HomeMy WebLinkAboutHerbert Walkup Pipeline Replacement - Bid Book (1)_RedactedADDENDUM NO. 1
SPECIFICATIONS
;►9
CONTRACT DOCUMENTS
FOR
2024 HERBERT WALKUP PIPELINE
REPLACEMENT PROJECT
South Tahoe Public Utility District
South Lake Tahoe, California
November 16, 2023
GENERAL NOTES:
The Line Items in Planet Bids have been updated to reflect the four additional alternate bid
items added by this Addendum No. 1.
The Mandatory Pre -Bid Sign in Sheets have been uploaded to Planet Bids. Only general
contractors who signed in at the mandatory pre -bid may have their bids found responsive.
The Mandatory Pre -Bid Agenda has also been uploaded to Planet Bids.
THE FOLLOWING CHANGES ARE TO BE MADE TO THE PLANS:
1. None.
THE FOLLOWING CHANGES ARE TO BE MADE TO THE SPECIFICATIONS:
2. Section 00 10 00, Invitation to Bid, Page 1
REPLACE: "Electronic Bids will be received until 2:00 p.m., Wednesday, December
13, 2023."
WITH: "Electronic Bids will be received until 2:00 p.m., Friday, December 16,
2023."
3. Section 00 20 00, Instructions for Procurement, Part 3.16.A
REPLACE: "Time for Submitting Protests:.A protest regarding Bid opening procedures,
Bids, or the selection of the Successful Bidder shall be submitted in writing, by
the protesting Bidder to the District, so that the protest is received by the
District within 7 calendar days after Bid opening."
WITH: "Time for Submitting Protests: A protest regarding Bid opening procedures,
Bids, or the selection of the Successful Bidder shall be submitted in writing, by
the protesting Bidder to the District, so that the protest is received by the
District within 5 calendar days after Bid opening."
4. Section 00 4100, Bid Forms, DESCRIPTION OF BID ITEMS, Page 35, after Bid Item 58
ADD: "Bid Item 59 — Waterline Add for American Iron and Steel (AIS) Requirements:
includes but is not limited to: full compensation for incremental additional cost
to procure and install within the Contract Time all waterline related AIS-
compliant iron and steel products, instead of the standard foreign and
domestic iron and steel products included in the Base Bid, including material
purchasing costs and additional supplier and contractor overhead costs for
tracking and submitting all required documentation associated with AIS
compliance as required by the specifications. No additional time contract time
will be granted in association with this bid item and any anticipated cost
differential for acceleration of work due to delayed product delivery or
scheduling impacts shall be accounted for in this bid item.
This bid item is an additive alternate. If this bid item is awarded, Specification
Section 00 74 00, Grant Conditions, Part 2.01, American Iron and Steel
2
Clauses shall be enforced. Please reference this section for a listing of
products which are commonly subject to AIS requirements.
The CONTRACTOR'S payment for this item shall be by the lump sum.
Bid Item 60 — Waterline Add for Build America, Buv America (BABA)
Reauirements: includes but is not limited to: full compensation for incremental
additional cost to procure and install within the Contract Time all waterline
related BABA -compliant manufactured goods and construction materials,
instead of the standard foreign and domestic manufactured goods and
construction materials included in the Base Bid, including material purchasing
costs and additional supplier and contractor overhead costs for tracking and
submitting all required documentation associated with BABA compliance as
required by the specifications that are in addition to the AIS requirements
under Bid Item 59. No additional time contract time will be granted in
association with this bid item and any anticipated cost differential for
acceleration of work due to delayed product delivery or other scheduling
impacts shall be accounted for in this bid item.
This bid item is an additive alternate and may be awarded in addition to Bid
Item 59. This alternate will not be awarded alone if Bid Item 59 is not awarded.
If this bid item is awarded, Specification Section 00 74 00, Grant Conditions,
Part 2.02, Build America, Buy America (BABA) Clauses shall be enforced.
Please reference the Build America, Buy America Guidance from EPA which
is included in the Reports section of the specifications for further information
regarding the definition of manufactured products and construction materials
which are subject to BABA requirements. Please also refer to this document
for further information regarding required tracking and certifications.
The CONTRACTOR'S payment for this item shall be by the lump sum.
Bid Item 61 — Sewerline Add for American Iron and Steel (AIS ReVrements: includes but
is not limited to: full compensation for incrementa additional cost to procure
and install within the Contract Time all sewerline related AIS-compliant iron
and steel products, instead of the standard foreign and domestic iron and steel
products included in the Base Bid, including material purchasing costs and
additional supplier and contractor overhead costs for tracking and submitting
all required documentation associated with AIS compliance as required by the
specifications. No additional time contract time will be granted in association
with this bid item and any anticipated cost differential for acceleration of work
due to delayed product delivery or scheduling impacts shall be accounted for
in this bid item.
This bid item is an additive alternate. If this bid item is awarded, Specification
Section 00 74 00, Grant Conditions, Part 2.01, American Iron and Steel
Clauses shall be enforced. Please reference this section for a listing of
products which are commonly subject to AIS requirements.
The CONTRACTOR'S payment for this item shall be by the lump sum.
Bid Item 62 — Sewerline Add for Build America. Buv America (BABA)
Reauirements: includes but is not limited to: full compensation for incremental
additional cost to procure and install within the Contract Time all sewerline
related BABA -compliant manufactured goods and construction materials,
instead of the standard foreign and domestic manufactured goods and
construction materials included in the Base Bid, including material purchasing
costs and additional supplier and contractor overhead costs for tracking and
submitting all required documentation associated with BABA compliance as
required by the specifications that are in addition to the AIS requirements
under Bid Item 59. No additional time contract time will be granted in
association with this bid item and any anticipated cost differential for
acceleration of work due to delayed product delivery or other scheduling
impacts shall be accounted for in this bid item.
This bid item is an additive alternate and may be awarded in addition to Bid
Item 61. This alternate will not be awarded alone if Bid Item 61 is not awarded.
If this bid item is awarded, Specification Section 00 74 00, Grant Conditions,
Part 2.02, Build America, Buy America (BABA) Clauses shall be enforced.
Please reference the Build America, Buy America Guidance from EPA which
is included in the Reports section of the specifications for further information
regarding the definition of manufactured products and construction materials
which are subject to BABA requirements. Please also refer to this document
for further information regarding required tracking and certifications.
The CONTRACTOR'S payment for this item shall be by the lump sum."
This Addendum No. 1, pages 1 through 4, shall become part of the Contract and all provisions
of the Contract shall apply therein.
The date and time for the Bid Opening has changed. The time provided for the completion of the
Contract has not changed.
SOUTH TAHOE PUBLIC UTILITY DISTRICT
Brent Goligoski, P.E.
Associate Engineer
Ph. (530) 543-6209
November 16, 2023
4
ADDENDUM NO. 2
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
2024 HERBERT WALKUP PIPELINE
REPLACEMENT PROJECT
South Tahoe Public Utility District
South Lake Tahoe, California
December 6, 2023
GENERAL NOTES:
The Questions and Answers shown on Planet Bids have been attached to this addendum, 2
pages.
THE FOLLOWING CHANGES ARE TO BE MADE TO THE PLANS:
1. Plan Sheet P18, Keynote 7
REPLACE: "PROVIDE SINGLE 4" WATER SERVICE ON NEW MAIN AND CONNECT TO
EXISTING METER (WS01/D2)"
WITH: "PROVIDE SINGLE 4" WATER SERVICE ON NEW MAIN AND CONNECT TO
EXISTING FIRE SERVICE, SEE DETAIL 2 AND NOTE 5 THIS SHEET"
THE FOLLOWING CHANGES ARE TO BE MADE TO THE SPECIFICATIONS:
2. Section 00 10 00, Invitation to Bid, Pagel
REPLACE: "After electronic bidding, each bidder shall submit their original Bid Forms to
South Tahoe Public Utility District at 1275 Meadow Crest Drive, South Lake
Tahoe, California by 4 P.M on Friday, December 15, 2023.
WITH: "After electronic bidding, each bidder shall submit their original Bid Forms to
South Tahoe Public Utility District at 1275 Meadow Crest Drive, South Lake
Tahoe, California by 2 P.M on Tuesday, December 19, 2023."
3. Section 00 74 00, Grant Conditions
ADD: Davis -Bacon CA20230007 Wage Determination dated 11/17/2023 (attached
23 pages).
4. Section 33 05 05.30, Sewer System Testing, Part 3.03.E
REPLACE: "B. After the Mandrel Test, an infiltration or exfiltration test shall be required.
1. An infiltration test shall be used when, through dewatering efforts, field
observation, or via monitoring well, it is determined that groundwater is 5 feet
or more above the crown of pipe at the midpoint of the test section. All
pipes leading into the specified sewer test section shall be completely plugged
by the Contractor with mechanical stoppers so that no water introduced into
the section can escape through the mains, branch sewers or service laterals.
Conduct in accordance with ASTM C1091 Standard Test Method for
Hydrostatic Infiltration Testing of Vitrified Clay Pipe Lines, as follows:
a. Cease dewatering activities for at least 3 days for the pipe section to be
tested.
b. Plug the upstream end of the pipeline to be tested to prevent the entrance
of water or wastewater, while providing any required bypass pumping.
2
c. Measure volume of infiltration, with the maximum rate or volume of
groundwater entering the pipe as follows:
E = 0.00002*L*D" (H)^0.5
Where:
L: Length of pipeline (ft)
E: Allowable leakage in gallons per minute of pipeline tested
D: Internal diameter of the pipe (in)
H: Difference in elevation (ft) between the water surface in the upper
manhole and the invert of the pipe at the lower manhole; or, if
groundwater is present above the invert of the pipe in the lower manhole,
the difference in elevation between the water surface in the upper
manhole and the groundwater at the lower manhole.
2. Exfiltration Test: Where the sewer line is above the water table, an exfiltration
test shall be used.
a. All pipes leading into the specked sewer test section shall be completely
plugged by the Contractor with mechanical stoppers so that no water
introduced into the section can escape through the mains, branch sewers
or service laterals.
b. The Contractor shall then fill the test section with water and continue to
introduce water into the section until a static head of water five feet (6)
above the top of the pipe or pipes at the most elevated point of the test
section has been established.
c. The Contractor shall then measure and record at approved periodic
intervals a total test time of not less than four (4) hours, the volume of
water added to the test section in order to maintain a total static head of
water five feet (S) above the highest top of pipe elevation.
d. A single manhole section shall not be acceptable if the exfiltration from it
exceeds the rate of fifty (50) gallons per inch nominal diameter of main
pipe per mile of length in twenty four (24) hours.
e. A group of one (1) or more manhole sections, or the complete system of
sections as an average, shall not be acceptable if the exfiltration from
them exceeds the rate of fifty (50) gallons per inch nominal diameter of
main pipe per mile of length in twenty four (24) hours.
WITH: "Not Used"
3
5. Section 33 05 05.30, Sewer System Testing, Part 3.04
REPLACE: "3.04 TESTING FOR MANHOLES
A vacuum test or exfiltration test shall be used for testing manholes, as follows:
B. Vacuum Test:
1. Procedures outlined in ASTM C1244 should be followed while completing the
vacuum test.
2. Use acceptable equipment approved by the District. Vacuum test equipment
shall be used per the manufacturer's specifications.
3. A vacuum of 10-inches mercury should be drawn on the manhole. The time,
in seconds, for the vacuum to drop to 9-inches mercury shall be measured and
shall not be less than the times listed below for manholes.
Manhole Diameter
Time
(in)
(s)
60
48
75
60
90
72
4. Manholes showing leakage in excess of that allowed (time less than that
indicated in table) shall be repaired or reconstructed as necessary to reduce
the leakage to that specified. All failures shall be retested after the necessary
repairs have been completed.
C. Manhole Exfiltration Test
1. Water tightness of manholes may be tested in connection with tests of sanitary
sewers or at the time the manhole is completed and backfilled. The test shall
be as follows:
2. The contractor shall plug all inlets and outlets with approved stoppers or plugs.
3. The manhole shall be filled with water to the top of the frame.
4. The water shall stand in the manhole for a minimum of one hour to allow the
manhole material to reach maximum absorption.
5. The contractor shall refill the manhole to the original depth.
6. The time of the test will be determined by the District to fit the various field
conditions.
7. The manhole shall be refilled to the original depth and the amount of water
required to fill the manhole shall be recorded after a minimum of four (4) hours.
B. If the amount of water added does not exceed the limits shown in Table II,
then the manhole has passed the test. Even though the leakage may be less
than the specified amount, the contractor shall stop any leaks that may be
observed to the satisfaction of the District.
4
TABLE II — Manhole ExfiItration Volumes
Depth of Manhole (ft.)
0-5
6-7
8-10
11-12
13-15
16-18
19-20
WITH: "Not Used"
Allowable Amount of water added (gal.)
1
1-112
2
2-112
3
3-112
4
This Addendum No. 2, pages 1 through 30, shall become part of the Contract and all provisions
of the Contract shall apply therein.
The date and time for the Bid Opening has not changed. The time provided for the completion of
the Contract has not changed.
SOUTH TAHOE PUBLIC UTILITY DISTRICT
Brent Goligoski, P.E.
Associate Engineer
Ph. (530) 543-6209
December 6, 2023
5
Questions and Answers during Bid Period for 2024 Herbert Walkup Pipeline Replacement Project
Set Question Answer
For the 2024 Herbert Walkup Pipeline
Replacement Project, today is the 30 day
deadline for sending out solicitations.
Will the solicitations only be to the SBA
and/or MBDA? Will there be any
DVBE/MBE/WBE/DBE specific
solicitations? I can use the information
provided on the Job Description for the
SBA/MBDA posting but without the
Specification packet I won't know about
the DBE requirements. Any extra The full project specifications have been posted to Planet Bids
information would be appreciated. Thank today. Please refer to the Grant Conditions section 00 74 00 of
1.1 you.
What are the peak flow volumes to be
expected in the SS replacement work for
2.1 by-pass needs?
If material lead times on materials
including but not limited to underground
parts and fittings become problematic is
there consideration to extend the
schedules on intermediate deadlines,
contract calendar days, and completion
2.2 dates?
Can asphalt grindings be used in lieu of
2.3 coldmix for temporary patching?
In regards to bid items 36, 37, 54, 55 & 56
work that may be directed by engineer
and considered allowance, contingent or
T&M, can the contractor add overhead &
2.4 profit to the agreed allowance
the specifications.
Existing sanitary sewer flows have not be measured at this
location. However, the District utilizes hydraulic modeling
software to estimate flows throughout the collection system.
The hydraulic model expects peak hour flows to be up to 45
gallons per minute with low flows around 14 gallons per minute
in the pipe sections to be replaced.
