HomeMy WebLinkAboutC-8556-3 - On-Call M/RSA for Underground Utility Installation and Repair Services0)1�)
Roberts
INCORPORATED
GE II ERAI ENGIN I E R INC (OR IR A(l OR
T.E. Roberts, Inc.
17771 Mitchell North
Irvine, CA 92614
Phone (714) 669-0072 Fax (714) 200-0241
TO: CITY OF NEWPORT BEACH
FOR: Catch Basin Decks
ATTN: Craig Auger
Proposal
DATE: 6/19/23
DESCRIPTION
Unit
Qty
Total
Remove and replace 1 existing catch basin decks on
Amethyst Ave.
LS
1
$6,850.00
Hardware supplied by City.
Remove and replace 1 existing catch basin decks on Big
Canyon Dr.
LS
1
$6,850.00
Hardware supplied by City.
TOTAL
$13,700.00
Excludes:
1. Permits, bonds, inspection fees, connection fees, assessment fees, engineering fees, all other fees.
2. Engineering, staking and compaction testing.
3. Turf removal.
4. Construction water and meter. (Minimum 2" service line required)
5. Traffic control plan, K-Rail or fencing.
6. Slurry, concrete backfill or encasements unless specified in our bid proposal.
7. Traffic loops, striping or raised pavement markers.
8. Rock, hardpan, excessively hard ground excavation, or screening of backfill.
9. Imported backfill and drying of trench excavated material that has over optimum moisture content.
10. Dewatering of any groundwater.
11. Demolition of existing onsite improvements unless specified in our bid proposal.
12. Erosion Control and SWPPP.
13. Tunneling of existing utilities not shown on plans.
14. Excavations over 8' deep.
15. Damage to message boards not caused by T.E. Roberts.
16. Raised pavement markers.
17. Removal of temporary striping.
Thank you for the opportunity to provide a proposal for this project!
Justin Roberts
T.E. Roberts, Inc.
Accepted by:
Date
T. E. Roberts, Inc.
17771 Mitchell North
Roberts Irvine CA 92614
,nqo PaRn E 714 669-0072
License:603008
DIR# 1000000280
SBE#: 1766256
Billed To: City of Newport Beach
Attn: Accounts Payable
100 Civic Center Drive
Newport Beach CA 92660
Due Date: 04/10/2023
Description
On Call Billing - March 2023
Terms: 10DY
03/23/2023 (Thursday) 18-inch Repair - San Joaquin Hills Rd.
Mobilized to job site. Arrived on site and set up traffic control provided
by the city. Ground asphalt and excavated to expose 18-inch pipe that was
leaking. Shored trench for safety. Cut the pipe and drained the line.
Prepped ends of 18-inch pipe for welder. Plated trench. Cleaned up and
secured job site. Picked up and moved traffic control into just one lane.
#16331 Invoice
8556-3 Invoice#: 4762
FY23 Date: 03/31 /2023
Job #: 5811
Project: Newport Beach On -Call
Underground Utility Installation & Repair Svc
Newport Beach CA 92660
03/24/2023 (Friday) 18-inch Repair - San Joaquin Hills Rd.
Arrived an job site. Pulled plates Welded 4-foot section of 18-inch pipe
with (2) buttstraps. Patched inside and outside of pipe. Backfilled and
compacted trench with sand and base. Laid down 3-inches of temp asphalt.
Cleaned up and secured job site. Picked up traffic control. Demobilized.
*Buttstraps, sand and base provided by the City of Newport Beach.*
APPROVED BY:
AC
04/28/2023
8556-3
0109062-851037
Thank you for your prompt payment?
PO# 8556-3/22001670
Amount
10,643.79
13,453,06
Invoice Total: 24,096.85
Retention: 0.00
Amount Due 24,096.85
n N°
ia°
z
�O
z a
v�
o
o
�ol
o w
� '
v
ocz
� c
t
J
H
O
W
}
F
m r ry O �n
6 m on a m
.ti m ao of
N O V N t0
t0 Q V O N
N Ol m V m
00 � O m l0
N N N N N
tl1 OO M t0
Y1
m
e-I
a
r1
O
N
N
m
N
�
m
0
0
0
0
r N lD M e-1
N tp V1 r e-I
O
r
O
V
N
tvl
Ol
00
m
h
e-I
N
e-I
0
0
0
0
0
0
0
0
0
0
m
m
N
W
N
M
r
N
O
r
.�
V
V
N
V
Ot
r
N
C
M
•-I
'-I
ei
e4
rl
00000
m
m
m
W
O
N
Y
3
e
0 w
r
a
O
a
W
O
z
z
Q
} W
z
O
W
6
g
s
5
Y
O
W
m
0
a m
u
x
r
a
oa5W�c
0
m
M N
O O O O
O O
w
0
O
V
r
N O
O O
O
O
w
O
O
6
j
r of
oo m
.-i
o
r
o
m r
o o
N
m
00
J?A
V
M
O) rl
O N
rl
J4A
a
a
O
0
f
o
~
Ln F
e
O
0
ce
a
°
¢
a
u
W
W
f
Z
z a
;
u
D f
F
X
%
)
F
F
f
i
N
i
O
O
C
F
1-
F
a
a
t
>
>
m
v,
G
w 6
tp
ui
Il: O
O�
ti
O
r
m
O1 r
O O
N
M
O
M
Ol ei
1p N
rl
0
0
0 0
0 0
0
0
vi
in
vi o
�n �n
o
0
01
01
Ql N
Ol QI
M
N
N
0
0 0
0 0
0
0
•-I
VI
O V1
O O
O
O
O
W
Yf Ol
V N
r
Vt
V1
M
O 00
lO N
m
rl
C
O
F
FLLI
Z
Z
Q
�.
w
V
-�
w
s
z Co
>�
C
�
r
a_
O
a
O
u
m
u
~
w
w
y
u>
H
w
�%
O
Q
U
a.W
z
w
0 a~
a
5
J a
oco
°
j
Wog
U
y
x L
W
u
u
a
in 2
3 Q
t~ii
C7
mN
O
A
L
a � a
C
N � R
� � C
a
o a c
V � �
N
Y Y �
� � C
N O
O -p
n c �
m 'O
O N w
o >
ova
O L �
� V n
a > v
3 v Y
a a ai
R L
N V d
C �
N
C u �
O � N
N V
� L H
a pp C
N 3
O � N
0 3 c
R
v
� L
- " L
L �
O � O
� a v
u a
c_ v
G o0 -
y ,� a
� v
u n 'a0
x v
m w 3
.y o
0
N « 41
> a
� R L
L V V
r v c
o
o..
wOo l
a
n
W
IL
r
r
y
N
W
W
LL
IL
2
7
N
O
w
m
n
RobertsTE��
INCORPORATED
i i.vu nsunms conuno.
17771 Mitchell North
Irvine, CA 92614
T. 714-669-0072
F: 714-200-0241
LICENSES 603008
w .terobertsinc.com
ATTN: M l K6 e-,,"76
RT OT TOTAL
No.
FIELD CHANGE ORDER
DATE: 3 23 Z3 1T/�p� /
JOB TITLE:
JOB NUMBER: $$I)
LOCATION: $ dim y}T ¢p .
RT OT TOTAL
u.� Mw V
Mliwl
===
off
VA�I
clI
---
FWPNW
---
IMMM
will
wM
VIA
EQUIPMENT:
DESCRIPTION
i
... r ...; _
�w
hG
• -
`��
DESCRIPTION OF WORK, CHANGES, AND COMMENTS:
Contract Time Extension:
v. . I a 4 k, I Irm w X8111•T I a ,
/ /ate.: tip
/Dt7D
G
nL R'r� �n.v�X—et� P"VD 'YOL "1"IZ-f^fiF+Gf-�G_�
Calendar Days
Sign e _ Signe-,
Printedkl e: Prin ame: K
Company: T.E. Roberts, Inc.
z
N
n N°
Z a
�0_
v�
y
�i
Aa=
K
�N
m
wOo _
r
� u
OCZ
z
w
a
C 'p
� N M
L a L
y J y
N
t0 � Ul
a � m
n w t
V o
ate.. eI N
m Z
3 L
N � >
L � U
a
L L N
y C a
m O
10 c a
o -o
- a
y � C
U1 �p
N
a a
� N �
� � N V C N
U ry a
N �
w c �
N L m
Y !
3 v
W � �
O
o_ v v
� U 0
E
O O C
c y O
O a u
� u
> U A
Q - a
Y J
u 9
n
a y
z n_ a
L O W
Y _
C O
� � O
p j �
_ O v
J
tQ-
O
r
r
Q
G
M n l0 O rl
V ti 00 O N
O N Q1 m n
v m n N n
•-I rl lY1 e-I
0 O V O N
N Ot m R m
m V R m t0
N N N N N
e m
m
a
O O
O
O
0 0
0
0
O r M O N
n N l0 M rl
M rl M .y N
N lD N n rl
N rl rl rl N
O n O Q N
M Ol 00 00 I-:
r m V N ti
rl N ri
m 00 V N m
N
M n N O ti
ti V V N V
Ol n N V M
aoo.�v
O O O O O
0 0 0 0 0
Y
3
C
pZ t
w
rc
M
>
y w
o
a
g 5
0
w O
m a m
0
U
7
H
d
O
N
O O O O O O O Y
e-1 N O N 01 O -1 N (.
