601-2 TRAFFIC CONTROL PLAN (TCP)
The Contractor shall provide traffic control and access in accordance with Section 7-10
of the Standard Specifications and the WORK AREA TRAFFIC CONTROL
HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate
the following items:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
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 Park 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 coordinate bus drop-off and pick-up locations with Newport
Mesa Unified School District for affected locations along Park Avenue.
Page 33 of 34
7. Contractor shall make every effort to keep traffic flowing at all times for the
Agate Avenue ferry crossing and business district.
8. Sidewalk closures shall be set with barricades and SIDEWALK CLOSED
signs on barricades at the closure and detour path signs provided.
APPENDIX
APPENDIX A: OCSD SPECIAL PURPOSE DISCHARGE PERMIT
Page 34 of 34
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: ( )
Complete Legal Entity Name
City State Zip Code
Fax Number: ( )
Contact Name: E-mail Address:
Sewer Service
Address: Street
Please include a site map
List all Principal Owners /Major Shareholders of the site and/or business:
Name
Title
Address
Name Title Address
Name Title Address
For Corporations Only:
City State Zip Code
Year of Incorporation State 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):
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 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? 1-1 Yes ❑ No
■ Projected duration: Of project: Of discharge:
■ Does the facility on this site have a Wastewater Discharge
Permit issued by he Orange County Sanitation District? ElYes ❑ No
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 Sun
■ Days of week of discharge (enter X): Tue Wed Thu Fri Sat
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 (mg/L) 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]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 162, 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:
Street
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)
City State Zip
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
I, 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. 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 or Type)
Signature:
Title:
Company Name:
Date:
Permit No.:
E-mail Address:
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
THIS IS OPTIONAL
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 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. 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 Print or Type)
Signature:
Title:
Company Name:
A designated signatory is defined as:
A duly authorized representative of the responsible officer if. -
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 or a 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. I 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:
Date:
Title: 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
❑ VI I. 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
Submit this form only if the Responsible Officer is to be the Signatory.
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 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.
1 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 Print or Type)
Signature
Title
Company Name
Date
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:\wp.dta\ts\3590\forms\miscfrms\certification of responsible officer.doc
Last revised: May 6, 1999
Submit this form only if the Responsible Officer wants to designate a Signatory.
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. 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 Print or Type)
Signature
Title
Company Name
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
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 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
Signature
Title
Print or Type)
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\FY14-15 CURRENT PROJECTS\600 - WATER\C-5481 - Newport Blvd Water Main Rehabilitation CAP14-
0030\DESIGN PHASE\Appendix A3 - OCSD Designated Signatory.doc