Due to the short grading season required by local regulatory
agencies, it is critical that all grading work be completed
between May 1 and October 15, 2024. Extensions to the
intermediate milestones may be granted as stated in
Specifications Section 00 72 00, General Conditions, Part
2.04.C, however, the availability of extensions are weather
dependent and subject to agency approval. Please also refer to
Specification Section 0135 00, Special Procedures, Part 2.04
regarding Timely Extension. The base bid price and alternate
bid prices shall account for any known long material lead times
provided by suppliers at bid time and any impact the
anticipated delivery dates have on your sequencing of work
and acceleration of work once the materials arrive. If
unforeseeable causes arise during performance of the contract,
they will be addressed in accordance with the Special
Procedures of the Contract.
Asphalt grindings will not be allowed in lieu of cold mix asphalt
for temporary patching. Cold mix or hot mix asphalt is required
by the City of South Lake Tahoe.
Payment under these bid items will be per the Specifications
Section 00 72 00, General Conditions, Part 2.10 - Extra Work.
Tools, Supplies, Supervision, Overhead and Profit are
accounted for in the amount of a 35% markup on the total
direct labor costs.
Release Date
11/13/23
12/4/23
12/4/23
12/4/23
12/4/23
Page 1 of 2
Questions and Answers during Bid Period for 2024 Herbert Walkup Pipeline Replacement Project
Set Question
The instruction to bidders states each
bidder should submit original forms then
in section 2.03 it states top three bidders.
2.5 Can you please clarify this?
Answer
The top three bidders (three lowest price bids) are required to
submit their original Bid Forms by the deadline specified in the
Invitation to Bid. Any original bid forms requested from
additional bidders will have additional time to provide their
forms, typically two business days from when requested.
As discussed during the Pre -Bid meeting, Notice to Proceed is
anticipated to be issued mid January 2024 to allow for material
submittals and procurement. All construction activities
Release Date
12/4/23
Notice to proceed would be the 1st or 2nd
requiring excavation, earthwork or soil material removal shall
week of April 2024, Contract time is 300
occur between May 1, 2024 and October 15, 2024 (167
calendar days. TRPA prohibits construction
calendar days). if weather and snowpack allows, the contractor
till May 1st, do we have an exact date for
may begin staging, mobilization, and layout activities prior to
2.6 Anticipated Start Date.
May 1. 12/4/23
Yes, the deadline included in the Invitation to Bid for submitting
Will the deadline for submitting hard
original hard copy Bid Forms will be moved from Friday,
copies of bid forms change since the bid
December 15 to Tuesday, December 19 by a forthcoming
2.7 date got pushed?
addendum. 12/4/23
Confirming a pressure test on SS work will
Sewer system infiltration and exfiltration testing requirements
not be required as its replacement of
as well as manhole testing requirements will be removed in
existing in same location with lateral
Addendum #2. Requirements for cleaning, deflection testing,
3.1 connections.
and video inspection remain. 12/6/23
Page 2 of 2
SECTION 00 41 00
BID FORMS
:] 1 I
SOUTH TAHOE PUBLIC UTILITY DISTRICT
for the Construction of
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT
DOCUMENTS IN THIS SECTION CONSTITUTE THE BID FORMS. BIDDERS ARE TO
COMPLETE AND ATTACH THE DOCUMENTS CONTAINED IN THIS SECTION AS
INSTRUCTED IN SECTION 00 20 00, INSTRUCTIONS FOR BIDDERS, AND SUBMIT THE
COMPLETED BID PROPOSAL PACKAGE IN ITS ENTIRETY ELECTRONICALLY PRIOR TO
THE BID DEADLINE. BIDDER IS REQUIRED TO SUBMIT THE ORIGINAL DOCUMENTS
CONTAINED IN THIS SECTION WITHIN THE TIME STATED IN SECTION 0010 00,
SOLICITATION - INVITATION TO BID (SEE SECTION 00 20 00, INSTRUCTIONS FOR
BIDDERS, PART 2.03)
Name of
Bidder: F-W. Carsovi Co.
Business
Address:
To South Tahoe Public Utility District
Pursuant to and in compliance with your Notice Inviting Bids and the other documents relating
thereto, the undersigned, Bidder, being fully famlllarwlth the terms ofthe Contract Documents, local
conditions affecting the performance of the Contract, the character, quality, quantities, and the
Scope of the Work, the cost of the Work at the place where the Work is to be done, hereby
proposes and agrees to perform within the time stipulated In the Contract, Including all of Its
component parts and everything required to be performed, and to fumish any and all of the labor,
material, tools, equipment, transportation, services, permits, utilities, and all other Items necessary
to perform the Contract and complete In a workmanlike manner, all of the Work required In
connection with the construction of said Work, all in strict conformity with the Specifications and
other Contract Documents, including Addenda No= 1 ?-
for the prices hereinafter set forth.
Bids that are submitted via the District's electronic bidding system at the time set for opening of Bids
shall be Irrevocable, and may not be withdrawn for a period of sixty (60) days after the date set for
the opening of the bids except as noted In Section 00 20 00, Part 3.14.
ELECTRONIC BID SCHEDULE PRICES:
NOVMEBER 2023 SECTION 00 4100
2024 HERBERT WALKUP PIPELINE BID FORMS
REPLACEMENT PROJECT 1
All applicable sales taxes, State and/or Federal and any other special taxes, patent rights, or
royalties are included in the prices quoted in this Bid.
The quantities specified are the DISTRICT`s estimates and are approximate only, being given as a
basis for the comparison of Bids. The DISTRICT does not, expressly or by implication, agree that
the actual amount of work will correspond therewith. The total amount bid will be used to determine
the lowest, responsive, responsible, Bidder.
Payment for each item will be based on the actual quantity of work performed times the item unit
contract price. Determinations of the actual quantities and classifications of unit price work
performed by the CONTRACTOR will be made by the DISTRICT and may be more or less than the
specified, estimated quantities. Unless otherwise Indicated in the Bid Item Descriptions, the unit
price shall be valid for actual quantities up to 25% more than or less than the bid quantity.
All representations made by Bidder in this Bid are made under penalty of perjury.
DATED: i2 i. lS 1 -2-3
SIGNATURE
BIDDER: �•� Gwrsvv. Co.
BY: 1 wy COX-S 01"+
TITLE: Q �o-e, Fr,esic*�`-v"+
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE BID FORMS
REPLACEMENT PROJECT 2
INFORMATION REQUIRED OF BIDDER
DEPARTMENT OF INDUSTRIAL RELATIONS REGISTRATION:
Bidder hereby certifies that it is aware of the registration requirements set forth in Labor Code
sections 1725.5 and 1771.1 and is currently registered as a contractor with the Department of
Industrial Relations.
Contractor DIR Registration Number: 1000OV-4R OG
LIST OF SUBCONTRACTORS:
The .Bidder shall list in the space provided, the name and the location of the place of business of
each Subcontractor who will perform work or labor or render service to the prime CONTRACTOR in
or about the construction of the work or improvement, or a Subcontractor licensed by the State of
California who, under subcontract to the prime CONTRACTOR, specially fabricates and installs a
portion of the work or Improvement according to detailed drawings contained In the plans and
specifications, in an amount in excess of one-half of one percent of the prime contractor's total bid
or, in the case of bids or offers for the construction of streets or highways, including bridges, in
excess of one-half of one percent of the prime CONTRACTOR'S total bid or ten thousand dollars
(S10,000), whichever is greater. The Bidder shall list the Subcontractor's License Number and, in
accordance with Labor Code Section 1725.5 and 1771.1, the Subcontractor's Department of
Industrial Relations Registration Number. The Bidder shall also list the portion of the work that will
be done by each Subcontractor under this Contract. The prime CONTRACTOR shall list only one
SUB -CONTRACTOR for each portion as Is defined by the prime contractor in his or her bid. Failure
to list subcontractors with portions of the Work in excess of the minimum amounts listed above
constitutes a declaration by the CONTRACTOR that it is qualified and able to self -perform the work.
Any CONTRACTOR found to be unqualified or unable to self -perform any part of the Work not listed
below may be disqualified. The Bidder's attention is directed to the provisions of Section 00 73 00,
Supplemental Conditions, Part 2.06, entitled Subcontracts.
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE BID FORMS
REPLACEMENT PROJECT 3
ATTACH ADDITIONAL PAGES, IF NECESSARY
Work to be Performed Subcontractor's License #
1. pr11 %Nwx - cryvjv-m,,;..e
sj&, fy eA v�we i w sus vegwvM
104 Of--& w3$-k%4v
2.
3.
4.
5.
6...
7.
9.
10.
NOVMEBER 2023
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT
Subcontractor's DIR Percent of
Registration # Total Contract
\4DO100IH°ti4Qs 100" a
Subcontractor's Name and
Address
k--W - Cv,so%, Co.
SECTION 00 41 00
BID FORMS
4
EQUIPMENT/MATERIAL SUPPLIER LIST:
The Bidder shall Indicate below which Supplier the Bidder intends to use to furnish under the Bid
each item of equipment or material listed on this form by writing the supplier's name.. Unless the
use of alternatives for a particular item has been restricted by these Contract Documents, the
Bidder may list any manufacturer whose product meets all of the requirements and technical criteria
specified. The listing of more than One supplier for each equipment/material to be furnished with the
words "and/or" will not be permitted.
Equipment/Material
1. Aggregate base material
2. Asphalt
3. Concrete
4. Water Piping
5. Water Fittings
b. Water Valves
7. Fire Hydrants
8. Sewer Piping
9. Sewer Fittings
Supplier
CVT4 *1-,1 a iOv+S� f $ov k
A,vv, H C,WA SL e add Val ► x ,
3v c-*,cv-t+e—r Slt�rc.
' 14 w o �- q e 4 tau � yC
1N e sterv-►n
N v"Il a S"Vkl
1J� �s�rn
�]ea Sv.�vi
\N is k�w►
N"04M Swpp�y
Ms;
�v1
mc\jt a S�eW�i
V� Qsk-4Xv►
�iauadu Swprpv�f
Manufacturer
S/d M-
.S/fm E
S�� t
a;auwo,,A QI,OShcsl
� ► V"\ %.eO1A
a
�A"W
"MMI&V
p i o�v�ov�d Q 1as�i �r
V.i eskloJVe
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
5
THIS PAGE LEFT INTENTIONALLY BLANK
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
BIDDER'S GENERAL INFORMATION:
The Bidder shall furnish the following Information. Additional sheets shall be attached as required.
Failure to complete Item Nos. I through 7, at the time of bid submittal will cause the bid to be non-
responsive and may cause its rejection. Bidders shall submit Item Nos. 8 and 9 if requested by the
OWNER prior to award of contract. No award will be made until all of the Bidder's General
Information (Le., Items I through 7, Inclusive and Items 8 and 9, If requested) Is delivered to and
accepted by the OWNER.
(1) Contractor's Name and Address:
F.W . Cwrsov C o.
(2) Contractor's Telephone Number:
(3) Contractor's Preferred Emall Address:
c2t Pvtld (4) Contractor's License: Primary Classification P-- G-trn�-aa oew.o
State License No. 0044}20 Expiration Date:
Supplemental Classifications held, If any: N I A
Name of Licensee, If different from (1) above:
win
(5) Name of person who Inspected site or proposed Work for your firm:
Name: %w PARs r , Date of Inspection: Als_/se zs
(6) Name, address, and telephone number of surety company and agent who Will provide the
required bonds on this contract:
i2�pMclav Ir`s"oAice SoWAim`s, Slb CGibsvvl br. StE 2140, Roseville,CA
g5b+1B. L0ll(P)S%O-534}
(7) Complete the following forms:
a) "Non -collusion Declaration"
b) Iran Contracting Act Certification
c) Public Works Contractor Registration Certification
d) Contractor's Certificate Regarding Workers' Compensation
e) Bid Bond
NOVMEBER 2023 SECTION 0041 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
7
✓ (8) List three projects completed as of recent date involving work of similar type and complexity;
Project
1.
2.
3.
4.
5.
s�
Contract Price
Name, address, telephone
# of OWNER
✓ (8) The experience resume of the person who will be designated chief construction
superintendent or on -site construction manager.
✓ (9) A financial statement, references, and other information, sufficiently comprehensive to permit
an appraisal of Contractor's current financial condition. The financial statement shall be in
accordance with Section 00 20 00, Part 3.01.D.
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
8
STATE OF CALIFORNIA
i �?!•Cti�f , , •^,fir.
v, — � �,'.��,,"�
� r�
- —\'� r �;�
,� v '� ., n ! 4/ �
� �` �,• �`r� � ,\ '
James Miller
Board Chair
f ursuant to Chapter 9 of Division 3 of the Business and Professions Code
and the RUINS and Ref;ul,1tio11s of the Contractors State License Board,
the Registrar of Contractors does hereby issue this license to:
F W CARSON CO
License Number 618286
to engage in the business or act in [lie capacity of a contractor
in the following classification(s):
A - GENERAL ENGINEERING CONTRACTOR
C21 - BUILDING MOVING, DEMOLITION
Witness my hand and seal this day,
April 24, 2412
Issued April 23, # 991
This licrnse is the prorr•rty m ti;r kcristrar of Contractor,,
is not Iransicrrable, and shall he ro6rned to the Registrar
uj)on demand when skjsj ended, rl•vniced, or invalidated
for anV reason, 11 17i4C0111eS %I lid it nut renewed.
Stephen P. Sands
Registrar of Contractors
I rt-Ll MW 12-071 I� OSP U- ln;-11,0
-� hUUITNO: 53Gw7
CONTRACTORS
STATE LICENSE BOARD .
ACTIVE LCENSE `a
yawn a �, ww
1K.M-.
618286 s.CORP
„— F W CARSON CO
A C21
www.csib.ca,aov
W3012025
NONCOLLUSION DECLARATION TO BE EXECUTED
BY
BIDDER AND SUBMITTED WITH BID
The undersigned declares:
1 am the Vi Ce (Position) of Vr VW • CMSM Co• (Firm), the party
making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation. The bid is genuine and not collusive or sham.
The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or
sham bid. The bidder has not directly or Indirectly colluded, conspired, connived, or agreed with any
bidder
or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner,
directly or Indirectly, sought by agreement, communication, or conference with anyone to fix the bid
price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price,
or of that of any other bidder. All statements contained in the bid are true. The bidder has not,
directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents
thereof, or divulged information or data relative thereto, to any corporation, partnership, company,
association, organization, bid depository, or to any member or agent thereof, to effectuate a
collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint
venture, limited liability company, limited liability partnership, or any other entity, hereby represents
that he or she has full power to execute, and does execute, this declaration on behalf of the bidder.
I declare under penalty of perjury under the laws of the�-Vtatq of California that the foregoing is true
and correct and that this declaration is executed on 1Z 1Z3 [date], at Il e v 0 [city],
__ & %/ ri DA• [state].
Signature "eclarer
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 QE4�.'Ju4 - Subscribed and sworn to (or affirmed) before me
This day of 20 ,
County of Wo'SkoL arc C_'L�o.1
(name of signor)
proved to me on the basis of satisfactory evidence
to be the person who appeared before me.