O 00 rl O n O N m p
O
O O
c C
J
J
O
O
r
c
J
O
O
O
F
C
N
O
�
o
F
O
H
V
Q
z
Z
0
0
r
Z
v
O
R
O
m
O
Q
F
x
x
r
�
O
C
r
V
vmi m m r
01 N 1� C
M
Cm
N N m f
r
T m o6 6 C
N i
M
O m
b ti
� N N
n n �
I� rl N
M
a
L OJ
_n
L O
N
J
r
NO
p
q J 01
\
o
\
@
LL C N
W
WOz.
d>
W
F
Z �
a=
„m
m m � m m Ch w o JIC
� � Q O
l0 N
N p
O
M
d' r•
m
O
Q
J
in
F
M
O
r
ON
ip
O
O
O Q
C
N
V1
m
t0
6
F
N
•i
N
N O
O
f
f
H
W
L
W
W
d
OC
d
W
b
o
u�i
Z
0
Z
-i
v
co
co
7
p
O
o
N
a
o
N
o
N
O
Q
Q
X
X
H
F
jp
O
O
O
O
jp
~
O
V
O
O
F
O
N
Q1
N
E
N
rn
O
M
m
N
f N
m
M
L
X
LU
it
X
Z
N
LL
f
d
a
a as
a o
o D@
N
c @
p
p
W
2Ocy
S
m n
d
ry U
TE��
Roberts
INCORPORATED
L [Y EIXI IX61AF111 X6 ILY1l1(I01
17771 Mitchell North
Irvine, CA 92614
T 714-669-0072
F: 714-200-0241
LICENSE# 603008
v terobertsinacom
TO: li�r� / a� No>.Ft'oa� Balrc tF
ATTN: M I kta C_4 1, ��
LABOR:
RT OT TOTAL
EQUIPMENT:
EQPT
NO.
DESCRIPTION
HOURS
ILr GlG.
! D
Plrte.. JP
�D/
t✓ T7t v t tL
to
to
it o,, 10
to
DESCRIPTION OF WORK. CHANGES. AND COMMENTS:
Contract Time Extension:
No.
FIELD CHANGE ORDER
DATE: 3 -?�--2-3 l; !Dale!
JOB TITLE: -4fn
JOB NUMBER: 591
LOCATION: SA-N t,, r+«aSs rep
MATERIALS and RENTAL EQUIPMENT:
Calendar Days
Signed: Signed:
Printed ame: Printed Name: ��t� ��jp-3
Company: �` T.E. Roberts, Inc.
z
i
How doers
► get more done_
1655 N TUSTIN AVE
ORANGE, CA 928E5 (714)6859360
6965 00002 11755 03/24/23 GE:15 AM
SALE CASHIER NOE
727096301551 RAPID CEMENT <A>
55LB RAPID SET CEMENT ALL
3@25.97
099713048612 NETTING <A>
11N 2FT X 25FT POULTRY NETTING
SUBTOTAL 95.16
SALES TAX 7.37
TOTAL $102.53
XXXXXXXXXXXI890 AMEX
USD$ 102.53
AUTH CODE 845786/9020318 TA
Chip Read
AID A000000025010801 AMERICAN EXPRESS
PRO XTRA MEMBER STATEMENT
PRO XTRA ###-###-0072 SUMk!ARY
2023 PRO XTRA SPEND 03/23: $45,723.33
INCLUDES:
2023 PROXTRA SAVINGS 03/23: $1,568.90
Get the CREDIT LINE your business needs
PLUS earn. Perks 4X FASTER when you join
Pro Xtra, register, & use your Pro Xtra
Credit Card. Apply and SAVE. UP TO $100.
Learn more at i,omedepo.t.com/credit
11111141111 M111111111
RETURN POLICY DEFINITIONS
POLICY ID DAYS POLICY EXPIRES ON
A 1 90 C6/22/2023
DID WE NAIL IT?
Take a short survey for a chance TO WIN
A $5,000 HOME DEPOT GIFT CARD
Opine an espafiol
www.hemedepet.ccm/survey
User I-D: HXY 30764 23801
PASSWORD: 23114 23799
Entries must be completed within 14 days
of purchase. Entrants must be 18 or
older to enter. See complete rules on
website. No purchase necessary.
Page f of f
J&K
N'F.�LnI1K(�:
i
CLA419502 DIR#10000-20569
6815 FoMil Court
Rancho Cucamonga. CA 91739
(909) 226-1372 j.kwoWing@yahoo.com
ao o a
*EPMs Release of liability M Coupon Extraction
Although all attempts are made at Coupon Extraction '
at the time of tapping there are no guarantees of Coupon removal.
GATE
CUSTOMER ORO P NO I{
SNESPERSON-W/
VIA
QUANTITY
DESCRIPTION
I L it ^ <' (.
PRICE
4 �i•
AMOUNT
a 1 00
'l
{
tnn
i
0 .10
TRENCH SHORING COMPANY �b v- Tn c4 n 6 v7
206 N. CENTRAL AVENUE "'•+r°n..�,ru
COMPTON, CA 90220 RENTAL INV ICE •
NO. R120279187
CORPORATE OFFICE CONTRACT NO. RC20118977
310-327-0174 SEQUENCE NO. 1
ar@trenchshoring.com 3/15/2023 arrrwn m
www.trenchshoring.com PAGE 1 OF 1
CUSTOMER NO. 10155
ON RENT DATE 02/21/23
TE ROBERTS, INC PO NO.
17771 MITCHELL NORTH JOB NO.
IRVINE, CA 92614 JOBSITE TE ROBERTS, INC
ORDERED BY
CITY
NO.
EQUIPMENT FROM
THRU
DATE
DATE
AMOUNT
4
2112052088
TREN-SHORE 52.88 X 3.5' 02/21/23
03/13/23
(MINIMUM RENTAL 1 WEEK, DAY 11.60, WEEK 46.40, 4-WEEK 139.20)
556.80
8
7100000048
PLYWOOD 1 1/8" X 4X8 02/21/23
03/20/23
(MINIMUM RENTAL 4-WEEK, DAY 3. 00. WEEK 12 00, 4-WEEK36.00)
288.00
1.25
900000005
DELIVERY -FLATBED
RDEL20150830 - SIGNED BY GERARDO RAMOS
173.75
(RATE 139.00)
1.25
902000005
PICKUP - FLATBED
RCOL20202173 no signature
173.75
(RATE 139.00)
EQUIPMENT REMAINING ON RENT AS OF - 3/2012023
CITY NO. EQUIPMENT
NO ITEMS REMAINING ON RENT
��� ill 6o/
(q) pt yu/oo -ms
PAYMENT DUE DATE IS 3D DAYS FROM INVOICE DATE VIA CHECK OR EFT
1 % % PER MONTH LATE FEE WILL BE CHARGED ON BALANCES NOT RECEIVED BY DUE DATE
CREDIT CARDS ACCEPTED -.A PROCESSING FEE WILL APPLY. CALL FOR DETAILS
CT
�S'sC6
RENTAL
844.80
SALES
347.50
TAX
0.00
TOTAL
1,192.30
vn siu.au-Doan UUKUNA-951-734-4290 LAKEFOREST 949-454-0858 MOORPARK-805-529A614
SAN DIEGO $58-530-2500 BANNING - 951-849-1611 LAS VEGAS • 702-651-0920 BAKERSFIELD • 661-396.9160
SAN LEANDRO 510-900-0695
tD
a
O
N
N
O
O
Z
r
r
w Z
a
w
r
O U
U
U",005
W
O
U ?
?
z
O
o
o`
O
'
0o
i Qnt
ANUn=
a� 6m
n E
p
D N N O E
�xd°'E
�$
,9
N o cu�>
d
v.=a
E u a o�
f^�
ROOZG!
U JJ(Lm
m m
as
W W
zz
a as
W W W
W WWW
rc �rc�
06 MNfK
a DOE
C 00E
J
W W W W
U UUZ
o UKUU0
6 aaaa0
aaaaU
N
Ir
WO
Z
J �
U "
U)
irz U
o WIZ
Apo mp � >
N mac—
p�
c
mom
r
Z
s
s
z
0
wo
3r
E
�
N
�
Q
Q
w
�
oo
N
�
HOE
aso�
OcO
D
IL
z
N
W
Q
C
0
O
h
w
W
O
Jle
7
LL
o
o
W
m
r
w
w
W
O C7
pj
O w
x
o
U
y
a
O
i
v
a
0 r
0
w
w
O O
O
rc�
jJ)
m
n
0
co
z
O
N
<
j
d
X
O
F
rc
u
W
w
p
C
J y
W
U
U
C
h
LL
O }
a p
N
m
tj�
a N N
mN
. .
o r c
Z�N
OOr
E
N
E'
W N
L
O
N
p_=
z
0Z (�
W'- O
W e o o
oar ,o
LL
rc
x
`w \V I
W
rcmE
rco ty b
F
�F V
rN
aro�d
8
mo N
N
a W MM
W'C5 m
Q> E
W
ycE
=
z
92m ,^
i-d
j
o
z
¢
U V'
x€D v)
a
wNw
a
BEN `v
�
Z
z
a_J
O
~
O
F,
y
j
U we LL
c
W'�
a
¢_
a
w
yo
of O
e
Oda
igLL2 Z
m
5
m
W 7 g a
o
z
z
m w w
1a of
'7
00H
a
qqr
vZw�
E
w ouu
a
¢
>
N
N
0- oc
&j
m
N
o00
a m i
O
3
J
N
z z z
Q Q Q
N
N
N N
p V
f
W
p
Nr~i)vFi
O.
N
-OC
m
L
V
v$u
j
p
C
n
N
a-
�UwCu
w
O
w
U
N
O)
G
L
V
y
W
PSY
N
>
V
N
O
SU22
p
m
m
z
-
O
-
s
m aE=
Ho
~
n
F
"2
�•
nU ca
Z
a
o
m
'o E5a
ccnQ
Q
O
U
v
u
w
m
p CCO
O
V
j 9c
.�Lo
a
m
O
- _
Q
r
Fc
N
O
E
E
�'
Q
I HI -NCH SHORING COMPANY
206 N. CENTRAL AVENUE
RENTAL INVOICE
Q I I
uu
COMPTON, CA 90220
NO. R120283098
CORPORATE OFFICE CONTRACT NO. RC20121962
310-327-0174 SEQUENCE NO. 1
ar®trenchshoring.com 3/30/2023
pT. ry
81 l lV3
www.trenchshoring.com PAGE 1 OF 1
CUSTOMER NO.
10155
ON RENT DATE
03/23/23
PO NO.
TE ROBERTS, INC JOB NO.
SAN JOAQUIN HILLS DR
17771 MITCHELL NORTH JOBSITE
SAN JOAQUIN HILLS DR
IRVINE, CA 92614
DAVID
MARGUERITE & CROWN VALLEY
NEWPORT BEACH, CA 92661
ORDERED BY
DAVE KLEIN
OTY NO. EQUIPMENT
FROM THRU
DATE DATE AMOUNT
4 2113061097 TREN-SHORE 61-97 X 5-
03/23/23 03/29/23 201.60
(MINIMUM RENTAL 1 WEEK, DAY 12.60, WEEK 50.40, 4-WEEK 151.20,1
4 7100000048 PLYWOOD 1 1/8" X 4X8
03/23/23 04/19/23 144.00
(MINIMUM RENTAL 4-WEEK, DAY 3.00, WEEK 12.00, 4-WEEK 36.00)
1.5 900000005 DELIVERY - FLATBED
208.50
(RATE 139.00)
1.5 902000005 PICKUP -FLATBED
208.50
RCOL20204568
(RATE 139,00)
EQUIPMENT REMAINING ON RENT AS OF - 4/19/2023
QTY NO. EQUIPMENT
NO ITEMS REMAINING ON RENT
RENTAL
345.60
SALES
417.00
PAYMENT DUE DATE IS 30 DAYS FROM INVOICE DATE VIA CHECK OR EFT
TAX
0.00
1 % %PER MONTH LATE FEE WILL BE CHARGED ON BALANCES NOT RECEIVED BY DUE DATE
CREDIT CARDS ACCEPTED -A PROCESSING FEE WILL APPLY. CALL FOR DETAILS
TOTAL
762.60
COMPTON 310.327.55S4 CORONA • 951-7344290 LAKE FOREST - 949454.0868 MOORPARK • 806-5294614 FULLERTON
714-879-1006
SAN DIEGO - 858-530-2500 BANNING • 951.849-1611 LAS VEGAS 702-66"920 BAKERSFIELD
• 661-399-9160 FRESNO
559-6914123
SAN LEANDRO - 510-900-0595
AMENDMENT NO. FIVE TO
Le) ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT
DO WITH T.E. ROBERTS, INC. FOR
UNDERGROUND UTILITY INSTALLATION AND REPAIR SERVICES
THIS AMENDMENT NO. FIVE TO ON -CALL MAINTENANCE/REPAIR
SERVICES AGREEMENT ("Amendment No. Five") is made and entered into as of this
30th day of March, 2023 ("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 17771 Mitchell North,
Irvine, CA 92614, and is made with reference to the following:
RECITALS
A. On June 12, 2018, City and Contractor entered into an On -Call
Maintenance/Repair Agreement ("Agreement") to perform on -call maintenance
and/or repair services for City ("Project").
B. On June 25, 2019, City and Contractor entered into Amendment No. One to the
Agreement ("Amendment No. One") to reflect additional Services or Work not
previously included in the Agreement, and to increase the total compensation.
C. On September 14, 2020, City and Contractor entered into Amendment No. Two to
the Agreement ("Amendment No. Two") to increase the total compensation, extend
the term of the Agreement, and to update the Insurance Requirements.
D. On April 27, 2021, City and Contractor entered into Amendment No. Three to the
Agreement ("Amendment No. Three") to extend the term of the Agreement to
December 31, 2022, and to increase the total compensation.
E. On September 27, 2021, City and Contractor entered into Amendment No. Four to
the Agreement ("Amendment No. Four") to extend the term of the Agreement to
March 31, 2023, and to increase the total compensation, and which, due to a
scrivener's error, incorrectly identified a different agreement in its recitals, but
Contractor and City nevertheless intended Amendment No. Four to pertain to the
Agreement identified herein, and have performed and invoiced under the City's
contract identifier C-8556-3, which is the correct identifier for the Agreement and
corresponding amendments identified herein.
F. The parties now desire to enter into this Amendment No. Five to extend the term
of the Agreement to June 30, 2023, and to update the Conflict of Interest and
Notices sections of the Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
T.E. Roberts, Inc. Page 1
1. TERM
Section 1 of the Agreement is amended in its entirety and replaced with the
following: "The term of this Agreement shall commence on the Effective Date, and shall
terminate on June 30, 2023, unless terminated earlier as set forth herein."
Section 24 of the Agreement is amended in its entirety and replaced with the
following: "24.1 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 Agreement, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
24.2 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 Agreement by City. Contractor shall
indemnify and hold harmless City for any and all claims for damages resulting from
Contractor's violation of this Section."
3. NOTICES
Section 25.3 of the Agreement is amended in tis entirety and replaced with the
following:
"25.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attn: Tim Roberts
T.E. Roberts, Inc.
17771 Mitchell North
Irvine, CA 92614"
4. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in the Agreement shall remain unchanged and shall be in full force and effect.
[SIGNATURES ON NEXT PAGE]
T.E. Roberts, Inc. _� Page 2
IN WITNESS WHEREOF, the parties have caused this Amendment No. Five to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: !/ H/Z3
By: c (� o
on C. Harp ti3
City Attorney pm�
CITY OF NEWPORT BEACH,
a Californi muncipal corporation
Date: 21 tiD?i
By:
Gra,pe Leung
C anager
ATTEST: CONTRACTOR: T.E. ROBERTS, INC., a
Date. California corporation
Date:-2v-2�,
ABy: do� Bye..__
Leilani I. Brown Timothy E. Roberts
City Clerk I Chief Executive Officer
Date: 4.Zo-23
By:
ustin Roberts
Secretary
[END OF SIGNATURES]
T.E. Roberts, Inc. Page 3
0)1�)
Roberts
INCORPORATED
GE II ERAI ENGIN I E R INC (OR IR A(l OR
T.E. Roberts, Inc.
17771 Mitchell North
Irvine CA, 92614
Phone (714) 669-0072 Fax (714) 200-0241
TO: CITY OF NEWPORT BEACH
FOR: Via lido Soud and Nice Sewer Repair
ATTN: Mike Lynch
Proposal
DATE: 2/1/22
DESCRIPTION
Unit
Qty
Total
(Estimate)
Approximate cost to repair 8" sewer approximately 8
EST
1
$12,859.36
feet deep. Labor/Equipment per day $6,429.68
Approximate cost for misc.
EST
1
$2,000.00
TOTAL ESTIMATE
$14,859.36
Excludes:
1. Permits, bonds, inspection fees, connection fees, assessment fees, engineering fees, all other fees.
2. Engineering, staking and compaction testing.
3. Turf removal.
4. Construction water and meter. (Minimum 2" service line required)
5. Traffic control plan, K -Rail or fencing.
6. Slurry, concrete backfill or encasements unless specified in our bid proposal.
7. Traffic loops, striping or raised pavement markers.
8. Rock, hardpan, excessively hard ground excavation, or screening of backfill.
9. Imported backfill and drying of trench excavated material that has over optimum moisture content.
10. Dewatering of any groundwater.
11. Demolition of existing onsite improvements unless specified in our bid proposal.
12. Erosion Control and SWPPP.
13. Tunneling of existing utilities not shown on plans.
14. Excavations over 8' deep.
15. Damage to message boards not caused by T.E. Roberts.
16. Raised pavement markers.
17. Removal of temporary striping.
Thank you for the opportunity to provide a proposal for this project!
Justin Roberts
T.E. Roberts, Inc.
Accepted by:
Date
s
V) AMENDMENT NO. FOUR TO
U) ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT
cO WITH T.E. ROBERTS, INC. FOR
A UNDERGROUND UTILITY INSTALLATION AND REPAIR SERVICES
U
THIS AMENDMENT NO. FOUR TO ON-CALL MAINTENANCE/REPAIR
SERVICES AGREEMENT ("Amendment No. Four") is made and entered into as of this
27th day of September, 2021 ("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 West Katella Avenue,
Unit B, Orange, California 92867, and is made with reference to the following:
RECITALS
A. On May 11, 2015, City and Contractor entered into an On -Call Maintenance/Repair
Services Agreement ("Agreement") for Contractor to perform on- call maintenance
and/ or repair services for City ("Project").