ERIC HOPKINSNotary J
Appointment
Public,tment State -3 Nevada
Appolntrnent No. 23-3543.02
(Sea[) s Myhppt. ExpiresJul9, 2027 _ Signature of Notary
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
9
THIS PAGE INTENTIONALLY LEFT BLANK
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
10
IRAN CONTRACTING ACT CERTIFICATION
(Public Contract Code section 2200 et seq.)
As required by California Public Contract Code Section 2204, the Contractor certifies subject to
penalty for perjury that the option checked below relating to the Contractor's status in regard to the
Iran Contracting Act of 2010 (Public Contract Code Section 2200 et seq.) is true and correct:
U- The Contractor is not:
(1) identified on the current list of person and entities engaged in investment activities in
Iran prepared by the California Department of General Services in accordance with
subdivision (b) of Public Contract Code Section 2203; or
(2) a financial instruction that extends, for 45 days or more, credit in the amount of
$20,000,000 or more to any other person or entity identified on the current list of
persons and entities engaging in investment activities in Iran prepared by the
California Department of General Services in accordance with subdivision (b) of
Public Contract Code Section 2203, if that person or entity uses or will use the credit
to provide goods or services in the energy sector in Iran.
❑ The City has exempted the Contractor from the requirements of the Iran Contracting
Act of 2010 after making a public finding that, absent the exemption, the City will be
unable to obtain the goods and/or services to be provided pursuant to the Contract.
❑ The amount of the Contract payable to the Contractor for the Project does not
exceed $1,000,000.
Signature: l-
J
Printed Name:_ -GOA)
Title: 11/10 -
Firm Name: Ow
Date: /z//s/z4Z3
Note: In accordance with Public Contract Code Section 2205, false certification of this form shall be
reported to the California Attorney General and may result in civil penalties equal to the greater of
$250,000 or twice the Contract amount, termination of the Contract and/or Ineligibility to bid on
contracts for three years.
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
11
THIS PAGE INTENTIONALLY LEFT BLANK
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
12
PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to
bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered
with the Department of Industrial Relations. See httr)://www.dir.ca.00vlPublic-
WorkS/PublicWorkS.htmi for additional information.
No bid will be accepted nor any contract entered into without proof of the contractor's and
subcontractors' current registration with the Department of Industrial Relations to perform public
work.
Bidder hereby certifies that it is aware of the registration requirements set forth in Labor Code
sections 1725.5 and 1771.1 and is currently registered as a contractor with the Department of
Industrial Relations.1
Name of Bidder: f-Y`t - Cctrurvi CO .
DIR Registration Number: 11,00901401[05
DIR Registration Expiration: to I3'0 1202(0
Small Project Exemption':. Yes or ✓ No
Unless Bidder is exempt pursuant to the small project exemption, Bidder further acknowledges:
Bidder shall maintain a current DIR registration for the duration of the project.
Bidder shall Include the requirements of Labor Code sections 1725.5 and 1771.1 in
its contract with subcontractors and ensure that all subcontractors are registered at
the time of bid opening and maintain registration status for the duration of the
project.
Failure to submit this form or comply with any of the above requirements may result
in a finding that the bid is non -responsive.
Name of Bidder F-W - LaNsevt Co.
Signature
J
Name and Title Y I`;4uVrSovt, ice. >�rPSCc.�e�v►
Dated IZ, %S!'23
1 If the Project is exempt from the contractor registration requirements pursuant to the small project exemption under Labor Code
Sections 1725.5 and 1771.1, please mark 'Yes' in response to `Small Project Exemption.'
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
13
THIS PAGE INTENTIONALLY LEFT BLANK
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
14
12114/23, 4:03 PM Home
State of California (https://vvww.dir.ca.gov/)
Department Of Industrial Relations (https://www.dir.ca.gov/)
My &gi r ti...(Luggistrationsls)
Department of Industrial Relations (DIR) (lone/one.app#/alohaRedirect/https://www.dir.ca.gov/dise/dlse.html)
My Dashboard
Select a Registration Type New Link Existing Registration
Instructions:
• To transfer an active registration from the old system, click Link Existing Registration.
• To start a new application, select from the dropdown menu above and click New.
• To revise the existing registration, click Update.
• To edit a saved application, click on the registration number. You cannot edit once the application status is "Submitted", "Payment Pending", "In Review", "Expired",
"Resubmitted" or "Renewed".
• To renew an application, click Renew Link will be available 80-days (60-days for Entertainment Work Permit, 60-days for Public Works contractor registration)
before the license expiration date, until the expire date.
• To pay registration fees, click the Pay Now link in the Registration # column.
• Car Wash: To complete the registration process, you must print the submitted application or a copy of your email stating your application has been submitted and send it
with the IRS Form 8821 fop://www.dir.ca,govldlset]RS8821_Form.p-df). Upon receipt of the IRS response, please return to attach the IRS Clearance letter to your
application. IRS form 8821 Instructions (tMp:/Iwww.dir.ca.gov/dise/IRS88?_l-Instructions,p,M.
Status Definitions
Reload page I
Business Name 1 Registration Submitted Effective Expiration Payment Balance Exam Registration
Actions individual Person # Registration Type Date status Date Date Status Due Passed Duration
Date
1009074905
F W CARSON CO Update Public Works & Prevailing 06/07123 Active 07/01/23 0660126 Paid I r3o 0.00
Wage Contractor Registration Balance Due
F W CARSON CO 100DO14905 Public Works & Prevailing 05/26f20 Expired 07101/20 06f30123 Paid I No 0.00
wage Contractor Registration Balance Due
F W CARSON CO IODD014905 Public Works & Prevailing 05/13/19 Expired 07/01/19 06130J20 Paid I No 0.00
Wage Contractor Regis"bon Balance Due
F W CARSON CO 1DDD0149DS Public Works & Prevailing Expired 06/08/18 06130/1g 0.00
Wage Contractor Registration
U
https:/Icadir.my.site.com/registrations/s/ 1 /2
CONTRACTOR'S CERTIFICATE REGARDING WORKERS' COMPENSATION
I am aware of the provisions of section 3700 of the Labor Code which require every employer to be
insured against liability for workers' compensation or to undertake self-insurance in accordance with
the provisions of that code, and I will comply with such provisions before commencing the
performance of the work of this Contract.
Name of Bidder r.V� • Ca''rsorv% C°-
Signature
J
Name and Title Troy CaKS evx , 1 GQ. TytS olP.wt
Dated 12j IS 1 Z3
NOVMEBER 2023 SECTION 00 4100
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
15
THIS PAGE INTENTIONALLY LEFT BLANK
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
16
CERTIFICATE
Workers' Compensation Coverage
Nevada Transportation Network Self Insured Group &
Safety National Casualty Corporation - AM Best Rated A++
NAIC #15105
676 S. Saiiman Road, Carson City, NV 89701-5000
Phone: (775) 887-2480 Fax: (775) 887-2481
ITEM 1. NAME AND ADDRESS OF MEMBER COMPANY
FW Carson Company Inc
Policy No: NTN15700-2023-02
FW Carson Company Inc
1064 Tahoe Blvd
Incline Village NV 89451
ITEM 2. LIMITS OF SELF INSURED RESPONSIBILITY
WORKERS' COMPENSATION STATUTORY
EMPLOYERS LIABILITY$1,000,000/$1,000,000/$1,000,000
ITEM 3. MEMBER PARTICIPATION INFORMATION
GROUP CERTIFICATION NUMBER: 5001
Pursuant to Nevada Revised Statutes 616.3791, 616.37915, and 616.3792 and the Nevada Administration Code.
The Nevada Transportation Network Self Insured Group has presented evidence they possess the financial and
administrative resources to assume the responsibility for providing prompt payment of all compensation due under
Chapters 616 and 617 of the Nevada Revised Statutes, and has been granted the above numbered Certificate,
granting it authority to act as an Association of Self Insured Public Employers for Workers Compensation Purposes.
MEMBER NUMBER:
NTN15700
MEMBER'S ANNUAL TERM
12:01 AM on 01/01/2023 to 12:01 AM on 01/01/2024
The above member has presented evidence that it has the financial and administrative resources to participate as a
member of the Nevada Transportation Network Self Insured Group. The member has been authorized by the
Trustees of that Association and the Nevada Insurance Division to participate in the Nevada Transportation Network
Self Insured Group, so long as it continues to abide by the Bylaws of the Association and the applicable provisions
of Chapters 616 and 617 of the Nevada Revised Statutes.
ITEM 4. PREMIUM ASSESSMENT INFORMATION
The premium assessment for this certificate will be determined by the rates, classifications, and rules utilized by the
Nevada Transportation Network Self Insured Group as revised from time to time and as filed with and approved by
the Nevada Insurance Division.
Dated At: Carson City, Nevada
This Sunday,
January 01, 2023
Authorized Representative
Nevada Transportation Network Self Insured Group
GENERAL ENGINEERING CONTRACTORS
Reference — Current and Completed Maior Proiects
2016-2023
Public Safety Center— Public Sector
Project Manager: Kyle LaFave
Superintendant: Carl Walker Foreman: FIN Barajas
Scope: Demo, Earthwork, Utilities, Paving
Current Contract $3,222,220,00
Projected Start Date: February 2023, (weather Permitting) Projected completion: September 2023
Minden Stormwater Decant Facility — Public Sector
Project Manager: Skye Coiling
Superintendent: Carl Walker Foremen: Armando Orozco, Manuel quezada
Scope: Site Work, Utilities, Grading, Concrete, Paving
Current Contract $383,318.00
Projected Start Date: February 2023, (weather permitting) Projected completion: April 2023
RACC Downtown Sidewalks — Public Sector
Project Manager: Matt Mangalin
SuperimendanU Carl Walker Foreman: Chrls Hamlin
Scope: Concrete and asphalt demo, grading, utilities, concrete, paving
Current Contract$358,513.00
Start Date: 11/1/22 Estimated Completion: February 2023 (weather permitting)
Incline Villa a Community Hospital —Public Sector
Project Manager: Andy Good/Troy Carson
Superintendant: Carl Walker/ Foreman: Chris Hamlin
Scope: Site Improvements for a new parking lot, landscaping, irrigation and planting.
Current Contract $749,949.00
Start Date: 6/20/22 Substantial Completion: 10/31/22
1064 Tahoe Blvd. Incline Village, NV 894511 Phone (775) 831.5008 1 Fax (775) 831-5068
1 NV License 447261 CA License 6182861 www.fwcarsonco.com
GENERAL ENGINEERING CONTRACTORS
Oak Angle, LLC (Lumberyard) - Private Sector
Sub to RI Dailey : Aaron Ackerman - (831) 809-4922
Project Manager: Skye Coiling / Project Foreman: Richard Cox
Superintendant:. Carl Walker
Scope: Demolition, grading, utilities, excavation, paving, BMPs, rock retaining wall, shoring
Current Contract S2.1010,E 7_3.00
Start Date: 5/13/22 (pause for winter 10/15/22-5/1/22) Estimated Finish Date: October 2023
Indigo Violet / Oak Angle, LLC- Private Sector
Sub to RJ Dailey: Aaron Ackerman - (831) 809-4922
Project Manager: Matt Mangalin / Superintendant: Carl Walker
Scope: Building demolition, excavation, shoring, structural excavation, BMPS
Current Contract 51,593,520.00 Start Date: 4/13/22 Projected Completion: August 2023
Road Multi-Famil - Private Sector
Sub to Plenium Builders: Tom Stoddard (775) 842-7314
Project Manager: Kyle LaFave / Project Foremen: Chris Hamlin, Riga Barajas
Superintendent: Carl Walker
Scope: Temp BMP's, demolition, earthwork, structural excavation, base & vapor barrier under
the SOG, underground utilities, base under site concrete & asphalt, and asphalt paving.
Current Contract 52.228.836.00 Start Date 3/1/22 Projected Completion: April 2023.mmt,PTI am1r
Lake Tahoe Community College Remodel - Efficiency / Science Modernization - Private Sector
Sub to Bobo Construction: Chris Bobo (916) 363-7777
Project Manager: Matt Mangalin / Foreman: Chris Hamlin
Superintendent: Carl Walker
Scope: Temp BMP's, demolition, earthwork, excavation for site walls, base under concrete &
asphalt and asphalt paving.
Current Contract: 51.130.816.00 Start Date: 4/25/2022 Projected Completion: July 2023
1064 Tahoe Blvd. Incline Village, NV 894511 Phone (775) 831-5008 1 Fax (775) 831-5068
1 NV License 44726 1 CA License 618286 1 www.fwcarsonco.com
GENERAL ENGINEERING CONTRACTORS
Alpine Meadows Mid Station — Private Sector
Owner: Palisades Tahoe (formerly Squaw Valley -Alpine Meadows)
Subcontractor to Plenium Builders: Tom Stoddard (775) 842-7314
Project Manager: Kyle LaFave / Project Foreman: Rlgo Barajas
Superintendent Carl Walker
Scope: Temp SM P's, tree stump removal, earthwork, underground utilities, base under the slab
on grade, permanent BMP's and rock excavation
Final Contract: 51.918.451.00 Start Date: 7/23/21 Projected Completion: September 2023
Squaw Valley Base Station — Private Sector
Owner: Palisades Tahoe (formerly Squaw Valley -Alpine Meadows)
Subcontractor to Plenium Builders: Tom Stoddard (775) 842,7314
Project Manager: Kyle LaFave / Project Foreman: Rigo Barajas
Superintendant: Carl Walker
Scope: Temp. BMP's, earthwork, underground utilities, retaining wall excavation, base under
the site concrete & pavers, base under the asphalt paving, asphalt paving & drip lines
Final Contract: 91,936,115.50 Start Date: 8/9/21 Projected Completion: September 2023
Lake Tahoe Schools Gate & Fence Replacement Project— Private Sector
Owner: Lake Tahoe School Point of Contact : Bob Graves (775)548-6182
Project Manager: Matt Mangalin / Project Foreman: Carl Walker
Scope: Temp BMP's, demolition, structural excavation, concrete sidewalk & curb, automatic
gate & fence and asphalt paving and striping
Current Contract 5727.544.53 Start Date: 5/1/22 Projected Completion: February 20231.nana,permm..d
Mountain Golf Course Cart Path Improvements — Public Sector
Owner: Incline Village General Improvement District
Project Manager — Troy Carson / Project Foreman: Rodney Murray
Scope: Reconstruction of an existing asphalt cart path.