B. On June 28, 2016, City and Contractor entered into Amendment No. One to the
Agreement ("Amendment No. One") to increase the total compensation.
C. On September 14, 2020, City and Contractor entered into Amendment No. Two to
the Agreement ("Amendment No. Two") to extend the term of the Agreement, to
increase the total compensation, and to update Insurance Requirements (Exhibit
C) to the Agreement.
D. On April 27, 2021, City and Contractor entered into Amendment No. Three to the
Agreement ("Amendment No. Three") to extend the term of the Agreement, and to
increase the total compensation.
E. The parties desire to enter into this Amendment No. Four to extend the term of the
Agreement to March 31, 2023, and to increase the total compensation due to the
increased volume of Work.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. TERM
Section 1 of the Agreement is amended in its entirety and replaced with the
following: "The term of this Agreement shall commence on the Effective Date, and shall
terminate on March 31, 2023, unless terminated earlier as set forth herein."
2. COMPENSATION TO CONTRACTOR
Section 4.1 of the Agreement is amended in its entirety and replaced with the
following: "City shall pay Contractor for the Services on a time and expense not -to -exceed
basis in accordance with the provisions of this Section, the Letter Proposal, and the
Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by
reference. Except as otherwise provided herein, no rate changes shall be made during
T.E. ROBERTS, INC Page 1
the term of this Agreement without the prior written approval of City. Contractor's
compensation for all Services performed in accordance with this Agreement, including all
reimbursable items and subcontractor fees, shall not exceed One Million Two Hundred
Sixty Five Thousand Dollars and 00/100 ($1,265,000.00), without prior written
amendment to the Agreement."
The total amended compensation reflects Contractor's additional compensation for
additional Services to be performed in accordance with this Amendment No. Four,
including all reimbursable items and subcontractor fees, in an amount not to exceed One
Hundred Twenty Thousand Dollars and 00/100 ($120,000.00).
3. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in the Agreement shall remain unchanged and shall be in full force and effect.
[SIGNATURES ON NEXT PAGE]
T.E. ROBERTS, INC Page 2
IN WITNESS WHEREOF, the parties have caused this Amendment No. Four to
be executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORN Y'S FFICE
Date: 22 2
By:
ron C. H per► q. �,o.'i-�
City Att ey
ATTEST:
Date:
By:
—4&4 AVVX,
Leilani I. Brown
City Clerk
�.CrFOR%
CITY OF NEWPORT BEACH,
a California municipal corporation
Date: OCT 2 9 2021
By:
_ &'
Gra . Leung
Cit anager
CONTRACTOR: T.E. ROBERTS, INC., a
California corporation
Date: 10-
By: —�
Timothy E. Roberts
Chief Executive Officer / President
Date: IV -12-z
>5�-stin
Roberts
Secretary
[END OF SIGNATURES]
T.E. ROBERTS, INC Page 3
M
AMENDMENT NO. THREE TO
p� ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT
' WITH T.E. ROBERTS, INC. FOR
V UNDERGROUND UTILITY INSTALLATION AND REPAIR SERVICES
THIS AMENDMENT NO. THREE TO ON-CALL MAINTENANCE/REPAIR
SERVICES AGREEMENT ("Amendment No. Three") is made and entered into as of this
27th day of April, 2021 ("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 West Katella Avenue,
Unit B, Orange, California 92867, and is made with reference to the following:
RECITALS
A. On June 12, 2018, City and Contractor entered into an On -Call
Maintenance/Repair Services Agreement ("Agreement") for Contractor to perform
on- call maintenance and/ or repair services for City ("Project").
B. On June 25, 2019, City and Contractor entered into Amendment No. One to the
Agreement ("Amendment No. One") to increase the total compensation.
C. On September 14, 2020, City and Contractor entered into Amendment No. Two to
the Agreement ("Amendment No. Two") to extend the term of the Agreement, to
increase the total compensation, and to update Insurance Requirements (Exhibit
C) to the Agreement.
D. The parties desire to enter into this Amendment No. Three to extend the term of
the Agreement to December 31, 2022, and to increase the total compensation.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
TERM
Section 1 of the Agreement is amended in its entirety and replaced with the
following: "The term of this Agreement shall commence on the Effective Date, and shall
terminate on December 31, 2022, unless terminated earlier as set forth herein."
2. COMPENSATION TO CONTRACTOR
Section 4.1 of the Agreement is amended in its entirety and replaced with the
following: "City shall pay Contractor for the Services on a time and expense not -to -exceed
basis in accordance with the provisions of this Section, the Letter Proposal, and the
Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by
reference. Except as otherwise provided herein, no rate changes shall be made during
the term of this Agreement without the prior written approval of City. Contractor's
compensation for all Services performed in accordance with this Agreement, including all
reimbursable items and subcontractor fees, shall not exceed One Million One Hundred
Forty Five Thousand Dollars and 00/100 ($1,145,000.00), without prior written
amendment to the Agreement."
T.E. ROBERTS, INC Page 1
The total amended compensation reflects Contractor's additional compensation for
additional Services to be performed in accordance with this Amendment No. Three,
including all reimbursable items and subcontractor fees, in an amount not to exceed Two
Hundred Seventy Five Thousand Dollars and 00/100 ($275,000.00).
3. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in the Agreement shall remain unchanged and shall be in full force and effect.
[SIGNATURES ON NEXT PAGE]
T.E. ROBERTS, INC Page 2
IN WITNESS WHEREOF, the parties have caused this Amendment No. Three to
be executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 3.1 a4 Zv'7I
By: JA-
Aaron
C. Harp CAM03I'W�ZI
City Attorney
ATTEST:
Date: '�_' /° -
B 461K�
Y
AVW
Leilani I. Brown
City Clerk
%�L' Fo RN/
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Brad
Ma
CONTRACTOR: T.E. ROBERTS, INC., a
California corporation
Date:
Tim Roberts
Chief Executive Officer / President
Date.-
By:
ate:By:
Justin Roberts
Secretary
[END OF SIGNATURES]
T.E. ROBERTS, INC Page 3
AMENDMENT NO. TWO TO
ON-CALL MAINTENANCEIREPAIR SERVICES AGREEMENT
WITH T. E. ROBERTS, INC. FOR
UNDERGROUND UTILITY INSTALLATION AND REPAIR SERVICES
THIS AMENDMENT NO. TWO TO ON-CALL MAINTENANCE/REPAIR
SERVICES AGREEMENT ("Amendment No. Two") is made and entered into as of this
14th day of September, 2020 ("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 West Katella Avenue,
Unit B, Orange, California 92867, and is made with reference to the following:
RECITALS
A. On June 12, 2018, City and Contractor entered into an On -Call
Maintenance/Repair Services Agreement ("Agreement') for Contractor to perform
on-call maintenance and/or repair services for City ('Project').
B. On June 25, 2019, City and Contractor entered into Amendment No. One to the
Agreement ("Amendment No. One") amending the total amount of compensation
to Contractor.
C. Since entering into the Agreement, Contractor was asked to perform a higher
volume of work than was originally anticipated.
D. The parties desire to enter into this Amendment No. Two to increase the total
compensation, extend the term, and to update Insurance Requirements (Exhibit
C) to the Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
TERM
Section 1 of the Agreement is amended in its entirety and replaced with the
following: "The term of this Agreement shall commence on the Effective Date, and shall
terminate on September 30, 2021, unless terminated earlier as set forth herein."
2. COMPENSATION TO CONTRACTOR
Section 4.1 of the Agreement is amended in its entirety and replaced with the
following: "City shall pay Contractor for the Services on a time and expense not -to -exceed
basis in accordance with the provisions of this Section and the Letter Proposal and the
Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by
reference. Except as otherwise provided herein, no rate changes shall be made during
the term of this Agreement without the prior written approval of City. Contractor's
compensation for all Services performed in accordance with this Agreement, including all
reimbursable items, shall not exceed Eight Hundred Seventy Thousand Dollars and
00/100 ($870,000.00), without prior written amendment to the Agreement."
T. E. Roberts, Inc. Page 1
The total amended compensation reflects Contractor's additional compensation for
additional Services to be performed in accordance with this Amendment Two, including
all reimbursable items and subconsultant fees, in an amount not to exceed One Hundred
Twenty Thousand Dollars and 00/100 ($120,000.00).
INSURANCE REQUIREMENTS
Exhibit C to the Agreement is amended in its entirety and replaced with the
attached Exhibit C and incorporated herein by reference.
4. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in the Agreement shall remain unchanged and shall be in full force and effect.