Final Contract: 5414 918.00 Start Date: 9/21/21 Finish Date: 11/3/21
1064 Tahoe Blvd. Incline Village, NV 894511 Phone (775) 831-5008 1 Fax (775) 831-5068
1 NV License 44726 1 CA License 618286 1 www.fwcarsonco.com
n
GENERAL ENGINEERING CONTRACTORS
Legacy Trail -Brockway Road Multi -Use Trail Connector- Public Sector
Owner: Town of Truckee, CA- Point of Contact: Jessica Thompson - (530)582-2938
Project Manager: Kaveh Mansoor / Project Foreman: Chris Hamlin / Super: Doug Whipple
Scope: Construction of an asphalt paved multi -use trail Including grading, storm drain
improvements, rock & concrete retaining walls, sidewalks, railings and striping & signage
Final Contract 2.370.784.14 Start Date:6/7/21 Finish Date: 11/4/21
Mammoth Elementary School Addition/Modernization - Public Sector
Owner: Mammoth Unified School District
Subcontractor to SierraCon-Josh Merkow lmerkow0sierracon.bie (530)307-8898
Project Manager: Andy Good / Project Foremen: Chris Hamlin, Rodney Murray & Rigo Barajas
Superintendant: Troy Carson
Scope: Earthwork for a new addition, including site utilities, base & paving
Final Contract 5 2.122.219.00 Start Date: 5/19/20 Finish Date: Substantial Completion 8/31/21
Mammoth Middle School Classroom Addition -Public Sector
Owner: Mammoth Unified School District
Subcontractor to SierraCon - Bridgette Toy btoyesierracon biz (650)576-1114
Project Manager: Andy Good / Project Foremen: Rodney Murray & Rigo Barajas
Superintendant: Troy Carson
Scope: BMP's, site demolition, excavation / backfill, aggregate base, vapor barrier, underground
utilities and asphalt paving & base
Final Contract 8293.444.00 Start Date: 6/21/21 Finish Date: Substantial Completion 8/31/21
Fleur du Lac Waterline Repair- Private Sector
Owner: Fleur du Lac- Point of Contact: John Jackson (775)690-7789
Project Manager: Matt Mangalin, Todd Carson / Project Foreman: Sam Hall
Superintendent: Troy Carson
Scope: Water line replacement for (6) units including horizontal boring for (3)
Final Contract 599,729.50 Start Date: 4/28/21 Finish Date: 5/18/21
1064 Tahoe Blvd. Incline Village, NV 894511 Phone (775) 831-5008 1 Fax (775) 831.5068
1 NV License 44726 (CA License 6182861 www.fwcarsonco.cum
GENERAL ENGINEERING CONTRACTORS
Nevada SR-Bg Box Culvert Project— Public Sector
Owner: Douglas County Public Works
contact Reid Kaiser, P.E., Transportation Manager (775133747041(%751229.5509 reed, kaher&hgrinp;pm
Project Manager: Kyle LaFave / Traffic Control Construction Manager: Matt Mangalin
Project Foremen: Chris Hamlin, Riga Barajas, Rodney Murray
Construction Manager: Doug Whipple / Superintendent: Troy Carson
Scope: Installation of 4 cell 14' x 6' x 76' precast box culvert, construction of a new flow
channel, utility relocation, headwall construction, dewatering, 165 feet of pavement repair,
grading, paving, SWPPPs, traffic control
Final Contract 51.006.770.44 Start Date: 4/5/21 Finish Date: 6/4/21
580 Edgewood Pump House
Owner: The Cherif A. Bondjakdji Trust
Sub to Covenant Builders — Scott Hamann—covenantbuildersl@hotmail.com— (775) 741-1892
Project Manager/Superintend ant: Troy Carson / Project Foreman: Sean Quinn
Scope: Temp BMP's, tree removal, grading, partial utilities, base under the curb & gutter, curb
& gutter, gravel cap and rock walls
Final Contract 5343.003 Start Date:4/27/21 Finish Date: 6/29/21
Hyatt Regency Lake Tahoe Outdoor Grill Project —Private Sector
Owner: Hyatt Equities
Owner: Hyatt Equities
Sub to SierraCon - Josh Merkow imerkow0slerracon.biz (530) 307-8898
Project Manager: Andy Good / Project Foreman: Rigo Barajas / Superintendant: Troy Carson
Scope: Demolition, earthwork, underground utilities, structural excavation and base prep
Final Contract 5531.757.00 Start Date: 4/26/21 (no work in winter) Finish Date: 5131/22
1064 Tahoe Blvd. Incline Village, NV 894511 Phone (775) 831-5008 1 Fax (775) 831-5068
1 NV License 447261 CA License 6182861 www.fwcarsonco.com
GENERAL ENGINEERING CONTRACTORS
Hyatt Regency Lake Tahoe — Electrical Trench & Back611 / Lone Eagle & Cottages BMP Retrofit
Private Sector
Owner: H art E uities
Su to terra on- ost ertmv Imer owflsierraton.bu (530)307-8898
Project Manager: Andy Good / Project Foreman: Chris Hamlin / Superintendent: Troy Carson
Scope: Electrical excavation and backfill
Final Contract 5719.884.00 Start Date: 5/10/19 Finish Date: 10/31/19
Squaw Creek Townhomes — Phase 2A Infrastructure - Private Sector
Owner: Squaw Creek Associates, LLC.
Contact person: Kaveh Mansoor - kaveldd!oect rum -cm com — (530) 386-6349
Project Managers: Andy Good/Kyle LaFave Project Foreman: Rigoberto Barajas
Superintendant: Troy Carson
Scope: Realigning the service road for future townhomes including pavement removal, water,
sewer, electrical & communication facilities, storm drain, temporary BMPs, concrete headwall,
site grading, rockery wall, concrete curb, asphalt paving, striping, site restoration and
temporary erosion control
Final Contract 53.461.636.00 Start Date: 5/14/19 Finish Date: 5/2020
580 Edgewood Dr. Phase 1- Caretakers Quarters - Private Sector
Owner: The Cherif A. Bondjakdji Trust
Sub to Clark & Sullivan —Jarrett Rosenau — larrett eoclarksulllvan.com — (775) 355-8500
Project Manager: Andy Good / Project Foreman: Chris Hamlin / Superintendent: Troy Carson
Scope: Install underground booster pump, Fire service connection, PI & FDC, asphalt paving at
the Caretaker's Quarters and from Sta.0+00— 6+92 and grading at the USFS road
Final Contract 5309.945.00 Start Date: 6/7/19 Finish Date: 11/16/19
1064 Tahoe Blvd. Incline Village, NV 894511 Phone (775) 831-5008 1 Fax (775) 831.5068
1 NV License 44726 1 CA License 618286 1 www.fwcarsonco.com
Carl Walker
805-268-3131 / hwy20ride43@yahoo.com
Project Superintendent I Construction Manager
Years of Experience 30+
Education, Training, and Registration:
Truckee Meadows Community College -
Construction Management
Operating Engineers Local 3 Union
Member, since 1992 to current
National Certification for Heavy
Equipment Operations
40-hour HAZWOPER training/8-hour
annual HAZWOPER refresher training
8-hr HAZPWOPER supervisory training
30-hour OSHA Construction Training
Behavior Based Safety Training/Loss
Prevention System Training
Trenching and Excavation
Safety/Competent Person Training
Confined Space Training
Non -Iodizing Radiation Training
Radiation Worker II Training
CPR/First Aid
Bloodbome pathogens
Respirator Fit Test Certification
Smith Driver Training
Smith Systems Driver Improvement
Course
Spotter Training
Drug Free Supervisor Training
Rigger Training
Hercules EPA Superfund site Brunswick, GA. 2021
Scope of work included Insitu-stabilization (ISS) of 37,000
Sq Ft. of a legacy Toxaphene tank farm area. A cement
plant was set up and ran to produce the Portland/Furnace
slag needed to mix with the existing soils to solidify the
contaminated soils to reduce the potential to leach further
into ground water. We also installed storm water pipe and
catch basins to capture storm water and take off of tank
farm area. The site was stabilized by topsoil and seed and
mulch upon completion.
Dupont / Chemours Plant Belle, West Virginia 2021
Scope of work included pumping a 2-acre contaminated
lagoon down, we placed composite mats to be able to
access the lagoon and removed portions of cover liner,
hex tiles to expose a upheaval of material, the material
was redistributed and a concrete cap was poured over
high area(island) to keep water fowl and wildlife from
entering the lagoon. Once complete we installed
permanent floating Dock Blocks to also access the island
and replaced floating hex tiles. This work is part of ongoing
work at this plant performed under a master service
agreement.
Honeywell Pottsville, PA. Demolish Film
Manufacturing Building 2021
Scope of work included demolition of a 40 thousand sq ft.
manufacturing building, out buildings and underground
pipe infrastructure. All materials were recycled, concrete
slabs and foundations was hammered, pulverized and
crushed onsite and used for backfilling. Complete
regrading of area and topsoil placement including
hydroseeding.
KMCC Jacksonville, FL. EPA Superfund Site, Legacy
fertilizer and chemical company 2020
Scope of work included the removal of 11 acres of trees
and brush, chipped and left onsite. Installation of a fire line
and hydrant as well as a water truck fill station onsite.
Excavation and installation of liner and outlet structure for
a sedimentation basin including outfall piping to St Johns
River. Demolition of 21 large building slabs and footings,
tank rings, underground conveyor structures and roads.
Excavator with 12k hammer, pulverizer and a portable
crusher was used to process concrete onsite for reuse. Once concrete was removed the environmental
phase began, we excavated and removed arsenic and T-Norm from the site. Work also included
regrading the entire site an landscape restoration.
Nevada Energy Reid Gardner Power Facility decommissioning Las Vegas. 2019
Scope of work included complete demolition of entire power facility including 4 turbine generation units,
multiple buildings and underground coal conveyor structures, R/R loop and bridges, concrete foundations
of all structures. All materials were processed for recycle. An onsite landfill was developed for non -
recyclable materials. Also, part of the decommissioning was the uncovering and removal of thousands of
feet of asbestos containing pipe and conduit. This was a large-scale project in excess of 60 million
dollars, I overseen all aspects of work and had a crew of 40 ops/labs/staff, equipment used was large
excavators, shears, pulverizer, magnets, grapples, 12k-18k hammers, dozers, haul trucks and other
support equip.
Pennsylvania Power and Lighting Milton, PA. Soil Remediation and oil recovery system 2019
Scope of work included the removal of transformer oil impacted soil. An onsite filtration system was set up
to remove oil from pumped ground water throughout the duration of the project. a complete oil recovery
system was installed to collect transformer oil from a large transformer explosion that occurred at the
Milton, PA. switching station. Installed 2000' of 24" perforated collection line at edge of the switch station
boundary, installed several manholes and valve structures. Also installed an oil interceptor/filtration
structure and a 96" 20' deep wet well/pump station to return filtered water back to the wetlands. This work
included installation of conduit, instrument controls and sensors for monitoring oil levels. Work also
included drainage ditches and landscape restoration.
BASF Chemical Kankakee ILL. Soil Remediation 2018
Scope of work included Soil remediation of two areas within an active chemical plant involving EDC and
Vinyl Chloride. This work was performed in level B PPE. Work included, air monitoring, demolition of
concrete tank pads, installing sheet pile shoring and slide rail shoring systems. Excavations went down to
14' in depth. Insitu stabilization method was used in one area introducing Portland cement and furnace
slag as the reagent. Area 2 was dug out and placed in roll off containers for analysis and taken to
appropriate landfill.
Phillips 66 Refinery Sweeny, TX. Construction Manager for new fracing infrastructure expansion.
2018
Scope of work included a large expansion of their fracing facility. We removed timber on approx. 200
acres of natural ground, imported over 500,000 yds of fill and lime stabilized over 300,000 yds of onsite fill
to raise grade for the new expansion of frac units. We also built 3 heavy haul road bridges, 2
sedimentation ponds with concrete inlet and outfall structures. Drainage system included culverts and
ditches. Overseen all facets of work including over 100 craft employees and several subcontractors. The
project had 12 dozers, 12 excavators, 17 haul trucks and many other supports pieces of equipment going
daily to complete a project on time and safely for our client. There were many weather challenges
throughout this project. Being in the Gulf Coast area, keeping areas dewatered by setting up diesel driven
pumps and piping was also a big part of this project as well as erosion and sedimentation controls.
EMI Meredosia, Illinois. Former National Starch and Chemical Co. 2017
Project Superintendent, Scope of work included Lagoon dewatering, deep soil mixing & solidification,
regrading of lagoons importing common fill and topsoil to create a new wetland. Also included Installation
of TRM, ECB and hydroseeding.
Lafarge Demolition Project Ravena, New York Plant. Project Superintendent, Scope of work included
Demolition of a 400' concrete and brick stack using explosives, ACM abatement, excavating approx.
30,000 cy of limestone slurry out of two 80' diameter steel slurry tanks, hauling to an onsite landfill using
haul trucks. The tanks were then demolished using an excavator w/shear. Concrete pump buildings were
also demolished and processed.
Philips 66 Company Line 200 Release CNWS site. Concord, California: 2016
Project Superintendent, Work scopes included pile driving, fabrication and installation of a steel pipe
support structure. Excavation, staging and export of approx. 12,000 cy of crude oil impacted soils, digging
under 3 live petroleum pipelines operating at very high pressures owned by 3 separate oil companies.
Both excavation and backfill proved very challenging given excavation requirements of all stake holders.
There was also wetland restoration and hydroseeding involved.
Chevron Northam Pipeline Station, La Mirada, California: Project Superintendent for various scopes
of work for the remediation and demolition services at a pipeline terminal and tank farm. The site required
mass remedial excavations, importing fill soil, over -excavation, backfill, compaction, final grading, and the
demolition of an existing small building and concrete pads on site, a CMU wall along the property line,
various underground water lines and pipeline. Installation of a linear drainage swale/ basin incorporated
both temporary and permanent drainage features tying into adjacent public utilities. RECON over -
excavated, moved, placed, and compacted nearly 23 acres of land in 8-inch lifts at 90% compaction. A
total of 134,000 cubic yards of contaminated soils were excavated, stockpiled, and disposed of.
Oceanside, Chevron, Oceanside, New York: Project Superintendent who oversaw the setup of soil
staging area for impacted soils, the excavation of TCE impacted soils, and trucking and disposal of
impacted soils. RECON designed a 300-foot by 150-foot staging area to stockpile site soils, taking
measures to cordon off 100-yard sections separated by plastic so that each pile was sampled for
constituents individually. Excavation included removing 2,300 cubic yards of impacted soil to depths of
approximately 20 feet at the site located adjacent to active waterways. Cement bentonite slurry was used
to manage groundwater infiltration during excavation activities. Excavated material was stockpiled in
individual stockpile cells on site and loaded into trucks for off -site disposal by Chevron.
State of Kentucky Maxey Flats Radiation Site, Morehead, Kentucky/Fleming County, Kentucky:
Project Superintendent for the abandonment and/or improvement of sumps and other structures including
a monitoring well, 89 existing sumps of varying sizes, 2 headwall sump risers, and an LSF tank; 6 LSF
tank risers; and 185 previously abandoned sumps.
Caney Repository Cap Repair, Goldfields Mining, Caney, Kansas: Project Superintendent and Site
Safety Officer for the removal of upper 12 inches of existing soil cover, installation of a new HDPE liner,
and reinstallation of cover soils over the new HDPE liner. Work also included the installation of a 10,000
gallon fiberglass underground storage tank that collected discharged from the repository leachate
collection system.
Sediment Removal and Wetland Stream Restoration, Arcadis/Philips Lighting, Danville, Kentucky:
Project Superintendent for the removal and wetland and stream restoration at this federally directed and
state administered national priorities list site. The site previously was a manufacturing plant for light bulbs.
Services performed on this site included excavation, stream diversion, water filtration, transportation and
disposal, backfill and compaction, and restoration. RECON removed 1.41 acres of trees and brushes and
3,443 cubic yards of arsenic- and lead -impacted sediment; material handled 6,845 tons; backfilled and
compacted 3,200 tons; and restored 1.41 acres, including 1.41 acres of seeding and planting over 100
trees and over 250 shrubs.
Boeing ISRA LOX Outfall 9, Boeing, Santa Susana, California: Project Superintendent for the
excavation and loading of 5,752 tons of non -hazardous materials and placed said materials into over the
road haul trucks in preparation to transport materials to an approved facility. During excavation activities
there was a lot of scrutiny on the generation of dust. RECON performed continuous moisture conditioning
of the materials being excavated and loaded in an effort to promote dust suppression. RECON also
performed continuous dust monitoring with a dust meter to ensure no action levels were exceeded.
RECON also loaded and hauled 2,000 tons of hazardous waste that was also taken to a predetermined
facility willing to accept material. These materials were both stockpiled and removed each day, as well as
direct loading truck as feasible. Upon completion of excavation confirmation samples were taken to
ensure desired levels have been achieved. Upon confirmation portions of the excavations were backfilled
and edges contoured. Best management practices were put in place prior to demobilization per the
direction of plans and specifications. Project was completed on schedule and under the established
budget. Client and oversight were both pleased with the progression of the project as well as the final
outcome.
Encycle Site Remediation, TCEQ/Bankruptcy Court, Corpus Christi, Texas: Project Superintendent
who oversaw setup and operated four E-Bam dust monitoring units (two upwind and two downwind) each
day to record site perimeter dust levels during project operations. RECON recorded readings generated
every 1/2 hour to monitor site action levels and insure site exceedances were responded to in a timely
manner. Wind and dust control were implemented onsite to further reduce dust emissions/generation. A
10-foot wind screen fabric was installed on the perimeter fences, and a water truck was run continuously
during excavation and loading operations. Dust fogger units were also operated in the excavation areas
and inside the treatment building as a means to knock down dust during the handling and mixing of
impacted soils. Polypropylene sheets were used to cover all excavations while waiting for results of the
confirmation testing. Silt fence and hay bales were installed onsite to prevent runoff of sediments, and
berms were installed around each excavation to prevent run-on into the work areas. All storm sewer
drains (about 200) located onsite were covered with filter fabric to prevent sediments from entering the
drain system. RECON excavated 14,000 tons of impacted soil. All excavation areas had to be covered
with plastic sheeting until confirmation analysis cleared the area for backfilling. Several areas required re -
excavation after receipt of confirmation analysis indicated concentrations above target levels. Most of the
material had to be transported to a large bin building for testing, treatment and storage in 250-ton piles.
RECON treated 13,250 tons for lead (Pb), Cadmium (Cd), and Zinc (Zn) prior to testing and shipment to a
locally permitted disposal facility. 237 tons of railroad ties were removed from the site and disposed of
offsite. RECON backfilled and established vegetation on all disturbed areas.
Farco Mine, Chevron, Laredo, Texas: Project Superintendent responsible for miscellaneous mine
maintenance activities to support mine reclamation activities at the site. Activities included drainage
improvements, seeding, impoundment construction, and road maintenance.
Riverbank Landfill Cap Construction, DuPont, Washington, West Virginia: Project Superintendent
for the construction of a composite cap system along a one -mile -long riverbank landfill at DuPont's active
Washington Works Facility. Construction activities included the regrading of the riverbank landfill,
importing over 105,000 cubic yards of ash and borrow material at haul distances over two miles,
installation of a 700,000 square feet geosynthetic cap and drainage layer, and installation of a vegetated
soil cap. Ancillary work included the construction of eight new cast -in -place concrete drainage structures,
ditches, re -alignment of an existing asphalt road, and relocation of over a mile of security fencing. The
construction of the riverbank landfill cap was in accordance with the Environmental Protection Agency
(EPA) and the West Virginia Department of Environmental Protection (WVDEP).
Bramel Cove Sediment Removal, Valero, Paulsboro, New Jersey: Project Superintendent for the
removal of petroleum impacted sediments from a cove of the Delaware River. The work included the
Installation of erosion controls; Vegetative clearing of the upland area as well as removal of debris and
driftwood; Installation of a 25,000 square feet lined, sediment staging pad; Installation of 490 linear feet of
a sheet pile wall on the upland side of the remediation area; Installation of a 910 linear foot cofferdam
(Portadam) on the river side of the target area, as well as debris and oil absorbent booms; Installation and
24 hour operation of a 1,000 to 2,000 gallons per minute water pumping and pre-treatment system;
Excavation of 12,000 cubic yards of overburden and impacted sediments; Staging, dewatering, and
loading of 5,500 tons of impacted sediments/materials for ofisite disposal; Re -grading and seeding of
upland area; Site restoration of access and staging areas.
Soil Remediation and Cap Construction, Occidental Petroleum, Denver City, Texas: Project
Superintendent for the construction of two 20-acre burial pits in which low pH, sulfur contaminated soils
were excavated, placed, compacted, and capped with an HDPE liner system. Overall, RECON hauled
over 76,000 loads of material consisting of over 1.7 million cubic yards. Traffic control was a major issue
and required careful consideration and constant readjustments to ensure worker safety while maintaining
production. This area is nominally a windy and and climate, but this work was implemented during an
extreme drought (0.5 inches of rain in 10 months). Dust control was a major priority and was successfully
managed by utilizing two 10,000-gallon water wagons spraying over 250,000 gallons of water per day.
Soil stabilization polymers were also used to control the migration of impacted soils.
Hot Spot Removal, Chevron EMC, Hastings on Hudson, New York: Project Superintendent and Site
Safety Officer for the excavation and disposal of contaminated soil from a former manufacturing and
chemical terminal. Work included soil removal, soil storage containment, soil disposal, decontamination,
dewatering, and water treatment. The soil was impacted primarily with semi -volatile organic compounds
(including aniline, chlorinated aniline, toluidine's and anthraquinones), volatile organic, and lead.
Excavated approximately 1,300 cubic yards of contaminated waste over a horizontal footprint of
approximately 3,000 square feet.
Wetland Enhancement, MRP Properties Company, Alma, Michigan: Project Superintendent and Site
Safety for the restoration of a wetland containing heavy metal and hydrocarbon impacted sediments
adjacent to the Pine River. Steel sheet pile (385-feet by 20-feet deep) was installed to seal off river flow in
the excavation areas and was removed at project completion. Turbidity curtains and oil boom were
installed parallel to the sheet piling to mitigate the risks of contaminants flowing downstream. Dewatering
sumps were installed within the isolated excavation area to assist in site dewatering. Ail water was treated
through onsite treatment system and discharged to Pine River. A total of 11,000 tons of sediments were
excavated, dewatered, and disposed of offsite. Site challenges included working within the 3-4-foot deep
wetland with heavy equipment, which was mitigated by utilizing crane mats, low ground pressure
machines, and long reach excavators. Restoration of the disturbed areas included sand habitats,
installation of tree snags, and over 100 native trees were planted along with plants, seed, mulch, and
riprap along the riverbank.
New Horizons Spill Response, ERM/BP, Pensacola, Florida: Project Superintendent for the
construction of large-scale decontamination stations on various beaches near Pensacola. Efforts were
implemented to support the US Coast Guard with the decontamination of several thousand feet of oil
containment boom, oil skimming equipment, and US Coast Guard vessels. Following the oil spill,
RECON was recognized for being the first land -based decontamination facility and most importantly,
recognized as the leaders in safety, including safety procedures and processes that where ultimately
used as "the model" at other decontamination facilities.
Guadalupe Dunes, Chevron EMC, Santa Maria, California: Construction Manager for the excavation of
1,000,000 cubic yards of hydrocarbons impacted soils from highly sensitive, coastal dunes on 2,700
acres during this 5-year project. RECON used precision excavation techniques to remove the impacted
materials from 20 separate excavations. The areas were restored with Coastal Dune Scrub and Wetlands
material. Over 1,200 permit conditions were followed on this project. Mr. Walker assisted the safety
department in order to emphasize a safe approach to all activities on site and he participated in the
weekly OEC/construction meeting as a field liaison to offer insight and solutions to potential site issues.
He acted as the point person for all construction field questions or issues.
Water, Sewer, and Gas Pipeline Projects: Mr. Walker has supervised hundreds of pipeline projects
prior to his employment with RECON that included: deep gravity sewers utilizing shoring or shielding
systems; complete replacement of city water lines and services which includes pressure testing,
disinfection, and tie over connections; installation of miles of natural gas lines for the Sierra Pacific Power
Company including welded steel gas mains; and many trenchless technology pipe rehabilitation projects
including cured in place pipe, pipe bursting, fold and form, and slip lining.
Water and Sewer Treatment and Pumping Station: Mr. Walker has supervised the upgrade of many
water treatment facilities including sodium hypochlorite systems, flock filtering systems, ionizing systems,
and sand media filtering systems. He has also supervised the upgrade of many sewer treatment facilities
including wet wells and pumping stations, open lined ponds, and bio-filters. Additionally, he has
constructed several public water well systems including the installation of deep well casings and pumps.
Water Meter Installations, Pacific Meter Services Inc. County of Maui Water Dept, Hawaii: Mr.
Walker was responsible setting up an office and storage warehouse on the Island of Maui and managed
the installation of 32,000 water meters throughout the Island. Through his hard work and the relationship
built with the client, he was able to negotiate another 15,000 meters on the island of Molokai and was
able to design and implement a repeater system that allowed the meter readers to upload readings from
very remote areas of the island.
Pipeline Crossing Project, Peterson Construction Company, Inc. Reno, Nevada: Project
Superintendent for the installation of two 16-inch diameter water pipes across the Truckee River. Work
involved damming off half of the river at a time and dewatering through a filtration system. Once the
pipelines were installed, the river bottom had to be restored to its natural bottom using photos and
replacing large boulders. There were also highly sensitive environmental concerns which required close
attention and cooperation with Truckee Meadows Water Dept., Fish and Wildlife, and local media.
Wastewater Expansion Project, Ford Construction Company, Inc., Fernley Nevada: Project
Superintendent for the installation and replacement of 35,000 lineal feet of gravity sewer mains and
services of which most were 12-15 foot deep using shoring equipment. This work also included cast in
place concrete vaults, automatic bar screens and grit screw. Several HDPE lined sewage ponds were
also constructed.
Water Expansion Project, Ford Construction Company, Inc., Quincy, California: Project
Superintendent for the installation of 45,000 linear feet of new water main and services. This project
involved the complete replacement of all the City's water mains and services. Mr. Walker worked closely
with the water district manager to develop a plan to minimize water outages for the residents and
businesses. The alignment, installation, testing, disinfection and tie-overs were all scheduled by the
Superintendent as this was more or less a design build. The project also installed approximately 5,000
water meters and boxes to all businesses and residences.
Storm Sewer Replacement Project, Ford Construction Company, Inc., Sacramento, California:
Superintendent for the installation of 5,500 linear feet of 96-inch concrete pipe and 2,500 linear feet of 42-
inch Vylon pipe. Mr. Walker was also responsible for the installation and maintenance of several 24hr
sewer bypassing stations. Work also included traffic control in a very busy area of downtown Sacramento.
Trenchless Technology Pipe Lining, Ford Construction Company, Inc., Lodi, California: Mr. Walker
was a Team Member for the start-up of a branch office that focused on a patented Trenchless
Technology Pipe. Projects included cured -in -place pipe, pipe bursting, fold and form and pipe lining
processes.
Wet Out Facility, Ford Construction Company, Inc., San Diego, California: Project Superintendent,
work consisted of setting up an office and wet facility that vacuum impregnated felt layered pipe bags with
polyester resin. Bags were kept refrigerated until ready for deployment which was then inverted them into
host pipe. Once the lining was in -place, the sewer services were robotically opened using a camera truck
and robotic equipment. Total lined pipe was approximately 35,000 linear feet. Sewer bypass pumping
was also a big part of this project.
Water and Sewer Pipeline Projects, Q&D Construction Company, Inc., Reno, Nevada: Foreman and
Certified Pipe Welder on many gas pipeline and water/sewer treatment facilities. Installed miles of new
polyethylene natural gas lines in the Reno area. Completed over 2,500 linear feet of underwater intake
line in Lake, Tahoe. This project included working out in the lake from a barge using Divers and thermal
fusing the pipe together.
Reclaimed Waterline Project, Gas & Fox, Company, Inc. City of Cerritos, California:
Foreman/welder for the installation of 21 miles of cement lined and coated steel pipe and metered
connections. Mr. Walker was the foreman for the crew that performed very deep excavations for
performing horizontal boring. Traffic control also was a major part of the work.
F.W. CARSON CO. & AFFILIATES
COMBINED
FINANCIAL STATEMENTS
AND
SUPPLEMENTAL INFORMATION
Year Ended December 31, 2022
F.W. CARSON CO. & AFFILIATES
COMBINED FINANCIAL STATEMENTS AND SUPPLEMENTAL INFORMATION
TABLE OF CONTENTS
Page
Independent Accountants' Review Report
Combined Balance Sheet 5
Combined Statement of Income and Retained Earnings 7
Combined Statement of Cash Flows
Notes to the Financial Statements 10
Combining Balance Sheets S-1
Combining Statements of Income and Retained Earnings S-2
EDMONSON
BULLARD
_- --- accountants & advisors
Independent Accountants' Review Report
To the Board of Directors
F.W. Carson Co. & Affiliates
Incline Village, Nevada
We have reviewed the accompanying combined financial statements of F.W. Carson Co., F.W.
Carson Trucking Co., and Carson Equipment Corporation, which comprise the combined balance
sheet as of December 31, 2022, and the related combined statements of income and retained earnings
and cash flows for the year then ended, and the related notes to the financial statements. A review
includes primarily applying analytical procedures to management's financial data and making
inquiries of company management. A review is substantially less in scope than an audit, the
objective of which is the expression of an opinion regarding the financial statements as a whole.
Accordingly, we do not express such an opinion.
Management's Responsibility for the Financial Statements
Management is responsible for the preparation and fair presentation of these combined financial
statements in accordance with accounting principles generally accepted in the United States of
America; this includes the design, implementation, and maintenance of internal control relevant to
the preparation and fair presentation of the combined financial statements that are free from
material misstatement whether due to fraud or error.