[SIGNATURES ON NEXT PAGE]
T. E. Roberts, Inc. Page 2
IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: q / 8/Zr7tio
Aaron C. Harp ?m 8
City Attorney
ATTEST:
Date:
A&) I
Leilani 1. Brown
City Clerk
/ti11�L�
Attachments:
CITY OF NEWPORT BEACH,
a California %Cl Ti p
Date: Ul:jl�bgporation
By:
Grac K. eung
City bAdnager
CONTRACTOR: T. E. Roberts, Inc., a
California corporation
Date: J-15-2o?,D
Timothy E. Roberts
Chief Executive Officer
Date: q-IS-UVO
By:
in M. Roberts
Secretary
[END OF SIGNATURES]
Exhibit C — Insurance Requirements
T. E. Roberts, Inc. Page 3
EXHIBIT C
INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES
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 Agreement, 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, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident 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.
Contractor shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council,
boards and commissions, officers, agents, volunteers and employees.
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. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
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
Agreement, 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 each accident.
T. E. Roberts, Inc. Page C-1
D. Builder's Risk Insurance. Contractor shall maintain Builders Risk insurance
or an installation floater as directed by City, covering damages to the Work
for "all risk" or special causes of loss form with limits equal to 100% of the
completed value of the Agreement, with coverage to continue until final
acceptance of the Work by City. At the discretion of City, the requirement
for such coverage may include additional protection for Earthquake and/or
Flood. City shall be included as an insured on such policy, and Contractor
shall provide City with a copy of the policy.
E. Pollution Liability Insurance. If required, Contractor shall maintain a policy
providing contractor's pollution liability ("CPL") coverage with a total limit of
liability of no less than one million dollars ($1,000,000) per loss and two
million dollars ($2,000,000) in the aggregate per policy period. Claims -
made policies require a 5 -year extended reporting period. The CPL policy
shall include coverage for cleanup costs, third -party bodily injury and
property damage, including loss of use of damaged property or of property
that has not been physically injured or destroyed, resulting from pollution
conditions caused by contracting operations. Coverage as required in this
paragraph shall apply to sudden and non -sudden pollution conditions
resulting from the escape or release of smoke, vapors, fumes, acids, alkalis,
toxic chemicals, liquids, or gases, waste materials, or other irritants,
contaminants, or pollutants. The CPL shall also provide coverage for
transportation and off -Site disposal of materials. The policy shall not
contain any provision or exclusion (including any so-called "insured versus
insured" exclusion or "cross -liability" exclusion) the effect of which would be
to prevent, bar, or otherwise preclude any insured or additional insured
under the policy from making a claim which would otherwise be covered by
such policy on the grounds that the claim is brought by an insured or
additional insured against an insured or additional insured under the policy.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation against
City, its City Council, boards and commissions, officers, agents, volunteers
and employees 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 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 City Council, boards and commissions, officers, agents, volunteers
and employees shall be included as insureds under such policies.
T. E. Roberts, Inc. Page C-2
C. Primary and Non Contributory. All liability coverage shall apply on a primary
basis and shall not require contribution from any insurance or self-insurance
maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days notice of cancellation (except for nonpayment for which ten
(10) calendar days notice is required) or nonrenewal of coverage for each
required coverage.
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. Insurance certificates
and endorsement 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 Agreement. The
certificates and endorsements for each insurance policy shall be signed by
a person authorized by that insurer to bind coverage on its behalf. At least
fifteen (15) days prior to the expiration of any such policy, evidence of
insurance showing that such insurance coverage has been renewed or
extended shall be filed with the City. If such coverage is cancelled or
reduced, Contractor shall, within ten (10) days after receipt of written notice
of such cancellation or reduction of coverage, file with the City evidence of
insurance showing that the required insurance has been reinstated or has
been provided through another insurance company or companies. City
reserves the right to require complete, certified copies of all required
insurance policies, at any time.
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Contractor sixty (60) 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.
T. E. Roberts, Inc. Page C-3
D. Enforcement of Agreement 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 Section 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 insurance proceeds in excess of the specified minimum limits of
insurance and coverage shall be available to the City.
F. Self-insured Retentions. Any self-insured retentions must be declared to
and approved by City. City reserves the right to require that self-insured
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City.
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
Agreement, 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 Agreement, 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.
Contractor's Insurance. Contractor shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
Work.
T. E. Roberts, Inc. Page C-4
0)1�)
Roberts
INCORPORATED
GE II ERAI ENGIN I E R INC (OR IR A(l OR
T.E. Roberts, Inc.
306 W. Katella Avenue
Unit B
Orange, CA 92867
Phone (714) 669-0072 Fax (714) 200-0241
TO: CITY OF NEWPORT BEACH
FOR: Pipe racks at BCR
ATTN: Landon Miller
Proposal
DATE: 9/16/2020
DESCRIPTION
Unit
Qty
Total
(Estimate)
Install 5 sets of pipe racks using I -beams provided by the
$3,721.60
5
$18,608.00
City.
EA
TOTAL
$18,608.00
Excludes:
1. Permits, bonds, inspection fees, connection fees, assessment fees, engineering fees, all other fees.
2. Engineering, staking and compaction testing.
3. Concrete, asphalt or landscape replacements.
4. Construction water and meter. (Minimum 2" service line required)
5. Traffic control plan, K -Rail or fencing.
6. Slurry, concrete backfill or encasements unless specified in our bid proposal.
7. Traffic loops, striping or raised pavement markers.
8. Rock, hardpan, excessively hard ground excavation, or screening of backfill.
9. Imported backfill and drying of trench excavated material that has over optimum moisture content.
10. Dewatering of any groundwater.
11. Demolition of existing onsite improvements unless specified in our bid proposal.
12. Erosion Control and SWPPP.
13. Tunneling of existing utilities not shown on plans.
14. Trenches over 5' deep.
Thank you for the opportunity to provide a proposal for this project!
Justin Roberts
T.E. Roberts, Inc.
Accepted by:
Date
From:
Miller, Landin
To:
"Justin Roberts"
Cc:
Tim Roberts; Rosenbaum, Joshua
Subject:
RE: Pipe racks at BCR
Date:
Wednesday, September 16, 2020 9:54:25 AM
Attachments:
Pipe racks at BCR.pdf
image001.pnng
Justin,
We would like to proceed forward with the work on the attached quote for the BCR pipe racks.
Please contact me for scheduling.
Thank you,
Landin Miller
Acting Water Production Operator
City of Newport Beach / Utilities Department
949 W. 16th St. Newport Beach, CA 92663
Office 949-718-3422 Fax 949-723-3526
Lmiller@newportbeachca.gov
From: Justin Roberts <jroberts@teroberts.com>
Sent: Wednesday, September 16, 2020 7:35 AM
To: Miller, Landin <LMiller@newportbeachca.gov>
Cc: Tim Roberts <troberts@teroberts.com>
Subject: RE: Pipe racks at BCR
[EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the
content is safe.
Forgot the quote
From: Justin Roberts
Sent: Wednesday, September 16, 2020 7:28 AM
To: ImillerPnewportbeachca.gov
Cc: Tim Roberts <troberts(@teroberts.com>
Subject: Pipe racks at BCR
Hi Landon,
Please see the attached proposal for the pipe racks at BCR per our conversation this morning.
Thanks,
Justin Roberts
T.E. Roberts, Inc.
306 West Katella Avenue Unit B
Orange, CA 92867
T.714.669.0072
C.714.559.2291
F.714.200-0241
0roberts eteroberts.com
www.teroberts.com
"NO PROBLEMS ONLY SOLUTIONS"
Ro"berts
INCORPORATED
6LIII+L 11411[L11i{ (0111.Qlak
AMENDMENT NO. ONE TO
ON-CALL MAINTENANCE/REPAIR SERVICE AGREEMENT
WITH T.E. ROBERTS, INC. FOR
UNDERGROUND UTILITY INSTALLATION AND REPAIR SERVICES
THIS AMENDMENT NO. ONE TO ON-CALL MAINTENANCE/REPAIR
SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this
25th day of June, 2019 ("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 West Katella Avenue,
Unit B, Orange, CA 92867, and is made with reference to the following:
RECITALS
A. On June 12, 2018, City and Contractor entered into an On -Call
Maintenance/Repair Services Agreement ("Agreement") to perform on-call
maintenance and/or repair for the City ("Project").
B. Since entering into the Agreement, Contractor was asked to perform a higher
volume of work than was originally anticipated.
C. The parties desire to enter into this Amendment No. One to reflect these additional
Services or Work not anticipated in the Agreement, and to increase total
compensation.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. COMPENSATION TO CONTRACTOR
Section 4.1 of the Agreement is amended in its entirety and replaced with the
following: "City shall pay Contractor for the Services on a time and expense not -to -exceed
basis in accordance with the provisions of this Section and the Letter Proposal and the
Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by
reference. Except as otherwise provided herein, no rate changes shall be made during
the term of this Agreement without the prior written approval of City. Contractor's
compensation for all Services performed in accordance with this Agreement, including all
reimbursable items, shall not exceed Seven Hundred Fifty Thousand Dollars and
00/100 ($750,000.00), without prior written amendment to the Agreement."
The total amended compensation reflects Contractor's additional compensation for
additional Services to be performed in accordance with this Amendment No. One,
including all reimbursable items and subcontractor fees, in an amount not to exceed Two
Hundred Fifty Thousand Dollars and 00/100 ($250,000.00).
T.E. Roberts, Inc. Page 1
2. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in the Agreement shall remain unchanged and shall be in full force and effect.
[SIGNATURES ON NEXT PAGE]
T.E. Roberts, Inc. Page 2
IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:_(
By; �.