Accountant's Responsibility
Our responsibility is to conduct the review engagement in accordance with Statements on
Standards for Accounting and Review Services promulgated by the Accounting and Review
Services Committee of the AICPA. Those standards require us to perform procedures to obtain
limited assurance as a basis for reporting whether we are aware of any material modifications that
should be made to the combined financial statements for them to be in accordance with accounting
principles generally accepted in the United States of America. We believe that the results of our
procedures provide a reasonable basis for our conclusion.
We are required to be independent of F.W. Carson Co. & Affiliates and to meet our other ethical
responsibilities, in accordance with the relevant ethical requirements related to our review.
Edmonson bollard & Co., Ltd. -.- - - -
5426 Longley Ln, Ste A Reno, NV 89511 tel 775-323-843,3 - fax 775-323-8434 www.ednionsrrnlxillard.coni
Accountant's Conclusion
Based on our review, we are not aware of any material modifications that should be made to the
accompanying combined financial statements in order for them to be in accordance with
accounting principles generally accepted in the United States of America.
Supplementary Information
The supplementary information included in Schedules I to II is presented for purposes of additional
analysis and is not a required part of the basic combined financial statements. The information is
the responsibility of management and was derived from, and relates directly to, the underlying
accounting and other records used to prepare the combined financial statements. The
supplementary information has been subjected to the review procedures applied in our review of
the basic combined financial statements. We are not aware of any material modifications that
should be made to the supplementary information. We have not audited the supplementary
information and do not express an opinion on such information.
4 �� -6- 7aw � 16 - J t 4 e;; /-
Reno, Nevada
April 27, 2023
F.W. CARSON CO. & AFFILIATES
COMBINED BALANCE SHEET
December 31, 2022
ASSETS
CURRENT ASSETS
Cash $ 4,384,329
Contract receivables, net of $10,000 allowance 2,186,942
Contract retention 849,702
Costs and estimated earnings in excess of billings 52
Total current assets 7,421,025
EQUIPMENT
Office equipment 87,001
Construction equipment 6,200,983
Accumulated depreciation (3,022,405)
Net equipment 3,265,579
OTHER ASSETS
Investments in limited liability companies 1,318,824
Due from Incline Industrial Park, LLC 429,413
Due from stockholder 144,713
Total other assets 1,892,950
Total assets $ 12,579,554
See accompanying notes and independent accountants' review report.
-5-
F.W. CARSON CO. & AFFILIATES
COMBINED BALANCE SHEET
December 31, 2022
LIABILITIES AND STOCKHOLDER'S EQUITY
CURRENT LIABILITIES
Accounts payable
Retention payable
Billings in excess of costs and estimated earnings
Federal income tax payable
State income tax payable
Due to stockholder
Due to related parties
Current portion of long-term debt
Total current liabilities
NON -CURRENT LIABILITIES
Deferred income tax
Long-term debt, net of current portion
Total non -current liabilities
Total liabilities
STOCKHOLDER'S EQUITY
Common stock, F.W. Carson Co, no par value,
2,500 shares authorized, issued and outstanding
Common stock, F.W. Carson Trucking Co., no par value
2,500 shares authorized, issued and outstanding
Common stock, Carson Equipment Corporation, no par value
2,500 shares authorized, issued and outstanding
Additional paid -in capital
Retained earnings
Total stockholder's equity
Total liabilities and stockholder's equity
316,126
7,268
7,211
459,748
46,993
355,394
104,404
331,992
1,629,136
888,000
366,964
1,254,964
2,884,100
18,000
9,677,454
9,695,454
$ 12,579,554
See accompanying notes and independent accountants' review report.
-6-
F.W. CARSON CO. & AFFILIATES
COMBINED STATEMENT OF INCOME AND RETAINED EARNINGS
For the Year Ended December 31, 2022
CONTRACT REVENUE $ 13,122,276
CONTRACT COSTS
Labor and labor burden
4,476,888
Materials
1,014,772
Subcontractors
856,821
Equipment
2,116,708
Other
100,273
Total contract costs 8,565,462
Gross profit from contracting 4,556,814
AGGREGATE SALES 1,277,746
COST OF AGGREGATE SALES 840,231
Gross profit from aggregate operations 437,515
GENERAL AND ADMINISTRATIVE EXPENSES 1,833,705
Income from operations
3,160,624
OTHER INCOME (EXPENSE)
Interest income
1,367
Partnership income (loss)
(3,341)
PPP loan forgiveness
414,108
Gain on sales of equipment
91,085
Other income
1,792
Interest expense
(14,389)
Total other income (expense)
490,622
Income before provision for income taxes
3,651,246
PROVISION FOR INCOME TAXES
716,212
NET INCOME
2,935,034
RETAINED EARNINGS, January 1, 2022
6,742,420
RETAINED EARNINGS, December 31, 2022
$ 9,677,454
See accompanying notes and independent accountants' review report.
-7-
F.W. CARSON CO. & AFFILIATES
COMBINED STATEMENT OF CASH FLOWS
For the Year Ended December 31, 2022
CASH FLOWS FROM OPERATING ACTIVITIES
Cash received from construction contracts and aggregate sales $ 13,3131,072
Cash paid for contract costs, aggregate costs, and
general and administrative expenses (I I,125,587)
Income taxes paid (11,038)
Interest income received 11,367
Other income received 11,792
Interest paid (14,389)
Net cash provided by operating activities 23,165,217
CASH FLOWS FROM INVESTING ACTIVITIES
Purchases of equipment (672,597)
Proceeds from sales of equipment 1053,257
Advances to Incline Industrial Park, LLC (379,000)
Net cash used by investing activities (6049,340)
CASH FLOWS FROM FINANCING ACTIVITIES
Principal payments on long-term debt (322,054)
Net repayments to related parties (77,529)
Net cash used by financing activities (3991,583)
NET INCREASE IN CASH 1,161,294
CASH, January 1, 2022 392235035
CASH, December 31, 2022 $ 43,3849329
See accompanying notes and independent accountants' review report.
-8-
F.W. CARSON CO. & AFFILIATES
COMBINED STATEMENT OF CASH FLOWS
For the Year Ended December 31, 2022
RECONCILIATION OF NET INCOME TO NET CASH PROVIDED BY
OPERATING ACTIVITIES
Net income
Adjustments to reconcile net income to net cash provided by
Operating activities:
Depreciation $
419,157
Gain on sales of equipment
(91,085)
Partnership losses
33,341
PPP loan forgiveness
(4105946)
(Increase) decrease in assets:
Contract receivables
(6473,762)
Contract retention
(518,270)
Costs and estimated earnings in excess of billings
78,429
Income tax refunds receivable
16,574
Increase (decrease) in liabilities:
Accounts payable
(264,296)
Retention payable
(173,984)
Accrued expenses
(262228)
Federal income tax payable
45%607
State income tax payable
46,993
Deferred income tax
1823,000
Billings in excess of costs and estimated earnings
653
Total adjustments to reconcile net income
NET CASH PROVIDED BY OPERATING ACTIVITIES
SUPPLEMETAL CASH FLOW INFORMATION
Non -cash investing and financing activities:
Financed equipment purchases
$ 2,935,034
(769,817)
$ 2,165,217
$ 576,291
See accompanying notes and independent accountants' review report
-9-
F.W. CARSON CO. & AFFILIATES
NOTES TO THE FINANCIAL STATEMENTS
December 31, 2022
1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES
Company's Activities - The financial statements include the combined activities of F.W. Carson
Co., F.W. Carson Trucking Co., and Carson Equipment Corporation (collectively F.W. Carson
Co, & Affiliates or "the Company"). Barbara Carson owns 100% of the issued and outstanding
common stock of the three corporations. The affiliated companies generally conduct their
construction operations as a single economic unit. All significant intercompany transactions have
been eliminated in the preparation of these combined financial statements. The Company
performs the majority of its work in Northern Nevada and Northern California.
F.W. Carson Co. is a general contractor engaged primarily in general engineering and
construction projects. The construction work is performed under fixed price bid contracts, cost-
plus contracts and negotiated price contracts, most of which last less than one year.
F.W. Carson Trucking Co. provides trucking services primarily for construction contractors. It
has a motor carrier license with the United States Department of Transportation for hauling
machinery, large objects, and dry commodities in bulk.
Carson Equipment Corporation is engaged in heavy equipment leasing for the construction
industry and operates on a fiscal year ending October 31; although for these combined financial
statements, its activities have been adjusted to a calendar year end. All of Carson Equipment
Corporation's leasing activity for the year ended December 31. 2022 was to F.W. Carson Co.
and F.W. Carson Trucking Co.
Revenue and Cost Recognition - Revenue is recognized in accordance with Accounting
Standards Codification (ASC) Topic 606, Revenue from Contracts with Customers. The
Company's general engineering and construction contracts generally contain one performance
obligation that is satisfied over time, as the Company's performance typically creates or
enhances an asset that the customer controls as the asset is created or enhanced. Customer
payments are due over time based on project phases or the percentage complete as specified in
the contract, with final payment being due at the time the project is completed and the customer
accepts the project.
The Company recognizes revenue from construction contracts using the cost -to -cost input
method, which measures progress toward completion based on the percentage of cost incurred to
date to estimated total cost for each contract. This method is used because management considers
costs incurred to -date to be the best available measure of progress on the contracts. Because of
inherent uncertainties in estimating costs, it is at least reasonably possible that estimates will
change within the near term. Trucking service contracts with customers are included in contract
revenue and are generally recognized at the time services are performed.
-10-
F.W. CARSON CO. & AFFILIATES
NOTES TO THE FINANCIAL STATEMENTS
December 31, 2022
1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES, Continued
Aggregate sales are recognized when the materials are sold which most often coincides with the
time of delivery to the customer. Aggregate inventory balances are immaterial to the combined
financial statements as of December 31, 2022.
Contract costs include all direct and indirect labor and labor burden, materials, subcontractors,
equipment and other costs. Costs of inefficiencies or wasted resources (material or labor) are
excluded when measuring progress and are expensed as incurred. General and administrative
costs are charged to expense as incurred.
As contracts extend over one or more periods, changes in job performance, job conditions, and
estimated profitability may result in revisions to costs and income, which are generally
recognized in the period in which the revisions are determined. Changes in estimated job
profitability resulting from variable consideration (such as incentives for completing a contract
early or on time, penalties for not completing a project on time, claims for which the Company
has enforceable rights, or contract modifications/change orders in which the scope of
modification has been approved, but the price has not been determined or approved) are
accounted for as changes in estimates in the current period, but are limited to an amount that will
not result in a significant reversal of revenue in future periods (i.e. the probable amount).
Provisions are recognized in the statement of income for the full amount of estimated losses on
uncompleted contracts whenever evidence indicates that the estimated total cost of a contract
exceeds its estimated total revenue.
The Company generally warranties its work for one year after the date of acceptance. Warranties
are considered part of the required product the Company is delivering and are not considered a
separate performance obligation. Warranty costs for the year ended December 31, 2022 were
immaterial.
Contract assets include amounts due under contractual retainage provisions as well as "costs and
estimated earnings in excess of billings," which represents revenues recognized in excess of
amounts billed on construction contracts in progress. The contract liability, "billings in excess of
costs and estimated earnings," represents billings in excess of revenues recognized on
construction contracts in progress.
Financial Statement Classification - In accordance with normal practice in the construction
industry, the Company includes in current assets and liability amount realizable and payable over
a period in excess of one year. Consistent with this practice, asset and liability accounts relating
to construction contracts are classified as current.
-11-
F.W. CARSON CO. & AFFILIATES
NOTES TO THE FINANCIAL STATEMENTS
December 31, 2022
1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES, Continued
Estimates and Assumptions - The preparation of financial statements in conformity with
generally accepted accounting principles requires management to make estimates and
assumptions that affect the reported amounts of assets and liabilities and the disclosure of
contingent assets and liabilities at the date of the financial statements and the reported amounts
of revenues and expenses during the reporting period. Actual results could differ from those
estimates.
Concentration of Risk - Cash includes amounts deposited into financial institutions that may,
from time to time, exceed the insurable limits of the Federal Deposit Insurance Corporation
(FDIC). The Company has not experienced any losses on such accounts. The Company had
approximately $3,800,000 on deposit in excess of FDIC insurance limits as of December 31,
2022.
Contract and retention receivables from two customers represent 42% of the total contract and
retention receivables at December 31, 2022.
Contract revenue from three customers accounted for approximately 49% of the total contract
revenue for the year ended December 31, 2022.
Contract Receivables and Contract Retention - Management has established an allowance for
doubtful accounts of $10,000 as of December 31, 2022. The allowance for doubtful accounts is
established on a specific identification basis, and if amounts become uncollectible, they will be
charged to operations when that determination is made. Customer payments are typically due
within 30 days. Amounts due under contract retainage provisions, where collection is contingent
upon actual performance by the Company and/or acceptance by the owner, represent contract
assets and are presented separately as contract retention on the balance sheet. Retainage that is
based solely on the passage of time is included in contract receivables.
Equipment - Equipment is recorded at cost and includes improvements that significantly add to
its productivity or extend its useful life. Costs of maintenance and repairs are charged to
expense. Upon retirement or disposal of equipment, the costs and related depreciation are
removed from the accounts, and gain or loss, if any, is reflected in the earnings for both financial
statement and income tax reporting purposes. Depreciation is provided for by using the straight-
line method. The estimated useful lives used for calculating depreciation for equipment
classifications are as follows:
Office equipment
Construction equipment
Life
5-7
5-15
For the year ended December 31, 2022, depreciation of $418,876 was charged to contract costs
and $280 was charged to general and administrative expenses.
-12-
F.W. CARSON CO. & AFFILIATES
NOTES TO THE FINANCIAL STATEMENTS
December 31, 2022
1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES, Continued
Investments in Limited Liabilitv Companies - The Company accounts for its LLC investments
using the equity method of accounting. The LLC investments are initially recorded at cost,
consisting of cash and the fair value of other assets contributed to the LLC, which is the same as
the price paid to acquire the holding in the investee. The Company's annual share of earnings or
losses from these investments increases or decreases the carrying amount on the balance sheet
and is shown in the accompanying combined statement of income and retained earnings as
partnership income (loss). The carrying costs of these investments are also increased or
decreased to reflect additional contributions and distributions of capital. Any difference in the
book equity and the Company's pro-rata share of the net assets of the investment will be reported
as gain or loss at the time of liquidation of the investment.
Advertisine- - Advertising costs are expensed as incurred and are charged to general and
administrative expenses. For the year ended December 31, 2022, advertising expenses amounted
to $5,913.
Income Taxes - F.W. Carson Co. and F.W. Carson Trucking Co. are subject to U.S. federal and
California corporate income taxes and report income on the accrual basis. Carson Equipment
Corporation is subject to U.S. federal corporate income tax and reports income on the cash basis.
All intercompany transactions between the three companies are reported for income tax purposes on
the cash basis. Management has determined that the Company does not have any uncertain tax
positions that materially impact the financial statements or related disclosures. Since tax matters are
subject to some degree of uncertainty, there can be no assurance that the Company's tax returns will
not be challenged by taxing authorities and that the Company or its stockholders will not be subject
to additional tax, penalties, and interest as a result of such challenge. The Company's income tax
returns for years prior to 2019 are no longer subject to examination by taxing authorities.
Deferred taxes are recognized for differences between the basis of assets and liabilities for
financial statement and income tax purposes. The differences relate primarily to depreciable
assets (use of different depreciation methods and lives for financial statement and income tax
purposes), income and expense recognition methods, and the basis in its investments in
partnerships. The deferred tax assets and liabilities represent future tax return consequences of
those differences, which would be either deductible or taxable when the assets and liabilities are
recovered or settled. Deferred taxes are measured using enacted tax rates in effect for the year in
which those temporary differences are expected to be recovered or settled. Deferred tax assets and
liabilities are offset and presented as a single, noncurrent amount on the balance sheet.
Adontion of FASB ASC 842 - Effective January 1, 2022, the Company adopted FASB ASC 842,
Leases. The Company determines if an arrangement contains a lease at inception based on
whether the Company has the right to control the asset during the contract period and other facts
and circumstances. The Company elected the package of practical expedients permitted under
the transition guidance within the new standard, which among other things, allowed it to carry
forward the historical lease classification.
-13-
F.W. CARSON CO. & AFFILIATES
NOTES TO THE FINANCIAL STATEMENTS
December 31, 2022
1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES, Continued
The new standard establishes a right -of -use (ROU) model that requires a lessee to record an
ROU asset and a lease liability on the balance sheet for all leases with terms longer than 12
months. Leases are classified as either finance or operating, with classification affecting the
pattern of expense recognition in the income statement. Leases with a term of less than 12
months will not require an ROU asset and lease liability and the payments will be recognized
into profit or loss on a straight-line basis over the lease term. The adoption of FASB ASC 842
did not have a material impact on the Company's results of operations, cash flows or debt
covenants.
2. CONTRACT BALANCES
Costs and estimated earnings on construction contracts in progress contrast related billings as
follows as of December 31, 2022:
Contract costs to date $ 8,744,679
Gross profit (loss) to date 2.268.639
Earned contract revenue 11,013,318
Contract billings to date 11.020.477
Net under (over) billings $ (7.159)
These amounts are included in the accompanying balance sheet under the following captions as
of December 31, 2022:
Costs and estimated earnings in excess of billings $ 52
Billings in excess of costs and estimated earnings (7.211)
Net under (over) billings $ (7,159)
The balance in contract receivables was $2,186,942 and $1,539,180 as of December 31, 2022
and 2021, respectively. The balance in contract retention was $849,702 and $331,432 as of
December 31, 2022 and 2021, respectively.
3. INVESTMENTS IN LIMITED LIABILITY COMPANIES
F.W. Carson Co. is the managing member of Incline Industrial Park, LLC and owns a 50%
capital interest and a 100% interest in profits and losses, although certain expenses (such as
depreciation) are specially allocated between the members in accordance with the operating
agreement. The Company's share of losses from Incline Industrial Park, LLC was $22,238 for
the year ended December 31, 2022. The carrying value of the investment was $1,050,958 as of
December 31, 2022.
-14-
F.W. CARSON CO. & AFFILIATES
NOTES TO THE FINANCIAL STATEMENTS
December 31, 2022
3. INVESTMENTS IN LIMITED LIABILITY COMPANIES, Continued
F.W. Carson Co. is the managing member of C4 Equity, LLC and owns a 33.33% interest in its
capital, profits and losses. The Company's share of income from C4 Equity, LLC was $18,897
for the year ended December 31, 2022. The carrying value of the investment was $267,865 as of
December 31, 2022.
Summarized financial information by entity accounted for under the equity method, as of and for
the year ended December 31, 2022, is presented below. The financial statements for these
entities were prepared by management of the respective companies. They have neither been
audited nor reviewed and, therefore, the Company has no assurance whether these financial
statements are in accordance with accounting principles generally accepted in the United States.
Balance sheets:
Current assets
Buildings, net of accumulated depreciation
Land
Other assets
Total assets
Current liabilities
Due to F.W. Carson Co.
Total liabilities
Members' equity
Total liabilities and members' equity
Statements of income:
Income
Operating expenses
Depreciation expense
Net income (loss)
Incline
Industrial
Park C4 Eauitv
$ 98,102 $ 133,716
429,268
234,338
2,130,000
89,400
305,519
-
$ 2,962,889
$ 457,454
$ 6,754
$ 114,861
429,413
-
436,167
114,861
2,526,722
$ 2,262,882
342.593
$ 457,454
$ - $ 72,000
22,238 7,322
23,362 7.989
$ (45,600) $ 56.689
-15-
F.W. CARSON CO. & AFFILIATES
NOTES TO THE FINANCIAL STATEMENTS
December 31, 2022
4. LONG-TERM DEBT
Long-term debt consists of the following equipment notes as of December 31, 2022:
Pavable
Interest Within After
Rate One Year One Year
Note payable to CAT Financial, secured
by a CAT 366 excavator, monthly principal
and interest payments of $8,603, due May 2023 1.45% $ 43,146 $ -
Note payable to CAT Financial, secured
by a CAT 415 F2IL Loader, monthly principal
payments of $1,670, due December 2023 0% 21,709
Note payable to CAT Financial, secured
by a CAT 430 F2 Loader, monthly principal
payments of $2,837, due October 2023 0% 42,550
Note payable to CAT Financial, secured
by a CAT 938M Wheel Loader, monthly principal
payments of $4,664, due October 2023 0% 69,959 -
Note payable to CAT Financial, secured
by a CAT 259D, monthly principal
payments of $1,176, due October 2025 0% 14,111 25,870
Note payable to CAT Financial, secured
by a CAT CC4.0-06 Asphalt compactor,
monthly principal and interest payments
of $2,430, due April 2025 2.9% 27,689 35,762
Note payable to a financial institution,
secured by a 2018 GMC Sierra, monthly
principal and interest payments of $955,
due April 2027 4.69% 9,596 34,484
-16-
F.W. CARSON CO. & AFFILIATES
NOTES TO THE FINANCIAL STATEMENTS
December 31, 2022
4. LONG-TERM DEBT, Continued
Pavable
Interest Within After
Rate One Year One Year
Note payable to CAT Financial, secured
by a CAT 309-07CR, monthly principal
payments of $2,958, due May 2027 0% $ 35,500 $ 121,293
Note payable to CAT Financial, secured
by a CAT CP4413, monthly principal and
interest payments of $3,771, due March 2026 6.25% 38,029 94,749
Note payable to a financial institution,
Secured by a 2022 GMC, monthly principal
and interest payments of $1,797,
due June 2025 4.99% 19,486 31,122
Note payable to a financial institution,
secured by a Trimble SPS930, monthly principal
payments of $851, due July 2026 0% 10.217 23,684
For the year ended December 31, 2022, equipment interest expense amounted to $7,999, which
was recorded as a contract cost in the combined statement income and retained earnings.
Aggregate maturities on long-term debt are as follows:
Year Ending December 31:
2023
2024
2025
2026
2027
$ 331,992
159,343
128,990
63,698
14,933
-17-
F.W. CARSON CO. & AFFILIATES
NOTES TO THE FINANCIAL STATEMENTS
December 31, 2022
S. CONTRACT BACKLOG
The following schedule is a reconciliation of contract backlog representing signed contracts as of
December 31, 2022:
Balance, January 1, 2022
New contracts and contract adjustments during
the year ended December 31, 2022
Less contract revenue and gross profit earned
during the year
Balance, December 31, 2022
Contract
Revenue
$ 6,262,426
15,849,192
13.122.276
Gross
Profit
$ 1,414,598
3.845.590
5,260,188
4.556.814
$ 2,726.916 $ 703,374
6. RELATED PARTY TRANSACTIONS
Affiliated Companies - F.W. Carson Co. and F.W. Carson Trucking Co. lease construction
equipment from Carson Equipment Corporation on a monthly basis and utilize the motor carrier
license held by F.W. Carson Trucking Co. for transportation of materials. All intercompany
transactions and balances owed between companies have been eliminated in these combined
financial statements.
Carson Equipment Corporation leases its shop space to store its equipment on a month -to -month
lease, requiring monthly payments of $6,000, from C4 Equity, LLC, an entity partially owned by
F.W. Carson Co (see Note 3). The exercise of the renewal options is at the sole discretion of the
Company, and only lease options that the Company believes are reasonably certain to be
exercised are included in the measurement of the lease assets and liabilities. Management has
determined that this leasing arrangement is a short-term lease under the new lease accounting
standard. The short-term lease cost included in contract costs was $72,000 for the year ended
December 31, 2022.
Incline Industrial Park. LLC - The Company has made cash advances to Incline Industrial Park,
LLC (IIP, LLC). The advances have no defined repayment terms and currently bears no interest.
Management has classified this note as an other asset since it is not expected to be repaid before
December 31, 2023. Advances of $37,000 were made to IIP, LLC during the year ended
December 31, 2022, and the balance was $429,413 as of December 31, 2022. The Company also
utilizes the office, shop and yard currently owned by IIP, LLC. See Notes 3 and 8.
Stockholder Advances - The Company made advances to Barbara Carson, the Company's sole
stockholder, in years prior to 2022, and the balance due from the stockholder as of December 31,
2022 and 2021 was $144,713. These advances bear no interest and have no defined repayment
terms and have been classified as an other asset in the accompanying combined balance sheet.
-18-
F.W. CARSON CO. & AFFILIATES
NOTES TO THE FINANCIAL STATEMENTS
December 31, 2022
6. RELATED PARTY TRANSACTIONS, Continued
The stockholder has also made advances to F.W. Carson Co. which accrue interest at 5% per
annum and have no defined repayment schedule. Interest is typically paid annually to the
stockholder and for the year ended December 31, 2022, no principal payments were made. The
balance due to the stockholder as of December 31, 2022 was $355,394.
Other Related Parties - The Company has demand notes due to related parties that have no
defined repayment schedules, but which accrue interest at 5% per annum. The Company made
principal payments of $45,816 and $31,713 to Troy Carson and Rian Carson, respectively
(children of the Company's stockholder) for the year ended December 31, 2022.
Demand notes are due to the following related parties as of December 31, 2022:
Troy Carson
Rian Carson
Total
$ 102,304
2.100
Interest expense for the year ended December 31, 2022, amounted to $13,963 and is included in
other expenses on the accompanying combined statement of income and retained earnings.
7. PROVISION FOR INCOME TAXES
For the year ended December 31, 2022, the income tax expense consisted of:
Current income tax expense
Federal $ 485,219
State 48.993
Current income tax expense 534,212
Deferred income tax expense
Federal 182.000
Total income tax expense $ 716,212
The federal deferred tax liability of $894,000, arising primarily from book and tax depreciation
differences, is offset by a $6,000 deferred tax asset related to income and expense timing
differences as of December 31, 2022. There were no state deferred tax assets or liabilities as of
December 31, 2022.
-19-
F.W. CARSON CO. & AFFILIATES
NOTES TO THE FINANCIAL STATEMENTS
December 31, 2022
8. LITIGATION
F.W. Carson Co. is the managing member of Incline Industrial Park, LLC (the "LLC"). On
December 19, 2012, the other member of the LLC issued a notice to F.W. Carson Co. of his
election to exercise his right to restructure the investment in the LLC.
Under the terms of the operating agreement, on the restructure date, the withdrawing member's
net capital is deemed to be converted to a liability of the LLC, effectively making the LLC solely
owned by F.W. Carson Co. However, due to ongoing litigation surrounding this restructure, the
LLC has remained a partnership for federal income tax purposes and the Company continues to
report its investment as such in its financial statements. The daily operating activity of the
storage unit grounds of the LLC was transferred to the withdrawing member and the remaining
income and loss of the LLC is allocated to F.W. Carson Co. As of the issuance date of these
financial statements, management is unable to make a determination as to the eventual outcome
of the litigation; however, once complete, the remaining asset of the LLC, which consists of the
original land contributed by F.W. Carson Co. would become an asset of the Company with a
carryover tax basis, net of any remaining liability to the withdrawing member.
9. PAYCHECK PROTECTION PROGRAM
In response to the coronavirus (COVID-19) pandemic in 2020, the U.S. Federal Government
enacted the Coronavirus Aid, Relief, and Economic Security Act that, among other economic
stimulus measures, established the Paycheck Protection Program (PPP) to provide small business
loans. In April 2020, F.W. Carson Co. and F.W. Carson Trucking Co. obtained PPP loans for
$318,200 and $44,1.00, respectively. In April 2021, the Companies obtained second draw of PPP
loans for $357,162 and $53,784, respectively. Both Companies received approval for forgiveness
of the first draw of PPP loans and accrued interest in 2021 and forgiveness of the second draw of
PPP loans and accrued interest in 2022. The aggregate combined face amount of the forgiven
second draw of PPP loans of $410,946 and accrued interest of $3,162 is presented as other
income on the accompanying combined statement of income and retained earnings as of
December 31, 2022.
10. SUBSEQUENT EVENTS
As part of the federal CARES Act Stimulus Package, qualifying employers are eligible for
refinable employee retention tax credits. F.W. Carson Co. and F.W. Carson Trucking Co. have
outstanding employee retention credits of approximately $100,117 and $24,501, respectively,
which are being accounted for under FASB ASC 450-30 as contingent gains, and therefore will
be recognized as other income in the year received.
Management has reviewed events that have occurred after December 31, 2022 and through the
issuance date of the financial statements on April 27, 2023. Management has determined there are
no material transactions that have not been disclosed.
-20-
F.W. CARSON CO. & AFFILIATES
SCHEDULE
COMBINING BALANCE SHEETS
December 31, 2022
F.W.
Carson
F.W.
Carson
Equipment
Combining
Carson Co.
Trucking Co.