A ron C. Harp
City Attorney
ATTEST: � � f_
Date:
By: 46I AAA', AO/&,M/k
V No' GAZ7 I r - y I W
Leilani I. Brown
City Clerk
�f�Fa�N�
CITY OF NEWPORT BEACH,
a California municipal corporation
Date: -,,, L6 ' f
7
By: -
iane B. Dixon
Mayor
CONTRACTOR: T.E. Roberts, Inc., a
California corporation
Date:
By:
Tim Roberts
President
Date: 6-11-11
By:
Justin Roberts
Secretary
[END OF SIGNATURES]
T.E. Roberts, Inc. Page 3
ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT
WITH T. E. ROBERTS, INC. FOR
UNDERGROUND UTILITY INSTALLATION AND REPAIR SERVICES
THIS ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT
("Agreement") is made and entered into as of this 12th day of June, 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 West Katella Avenue, Unit B, Orange, California
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 desires to engage Contractor to perform on-call maintenance and/or repair
services for City ("Project").
C. Contractor possesses the skill, experience, ability, background, certification and
knowledge to provide the maintenance and/or repair services described in this
Agreement.
D. Contractor has examined the location of all proposed work, carefully reviewed and
evaluated the specifications set forth by City for the Project, is familiar with all
conditions relevant to the performance of services, and has committed to perform
all work required for the compensation specified in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on June 11, 2021, unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
2.1 Contractor shall perform the on-call services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). Upon written request from the Project Administrator as defined herein,
Contractor shall provide a letter proposal for Services requested by the City (hereinafter
referred to as the "Letter Proposal"). The Letter Proposal shall include the following:
2.1.1 A detailed description of the Services to be provided;
2.1.2 The position of each person to be assigned to perform the Services,
and the name of the individuals to be assigned, if available;
and
2.1.3 The estimated number of hours and cost to complete the Services,-
2.1.4
ervices;
2.1.4 The time needed to finish the specific project.
2.2 No Services shall be provided until the Project Administrator has provided
written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall
diligently perform the duties in the approved Letter Proposal.
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of Services under this Agreement
and Contractor shall perform the Services in accordance with the schedule included in
Exhibit A and the Letter Proposal. In the absence of a specific schedule, the Services
shall be performed to completion in a diligent and timely manner. The failure by
Contractor to strictly adhere to the schedule set forth in Exhibit A and the Letter Proposal,
if any, or perform the Services in a diligent and timely manner may result in termination
of this Agreement by City.
3.2 Notwithstanding the foregoing, Contractor shall not be responsible for
delays due to causes beyond Contractor's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Contractor shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein, not later than two (2) calendar
days after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable time extensions
for unforeseeable delays that are beyond Contractor's control.
3.4 For all time periods not specifically set forth herein, Contractor shall respond
in the most expedient and appropriate manner under the circumstances, by fax, hand -
delivery or mail.
4. COMPENSATION TO CONTRACTOR
4.1 City shall pay Contractor for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Letter Proposal
and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein
by reference. Except as otherwise provided herein, no rate changes shall be made during
the term of this Agreement without the prior written approval of City. Contractor's
compensation for all Services performed in accordance with this Agreement, including all
reimbursable items, shall not exceed Five Hundred Thousand Dollars and 00/100
($500,000.00), without prior written amendment to the Agreement.
4.2 Contractor shall submit monthly invoices to City describing the Work
performed the preceding month. Contractor's bills shall include the name and/or
classification of employee who performed the Work, a brief description of the Services
performed and/or the specific task in the Scope of Services to which it relates, the date
T. E. Roberts, Inc. Page 2
the Services were performed, the number of hours spent on all Work billed on an hourly
basis, and a description of any reimbursable expenditures. City shall pay Contractor no
later than thirty (30) calendar days after approval of the monthly invoice by City staff.
4.3 City shall reimburse Contractor only for those costs or expenses specifically
identified in Exhibit B to this Agreement and the Letter Proposal, or specifically approved
in writing in advance by City.
4.4 Contractor shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra Work" means any
Work that is determined by City to be necessary for the proper completion of the Project,
but which is not included within the Scope of Services and which the parties did not
reasonably anticipate would be necessary at the execution of this Agreement.
Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B
and the Letter Proposal.
5. PROJECT MANAGER
5.1 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 Agreement term. Contractor has designated Tim Roberts to be its
Project Manager. Contractor shall not remove or reassign the Project Manager or any
personnel listed in Exhibit A or assign any new or replacement personnel to the Project
without the prior written consent of City. City's approval shall not be unreasonably
withheld with respect to the removal or assignment of non -key personnel.
5.2 Contractor, at the sole discretion of City, shall remove from the Project any
of its personnel assigned to the performance of Services upon written request of City.
Contractor warrants that it will continuously furnish the necessary personnel to complete
the Project on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Municipal Operations Department -
Utilities. City's Utilities Manager or designee shall be the Project Administrator and shall
have the authority to act for City under this Agreement. The Project Administrator shall
represent City in all matters pertaining to the Services to be rendered pursuant to this
Agreement.
7. CITY'S RESPONSIBILITIES
To assist Contractor in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Contractor, one copy of all existing
relevant information on file at City. City will provide all such materials in a timely manner
so as not to cause delays in Contractor's Work schedule.
8. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE
8.1 Contractor shall use only the standard materials described in Exhibit A in
performing Services under this Agreement. Any deviation from the materials described
T. E. Roberts, Inc. Page 3
in Exhibit A shall not be installed or utilized unless approved in advance and in writing by
the Project Administrator.
8.2 All of the Services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the personnel required to perform
the Services required by this Agreement, and that it will perform all Services in a manner
commensurate with community professional standards and with the ordinary degree of
skill and care that would be used by other reasonably competent practitioners of the same
discipline under similar circumstances. All Services shall be performed by qualified and
experienced personnel who are not employed by City. By delivery of completed Work,
Contractor certifies that the Work conforms to the requirements of this Agreement, all
applicable federal, state and local laws and legally recognized professional standards.
8.3 Contractor represents and warrants to City that it has, shall obtain and shall
keep in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature that is
legally required of Contractor to practice its profession. Contractor shall maintain a City
of Newport Beach business license during the term of this Agreement.
8.4 Contractor shall not be responsible for delay, nor shall Contractor be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Contractor's Work promptly, or delay or faulty performance by City,
contractors, or governmental agencies.
9. RESPONSIBILITY FOR DAMAGES OR INJURY
9.1 City and all officers, employees and representatives thereof 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 Services 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.
9.2 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.
9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers, and employees (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 Agreement, any
Work performed or Services provided under this Agreement including, without limitation,
T. E. Roberts, Inc. Page 4
defects in workmanship or materials or Contractor's presence or activities conducted on
the Project (including the negligent and/or willful acts, errors and/or omissions of
Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants,
subcontractors, anyone employed directly or indirectly by any of them or for whose acts
they may be liable or any or all of them).
9.4 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 Agreement. 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.
9.5 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 Work by Contractor or its agents.
9.6 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Agreement as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
9.7 The rights and obligations set forth in this Section shall survive the
termination of this Agreement.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Contractor on an independent contractor basis
and Contractor is not an agent or employee 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 expressed terms of this Agreement. No civil service
status or other right of employment shall accrue to Contractor or its employees. Nothing
in this Agreement shall be deemed to constitute approval for Contractor or any of
Contractor's employees or agents, to be the agents or employees of City. 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 Agreement. Anything in
this Agreement that may appear to give City the right to direct Contractor as to the details
of the performance of the Work 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
Services.
11. 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 Contractor on the Project.
T. E. Roberts, Inc. Page 5
12. CITY POLICY
Contractor shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in order
to ensure the Project proceeds in a manner consistent with City goals and policies.
13. 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.
14. 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 Agreement or for other periods as specified in this Agreement, 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.
15. BONDING
15.1 For any Letter Proposal accepted by City of over Twenty Five Thousand
Dollars and 00/100 ($25,000.00), Contractor shall obtain, provide and maintain at its own
expense during the term of this Agreement: (1) 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 any Letter Proposal accepted by City of over Twenty Five Thousand Dollars
and 00/100 ($25,000.00), and in the form attached hereto as Exhibit D which is
incorporated herein by this reference; and (2) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100
($25,000.00), and in the form attached hereto as Exhibit E which is incorporated herein
by this reference.
15.2 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, (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.
15.3 Contractor shall deliver, concurrently with City's approval of any Letter
Proposal over Twenty Five Thousand Dollars and 00/100 ($25,000.00), the Labor and
Materials Payment Bond and Faithful Performance Bond, 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.
T. E. Roberts, Inc. Page 6
16. PREVAILING WAGES
16.1 Pursuant to the applicable provisions of the Labor Code of the State of
California, not less than the general prevailing rate of per diem wages including legal
holidays and overtime Work for each craft or type of workman needed to execute the
Work contemplated under the Agreement shall be paid to all workmen employed on the
Work to be done according to the Agreement by the Contractor and any subcontractor.
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 Agreement. 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. The Contractor is required to obtain the
wage determinations from the Department of Industrial Relations and post at the job site
the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any
subcontractor under him/her to comply with all State of California labor laws, rules and
regulations and the parties agree that the City shall not be liable for any violation thereof.
16.2 Unless otherwise exempt by law, Contractor warrants that no contractor or
subcontractor was listed on the bid proposal for the Services that it is not currently
registered and qualified to perform public work. Contractor further warrants that it is
currently registered and qualified to perform "public work" pursuant to California Labor
Code section 1725.5 or any successor statute thereto and that no contractor or
subcontractor will engage in the performance of the Services unless currently registered
and qualified to perform public work.
17. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any
of the issued and outstanding capital stock of Contractor, or of the interest of any general
partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or
joint -venture or syndicate or cotenancy, 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.
18. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A and the Letter Proposal. Contractor shall be fully responsible to
City for all acts and omissions of any subcontractor. Nothing in this Agreement shall
create any contractual relationship between City and any 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,
T. E. Roberts, Inc. Page 7
the Services to be provided under this Agreement shall not be otherwise assigned,
transferred, contracted or subcontracted out without the prior written approval of City.
19. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor,
its officers, employees, agents and subcontractors, in the course of implementing this
Agreement, shall become the exclusive property of City, and City shall have the sole right
to use such materials in its discretion without further compensation to Contractor or any
other party. Contractor shall, at Contractor's expense, provide such Documents to City
upon prior written request.
20. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept confidential
unless City expressly authorizes in writing the release of information.
21. RECORDS
Contractor shall keep records and invoices in connection with the Services to be
performed under this Agreement. Contractor shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3) years,
or for any longer period required by law, from the date of final payment to Contractor
under this Agreement. All such records and invoices shall be clearly identifiable.
Contractor shall allow a representative of City to examine, audit and make transcripts or
copies of such records and invoices during regular business hours. Contractor shall allow
inspection of all Work, data, Documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment to Contractor
under this Agreement.
22. WITHHOLDINGS
City may withhold payment to Contractor of any disputed sums until satisfaction of
the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Contractor shall not
discontinue Work as a result of such withholding. Contractor shall have an immediate
right to appeal to the City Manager or his/her designee with respect to such disputed
sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of
return that City earned on its investments during the time period, from the date of
withholding of any amounts found to have been improperly withheld.
23. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS
City reserves the right to employ other contractors in connection with the Project.
T. E. Roberts, Inc. Page 8
24. CONFLICTS OF INTEREST
24.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Agreement, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
24.2 If subject to the Act, Contractor shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate termination
of this Agreement by City. Contractor shall indemnify and hold harmless City for any and
all claims for damages resulting from Contractor's violation of this Section.
25. NOTICES
25.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement 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.
25.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attn: Utilities Manager
Municipal Operations Department - Utilities
City of Newport Beach
100 Civic Center Drive
PO Box 1768
Newport Beach, CA 92658
25.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attn: Tim Roberts
T.E. Roberts, Inc.
306 West Katella Avenue, Unit B
Orange, CA 92867
26. CLAIMS
26.1 Unless a shorter time is specified elsewhere in this Agreement, before
making its final request for payment under this Agreement, Contractor shall submit to City,
in writing, all claims for compensation under or arising out of this Agreement. Contractor's
acceptance of the final payment shall constitute a waiver of all claims for compensation
under or arising out of this Agreement except those previously made in writing and
identified by Contractor in writing as unsettled at the time of its final request for payment.
Contractor and City expressly agree that in addition to any claims filing requirements set
forth in the Agreement, Contractor shall be required to file any claim Contractor may have
T. E. Roberts, Inc. Page 9
against City in strict conformance with the Government Claims Act (Government Code
sections 900 et seq.).
26.2 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/Consultant 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.).
27. TERMINATION
27.1 In the event that either party fails or refuses to perform any of the provisions
of this Agreement at the time and in the manner required, that party shall be deemed in
default in the performance of this Agreement. 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, and
thereafter diligently take steps to cure the default, the non -defaulting party may terminate
the Agreement forthwith by giving to the defaulting party written notice thereof.
27.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than 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 reports, Documents and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
28. LABOR
28.1 Contractor shall conform with all applicable provisions of state and federal
law including, but not limited to, applicable provisions of the federal Fair Labor Standards
Act ("FLSA") (29 USCA § 201, et seq.).
28.2 Whenever Contractor has knowledge that any actual or potential labor
dispute is delaying or threatens to delay the timely performance of this Agreement,
Contractor shall immediately give written notice to City, and provide all relevant
information.
28.3 Contractor represents that all persons working under this Agreement are
verified to be U.S. citizens or persons legally authorized to work in the United States.
T. E. Roberts, Inc. Page 10
28.4 To the fullest extent permitted by law, Contractor shall indemnify, defend,
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers, and employees from loss or damage, including but not limited to attorneys'
fees, and other costs of defense by reason of actual or alleged violations of any applicable
federal, state and local labor laws or law, rules, and/or regulations. This obligation shall
survive the expiration and/or termination of the Agreement.
29. STANDARD PROVISIONS
29.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference.
29.2 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 and City.
29.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether of the
same or a different character.
29.4 Integrated Contract. This Agreement 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.
29.5 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Agreement and the Scope of Services or any other
attachments attached hereto, the terms of this Agreement shall govern.
29.6 Interpretation. The terms of this Agreement 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 Agreement or any other rule of
construction which might otherwise apply.
29.7 Amendments. This Agreement 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.
29.8 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
29.9 Controlling Law and Venue. The laws of the State of California shall govern
this Agreement and all matters relating to it and any action brought relating to this
Agreement shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
T. E. Roberts, Inc. Page 11
29.10 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.
29.11 No Attorneys' Fees. In the event of any dispute or legal action arising under
this Agreement, the prevailing party shall not be entitled to attorneys' fees.
29.12 Counterparts. This Agreement 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.
[SIGNATURES ON NEXT PAGE]
T. E. Roberts, Inc. Page 12
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
By:
-{ Aaron C. ar wu's•1ti.�$
City Attor
ATTEST:
Date-.—
By:
ate:
By: 0 -
Le' ni . Brown
City Clerk
Attachments.- Exhibit A
Exhibit B
Exhibit C
Exhibit D
Exhibit E
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By.A'a�rs_Naill_1?ruffy"'Duff ield
Mayor
CONTRACTOR: T. E. Roberts, Inc., a
California corporation
Date:_
Y:
Timothy E. Roberts
Chief Executive Officer
Date: b Z D -l8
ustin M. Roberts
Secretary
[END OF SIGNATURES]
Scope of Services
Schedule of Billing Rates
Insurance Requirements
Labor and Materials Payment Bond
Faithful Performance Bond
T. E. Roberts, Inc. Page 13
EXHIBIT A
SCOPE OF SERVICES
Contractor shall
furnish, pursuant to a Letter Proposal accepted by the City, all
labor, equipment, materials,
and supervision to provide as -needed underground utility
repairs, including but not
limited to.-
o:Excavations,
Excavations,pavement cuts, minor grading.
• Installation and repair of water system components such as:
a.
Waterlines sizing from 4" to 48" in diameter.
b.
Waterline pipe materials including, Ductile Iron, Cast Iron,
Asbestos Cement, Polyvinyl Chloride, and Steel piping.
c.
Valves of various types and sizes.
d.
Services ranging from 3/" to 2" in diameter.
e.
Meters and boxes of various sizes.
f.
Backflow devices of various sizes.
g.
Pressure reducing, sustaining, relieving valves of various
sizes.
h.
Vaults of various sizes.
i.
Fire connections of various sizes.
• Installation
and repair of wastewater system components such as:
a.
Force mains sizing from 4" to 12" in diameter
b.
Laterals of various sizes
C.
Clean -outs
d.
Grease interceptors
e.
Collection system mainlines
f.
Vaults/wet wells
g.
Valves of various sizes
h.
Manholes
T. E. Roberts, Inc. Page A-1
Installation and repair of storm water system components such as:
a. Storm drain piping
b. Catch basins
C. Tide valves
d. Manholes
• Disposal of excess materials and spoils
• Hauling of material for backfilling and grading
• Backfill and compaction
• Minor repair roadways
• Welding repair or work
CONTRACTOR REQUIREMENTS
Contractor shall be required to:
• Ensure that all work performed under this contract shall be performed in
such a manner as to provide maximum safety to the public and their staff. Where
applicable, contractor must comply with all safety standards required by all regulatory
agencies including but not limited to; California Division of Occupational Safety and
Health (CAL -OSHA), South Coast Air Quality Management District (SCAQMD), and the
Orange County Environmental Health Care Agency (OCEHD). This also includes local
regulatory compliance set forth by the City of Newport Beach. The City reserves the right
to issue restraint, or cease and desist orders to the Contractor when unsafe or harmful
acts are observed or reported relative to the performance under this contract. All
contractor employees shall have access to a W.A.T.C.H. (Work Area Traffic Control
Handbook) at all times.
• Maintain all work sites free of hazards to persons and/or property resulting
from his/her operations. Any hazardous condition noted by the Contractor, which is not a
result of his/her operations, shall be immediately reported to the City.
• Upon acceptance work, restore the project area affected by the operations
to a condition at least equal to that existing prior to the work, including the removal of all
debris.
• Provide callback within six hours after initial request from the City for
underground utility services.
T. E. Roberts, Inc. Page A-2
EXHIBIT B
SCHEDULE OF BILLING RATES
T. E. Roberts, Inc. Page B-1
0�)
Roberts
INCORPORATED
Gf NE (A4 IN (.iYI [tIM4 IIIN I.p (Y pt
COST FILE.
T.E. Roberts, Inc.
3/5/2018
On -Call Rates for the City of Newport Beach
As -Needed Underground Utility Installation and Repair Services
President -Timothy Roberts
Superintendents -Justin Roberts, Dave Klein, Ed Perez, Bob Hartwell
Hourly
Straight
Time
Hourly
Rates
Rates
LABOR
EQUIPMENT
Superintendent
$204.92
Large Excavator
$121.00
Project Manager
$115.00
Medium Excavator
$110.00
Foreman/Operating Engineer
$149.13
Small Excavator
$99.00
Foreman/Laborer
$114.22
Back Hoe
$46.20
Operating Engineer
$143.41
Air Compressor w/JH
$22.00
Laborer Group 1
$102.42
Dump Truck/Super 10
$49.50
Laborer Group 4
$107.47
Pickup Truck or Van
$27.50
Welder- Laborer Group 5
$108.14
Crew Truck
$33.00
Teamster
$114.20
Flatbed Truck
$27.50
Bed Trailer
$49.50
SUBCONTRACTORS
cost plus 10%
Truck and Pup
$82.50
Structures Unlimited -concrete structures
Water Truck
$38.50
Penhall-sawcutting, concrete breaking
Sweeper
$79.20
Wheel Loader
$60.50
Materials
cost plus 15%
Skip Loader
$44.00
Bonds -if required
1.5% of total
Skid Steer/Bobcat
$44.00
Asphalt Zipper
$88.00
Arrowboard
$16.50
INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES
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 Agreement, 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, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident 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.
Contractor shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council,
boards and commissions, officers, agents, volunteers and employees.
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. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
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
Agreement, including coverage for any owned, hired, non -owned or rented
T. E. Roberts, Inc. Page C-1
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit each accident.
D. Builder's Risk Insurance. Contractor shall maintain Builders Risk insurance
or an installation floater as directed by City, covering damages to the Work
for "all risk" or special causes of loss form with limits equal to 100% of the
completed value of the Agreement, with coverage to continue until final
acceptance of the Work by City. At the discretion of City, the requirement
for such coverage may include additional protection for Earthquake and/or
Flood. City shall be included as an insured on such policy, and Contractor
shall provide City with a copy of the policy.
E. Pollution Liability Insurance. If required, Contractor shall maintain a policy
providing contractor's pollution liability ("CPL") coverage with a total limit of
liability of no less than one million dollars ($1,000,000) per loss and two
million dollars ($2,000,000) in the aggregate per policy period. Claims -
made policies require a 5 -year extended reporting period. The CPL policy
shall include coverage for cleanup costs, third -party bodily injury and
property damage, including loss of use of damaged property or of property
that has not been physically injured or destroyed, resulting from pollution
conditions caused by contracting operations. Coverage as required in this
paragraph shall apply to sudden and non -sudden pollution conditions
resulting from the escape or release of smoke, vapors, fumes, acids, alkalis,
toxic chemicals, liquids, or gases, waste materials, or other irritants,
contaminants, or pollutants. The CPL shall also provide coverage for
transportation and off -Site disposal of materials. The policy shall not
contain any provision or exclusion (including any so-called "insured versus
insured" exclusion or "cross -liability" exclusion) the effect of which would be
to prevent, bar, or otherwise preclude any insured or additional insured
under the policy from making a claim which would otherwise be covered by
such policy on the grounds that the claim is brought by an insured or
additional insured against an insured or additional insured under the policy.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation against
City, its City Council, boards and commissions, officers, agents, volunteers
and employees 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 from
each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
T. E. Roberts, Inc. Page C-2
automobile liability, if required, shall provide or be endorsed to provide that
City, its City Council, boards and commissions, officers, agents, volunteers
and employees shall be included as insureds under such policies.
C. Primary and Non Contributory. All liability coverage shall apply on a primary
basis and shall not require contribution from any insurance or self-insurance
maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days notice of cancellation (except for nonpayment for which ten
(10) calendar days notice is required) or nonrenewal of coverage for each
required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following.-
A.
ollowing:
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. Insurance certificates
and endorsement 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 Agreement. City
reserves the right to require complete, certified copies of all required
insurance policies, at any time.
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Contractor sixty (60) 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 Agreement Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of City to inform
T. E. Roberts, Inc. Page C-3
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 Section 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 insurance proceeds in excess of the specified minimum limits of
insurance and coverage shall be available to the City.
F. Self-insured Retentions. Any self-insured retentions must be declared to
and approved by City. City reserves the right to require that self-insured
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City.
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
Agreement, 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 Agreement, 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.
Contractor's Insurance. Contractor shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
Work.
T. E. Roberts, Inc. Page C-4
EXHIBIT D
CITY OF NEWPORT BEACH
BOND NO.
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to
hereinafter designated as the "Principal," an agreement for
maintenance and/or repair services, in the City of Newport Beach, in strict conformity with
the Agreement 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 Agreement 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,
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 Dollars ( )
lawful money of the United States of America, said sum being equal to 100% of the
amount of any Letter Proposal accepted by City of over Twenty Five Thousand Dollars
and 00/100 ($25,000.00), payable by the City of Newport Beach under the terms of the
Agreement; 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.
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
T. E. Roberts, Inc. Page D-1
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 Agreement 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 Agreement 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 day of , 20
Name of Contractor (Principal)
Name of Surety
Address of Surety
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
Aaron C. Harp
City Attorney
Authorized Signature/Title
Authorized Agent Signature
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE
ATTACHED
T. E. Roberts, Inc. Page D-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(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.
(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.
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 D-3
EXHIBIT E
CITY OF NEWPORT BEACH
BOND NO.
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ , being at the
rate of $ thousand of the Agreement price.
WHEREAS, the City of Newport Beach, State of California, has awarded to
hereinafter designated as the "Principal," an agreement for
maintenance and/or repair services in the City of Newport Beach, in strict conformity with
the Agreement 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 Agreement and the
terms thereof require the furnishing of a Bond for the faithful performance of the
Agreement.
NOW, THEREFORE, we, the Principal, and
, 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
( ) lawful
money of the United States of America, said sum being equal to 100% of the amount of
any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100
($25,000.00), 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 Agreement 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
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 Agreement or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
T. E. Roberts, Inc. Page E-1
notice of any such change, extension of time, alterations or additions of the Agreement
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 day of , 20
Name of Contractor (Principal)
Name of Surety
Address of Surety
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
Aaron C. Harp
City Attorney
Authorized Signature/Title
Authorized Agent Signature
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
T. E. Roberts, Inc. Page E-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(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.
(seal)
State of California
County of I 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 E-3
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received: 11/28/17
Date Completed: 12/5/17 Sent to
Company/Person required to have certificate:
Type of contract:
Dept./Contact Received From: Raymund
Raymund By: Jan
TE Roberts Inc.
All Others
I. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 9/1/17 - 9/1/18
A.
INSURANCE COMPANY: Valley Forge Insurance Company
B.
AM BEST RATING (A-: VII or greater): A / XV
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
N Yes ❑ No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
$1M/$2M
E.
ADDITIONAL INSURED ENDORSEMENT — please attach
N Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
(What is limits provided?)
include): Is it included? (completed Operations status does
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
not apply to Waste Haulers or Recreation)
N Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
G.
HIRED AND NON -OWNED AUTO ONLY:
COMPLETED OPERATIONS ENDORSEMENT (completed
H.
NOTICE OF CANCELLATION:
Operations status does not apply to Waste Haulers)
N Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
N Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
N Yes ❑ No
J.
CAUTION! (Confirm that loss or liability of the named insured
is not limited solely by their negligence) Does endorsement
include "solely by negligence" wording?
❑ Yes N No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
N N/A ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A N Yes ❑ No
II. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 9/1/17 - 9/1/18
A.
INSURANCE COMPANY: Continental Casualty Company
B.
AM BEST RATING (A- : VII or greater) A / XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
N Yes ❑ No
D.
LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided?
$1,000,000
E
LIMITS Waiver of Auto Insurance / Proof of coverage (if individual)
(What is limits provided?)
N/A
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only):
❑ N/A N Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY:
❑ N/A ❑ Yes N No
H.
NOTICE OF CANCELLATION:
0 N/A N Yes ❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 9/1/17 - 9/1/18
A. INSURANCE COMPANY: Liberty Mutual Fire Insurance Company
B. AM BEST RATING (A-: VII or greater): A / XV
C. ADMITTED Company (Must be California Admitted):
D. WORKERS' COMPENSATION LIMIT: Statutory
E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater)
F. WAIVER OF SUBROGATION (To include): Is it included?
G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM
H. NOTICE OF CANCELLATION:
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
V POLLUTION LIABILITY
V BUILDERS RISK
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Approved:
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
12/5/17
Date
® Yes ❑ No
® Yes ❑ No
$1,000,000
® Yes ❑ No
® N/A ❑ Yes ❑ No
❑ N/A ® Yes ❑ No
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
® Yes ❑ No
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Approved:
Risk Management Date
* Subject to the terms of the contract.