Corporation
Entries
Total
ASSETS
CURRENT ASSETS
Cash
S 781,167
$
78,120
$ 3,525,042
$ -
$ 4,384,329
Contract receivables, net ofallowance
1,850,126
343,410
-
(6,594)
2,186,942
Contract retention
849,702
-
-
849,702
Costs and estimated earnings in excess of billings
52
-
-
52
Total current assets
3,481,047
421,530
3,525,042
(6,594)
7,421,025
EQUIPMENT
Office equipment
70,223
-
16,778
-
87,001
Construction equipment
-
6,200,983
-
6,200,983
Accumulated depreciation
(44,122)
(2,978,283)
-
(3,022,405)
Net equipment
26,101
3,239,478
-
3,265,579
OTHER ASSETS
Investments in limited liability companies
1,318,824
-
-
-
1,318,824
Due from Incline Industrial Park, LLC
429,413
-
-
429,413
Due from stockholder
144,713
-
-
-
144,713
Due from related companies
-
-
448.900
(448,900)
-
Total other assets
1,892,950
-
448,900
(448,900)
1,892,950
Total assets
S 5,400,098
$
421,530
$ 7,213,420
$ (455,494)
$ 12,579,554
LIABILITIES AND STOCKHOLDER-S EQUITY
CURRENT LIABILITIES
Accounts payable
S 266,155
$
45,573
$ 10,992
$ (6,594)
$ 316,126
Retention payable
7,268
-
-
7,268
Billings in excess of costs and estimated earnings
7,211
-
-
7,211
Federal income tax payable
343,279
3,626
112,843
459,748
State income tax payable
46,168
825
-
46,993
Due to stockholder
355,394
-
-
355,394
Due to related parties
-
36,901
67,503
104,404
Due to related companies
448,900
-
-
(448,900)
-
Current portion of long-term debt
-
-
331,992
-
331,992
Total current liabilities
1,474,375
86,925
523,330
(455,494)
1,629,136
NON -CURRENT LIABILITIES
Deferred income tax
211,000
-
677,000
888,000
Long-term debt, net of current portion
-
-
366,964
-
366,964
Total non -current liabilities
211,000
-
1,043,964
1,254,964
Total liabilities
1,685,375
86,925
1,567,294
(455,494)
2,884,100
STOCKHOLDER'S EQUITY
Additional paid -in capital
2,000
6,000
10,000
18,000
Retained earnings
3,712,723
328,605
5,636,126
9,677,454
Total stockholder's equity
3,714,723
334,605
5,646,126
9,695,454
Total liabilities and stockholder's equity
S 5,400,098
$
421,530
S 7,213,420
$ (455,494)
$ 12,579,554
See independent accountants' review report.
S-1
CONTRACT REVENUE
CONTRACT COSTS
Labor and labor burden
Materials
Subcontractors
Equipment
Other
F.W. CARSON CO. & AFFILIATES
SCHEDULE II
COMBINING STATEMENTS OF INCOME AND RETAINED EARNINGS
For the Year Ended December 31, 2022
F.W.
Carson
F.W. Carson
Equipment
Carson Co. Trucking Co.
Corporation
$ 12,372,445 $ 1,603,895
$ 2,536,877
Total contract costs
Gross profit from contracting
AGGREGATE SALES
COST OF AGGREGATE SALES
Gross profit from aggregate operations
GENERAL AND ADMINISTRATIVE EXPENSES
Income from operations
OTHER INCOME (EXPENSE)
Interest income
Partnership income (loss)
PPP loan forgiveness
Gain on disposition of equipment
Other income
Interest expense
Total other income (expense)
Income before provision for income taxes
PROVISION FOR INCOME TAXES
NET INCOME
RETAINED EARNINGS, January 1, 2022
RETAINED EARNINGS, December 31, 2022
Combining
Entries Total
$ (3,390,941) $ 13,122,276
3,980,328
496,560
-
- 4,476,888
1,014,772
-
-
- 1,014,772
856,821
-
-
- 856,821
3,647,849
981,156
878,644
(3,390,941) 2,116,708
52,817
16,033
31,423
- 100,273
9,552,587
1,493,749
910,067
(3,390,941) 8,565,462
2,819,858
110,146
1,626,810
- 4,556,814
1,277,746
-
-
- 1,277,746
840,231
-
-
- 840,231
437,515
-
-
- 437,515
1,590,318
54,391
188,996
- 1,833,705
1,667,055
55,755
1,437,814
- 3,160,624
7
-
1,360
- 1,367
(3,341)
-
-
- (3,341)
359,902
54,206
-
- 414,108
-
-
91,085
- 91,085
1,792
-
-
- 1,792
(13,963)
(426)
-
- (14,389)
344,397
53,780
92,445
- 490,622
2,011,452
109,535
1,530,259
- 3,651,246
389,021
11,348
315,843
- 716,212
1,622,431
98,187
1,214,416
- 2,935,034
2,090,292
230,418
4,421,710
- 6,742,420
$ 3,712,723
$ 328,605
$ 5,636,126
$ - $ 9,677,454
See independent accountants' review report.
S-2
� w s
KNOW ,ALL. MEN BY THESE PRESENTS,
That F. W. Carson Co. as Principal, and
The Ohio Casualty Insuran Comnanv as Surely, are held and firmly
bound unto SOUTH TAHOE PUBLIC UTILITY DISTRICT, hereinafter called "OWNER," in the sum
of Ten Percent of Total Amount Bid _ dollars, (Not less than 10 percent of the
total amount of Bid)
for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, said Principal has submitted a Bid to said OWNER to perform the WORK required
under the bidding schedule(s) of the OWNER's Contract Documents entitled: 2024 Herbert Walkup
Pipeline Replacement Project.
NOW, THEREFORE, If said Principal is awarded a contract by said OWNER and, within the time
and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into
a written Agreement on the form of agreement bound with said Contract Documents, furnishes the
required certificates of insurance, and furnishes the required Performance Bond and Payment
Bond, then this obligation shall be nult and void, otherwise it shall remain in full force and effect.
FURTHERMORE. Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the Contract Documents shall in affect its
obligation under this bond, and Surety does hereby waive notice of such changes.
In the event suit is brought upon this bond by said OWNER and OWNER prevails, Surety shall pay
all costs Incurred by said OWNER in such suit, including attorney's fees and costs..
SIGNED AND SEALED, this 22nd day of, November 2d23
F.W. Carson Co.
(Principal)
(SignatuL08F—Principal) (Title)
Surety The Ohio Casually Insurance Company
(Signature for Surety) (Title)
Dona Lisa Suschmanr,, Alto rney-In-Fact
niov;OE6ER 2a23 SFCTION 00,11 oa
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
1i
Surety's address In California for service of process:
2710 Gateway oaks Drive, Suite 150N,
Sacramento, CA 58833-350
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 )
) SS.
COUNTY OF )
On before me, , 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 as the
representative of the Surety acknowledged to me that he/she executed the same In his/her
authorized capacity, and subscribed the name of the . (Surety)
thereto and his/her own name as the representative of the Surety.
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.
Notary Public In and for said State
(SEAL)
Commission expires:
NOTE: A copy of the Power -of -Attorney to local representatives of the bonding company must
be attached hereto.
NOVMEBER 2023 SECTION 00 41 OD
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
18
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 Placer
On November 22, 2023 before me, K. Hanley, Notary Public
(insert name and title of the officer)
personally appeared Dona Lisa Buschmann
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
s••-� � K. HA^iLEY
`'may 140tari Pubit . Caiifcrg9a x
?lacer Counc�
,- Commission : 23804
nn MY 4amm. Expires vov 30, 2025
Signature 1 rfl [!t (Seal) .�.
This Power oI Apomey Itmite Ste aete of thole nerved hereto, and they have no authority to
blrtd the Company except in the manner and to the extent herein stated.
Liberty Liberty Mutual Insurance Company
Mutual. The Ohlo Casualty Insurance Company Certifitsie No: 8210343.977442
West American insurance Company
SURETY
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRFJJEIITS: That The Ohio Casualty insurance Company Is a corporation drdy organized under the laws of the State of New Hampshire, that
�Q�aw�a corporation �oWnized and Stalo
anduly
d
under ttawsofSSmwofIndiana pu�toand authort hhesbCldaherebyname to d
Alexis Estrada. Dona Lisa Buschman. Edward D. Johnson J. Buschman, Julie A. Shiromn. K. Hanlev,, Kathv Ranad. Maasic Bender -Johnson. Robert D. Laux
eg of the city of RC)'WMIIC state of CA each Indlvldu" It there be more than one named, Its true and lawful a torseyfo-fad to make,
execute, seal, adlrtewledge and deliver, for and on Its behalf as surety and as its act and deed, any and all undartak(ngs, bands. recognizances and other surety obligations, in pursuance
of these presents and shag be as bindtng upon the Companies as if they ham been duty signed by the proddent and attested by the seerelary of the Companies In then own proper
persons.
IN WITNESS WHEREOF, this Powerof Attorney has been subscribed by an authorized of m or official of the Companies and the corporate seats of the Companies have boon attbced
iheroothis 2&h dayof June 2023 .
Liberty Mutual Insurance Company
tNet/ , Y IMrta�G 1ti8t1 The Ohio Casualty Insurance Company
WestAmerican insurance Company
1912 n 1919 1991 0 1-4
�' a a+x,11► ore ��a�v,�� /' 2
BY: David M. Ca ZtSecretBry
rey,
IState of PENNSYLVANIAA
,..County of MONTGOMERY
3 On this 28th day of June 2023 before me personally appeared David M. Carey, %ft acknowledged himself to be the Assistant SecrelaryelLiberty Mutual Insurance
combed by Signing on b ooff.tand West Arrvican he corporations by tit Insurance
a duty authorized oand fficer.
IN as such, bang authorized so o do, eel to the foregoNp Instrument for the purposes
thereh IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seat at Plymculh Meeting, Penmsyhrarda, on the day and year first above written.
o®rp%'R�'
cCa•
Tumpsok
p �maaPmur►oMyhie�ylcnA4rd�2a2=5 Teresa Pastella, Notary Ptd%ie z�$
This PowerofAttemey Is madeand executed pursuant to and by authority of the fogwving Bydaws and Authorizations of The Ohio Casualty knwanoe Company, Liberty Mutual Insurance oY
r- Company, and Was[ American Insurance Company whIch resdutbns are now In full force and affect reading as Wows:
ARTICLE IV- OFFICERS: Sectbn 1 Z Power of Attomey.
Any olticar cr otheroWal of the Coryaation authorized brthaf purpose hn wrung by the Charman or the President, and subject to such gmttatba as the Chairman or the Presider m
a may prescribe, shag appow such attomeybdn-lad, as may be naoassary to ad to behffit of the Corporation to make, execute. seal, edcrlo* Wge and desver as surety any and eg
undfftsJd sgs, bands. :. , v +, and other surety Otn4pafans Such attcmeys•firFfad, subjad to the Imitaticas sel forth In theft respective powers of attorney. shall have w
c power to bind the Corporation by their signature and execution of any such Instruments and to attach thereto the seal of the Corpotalton. When so executed, such instruments shag yt
Z be as binding as it signed by the President and at;estad to by Bre Seeatary. Any per or a 2*ty granted to any repmentethre or attorneytn-lact under the pm*bns of Oft 9i12d
article may be revolted at airy bme by the board, the Chairman, the Presidwn or by the officer or 0€cans granting such porgy or authority. I CL
ARTICLE Xis — Execution of Contracts: Sectbo 6. Surety Bands and Ur*rt3MMs.
Any offker of the Company authorized forgo purpose in wd*q by the chatman or the !redder, and subject to such I milasons es do chairman or the presider may prescribe
— -- shag appoid such attsmeys4n-fad, as may be naoasssry to act in behal of the Company to make, execute. seal, adutordedge and dormer as surety any and ag undedaldngs, —
bonds, recogrdzences and other surety obligations. Such attorneys -in -tact subject to the iknitetbrs set forth In their respective powers of attorney. shall have fug power to Und the
signed by by
president Signature
and and execution d by the of any
ytarych Instruments and to attach thereto the seal of the Company. When so executed such Instruments shag be as binding as s
Certificate of Oeshgnailon — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Caray, Ass! Wt Secretary to appoint such attorneysan-
fad as may be necessary to ad on behalf of the Company to make, execute. seal, admoWedge and deliver as surety any and ail undertakings, bonds, and other surety
otligatbls.
Authorization — By unanknous consent of the Company's Board of Dhedere, the Company eonsom that facsimile ormecharJcagy reproduced 9gaakre of any m0slant secretary of the
comps e,f"teravertxoe and"Upo� at6xpyof any Pow of anon ey Issued by the Company In come him vrlth surely, bonds, shall be vend and btrnding upon the Company with
thesar
I, Renee G Usweop, the understood. Assistant Secretary, T" CasnrFltgl[�snuance Company, Libo Mutual trsuranee Company. and Wriest Ameri= Insurance Company do
hereby oedi(y that the original power of attorney d vdtldn 1hleio`at rng a tug,0ue ab�ee y3cl copy of the tower of Attorm exaladed by said Companies, is in fug ►arse and effod and
has rot bow revoked.
IN TESTMMY WHEREOF, I have hereunto set my hang afG affxedthe seals O(U) Wli?> v this 22nd day of November 2023 .
ltrstr ^ — •tr trv8� =-_xat+sU,q�
1912 p ' 1919
9 By:
Rank C. Llexesyn, ASsistattt Secretary
LA18.125" LMIC OCIC WAIC 015 Co 0=1
ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS
This Document Must Be Fuliv Executed By Contractor
and Submitted With The Bid
The following insurance requirements have been adopted by The South Tahoe Public Utility District
hereinafter designated the "OWNER," and shall be applicable to this Contract.
Insurance Requirement Summary
The CONTRACTOR shall furnish, prior to Notice to Proceed, Insurance Certificates and
Endorsements as set forth in Section 00 20 00, Part 2.08.D and Section 00 73 00, Supplementary
Conditions, Part 2.01. No other insurance documents shall be accepted in substitution of, nor in
addition to, those set forth in Section 00 20 00, Instructions for Procurement. insurance
requirements and coverage will be in accordance with Section 00 73 00, Supplementary Conditions,
Part 2.01.
The CONTRACTOR shall not commence work under this Contract until all insurance required under
this treading is obtained in a form acceptable to OWNER, nor shall the CONTRACTOR allow any
Subcontractor to commence work on a subcontract until all insurance required of the Subcontractor
has been obtained.
I j roy Cogs V the V cue- V Y`GS io "Vv
of F.W , Ca -govx Co. (Insert Title)
(Name of Company or Corporation or Owner)
certify that the Insurance Requirements Summary has been read and understood and that as a
material consideration of our bid, we are able to provide the document and coverage specified.
Signature--oTPresident, Secretary,
Manager, Owner, or Representative
Date: 12I 15 I z3
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
19
GENERAL ENGINEERING CONTRACTORS
Companv Signature Authorization
The individuals below are authorized to sign for all matters relating to F.W. Carson Company business
including bids, contracts, checks, etc. as deemed necessary for compliance with Federal, State, and/or
local regulations applicable to business.
COMPANY OFFICERS ,
Name: i ' Signature: %� i Title:
(printed name)
Name: Signature: Title:
(printed name)
President, CEO, or Executive Director: e4d— �tC,
(printed name)
Email address: 44ALg— Sen Le - to yl
Signature: 12'.� a...._. iR...; _ Date: e-•2 .2a.23
State of Nevada I,
County of Ia�"r `", p
This instrument was acknowledged before me on
...............................................
(...a............... .......... I CATHY RHAESA
Notary PubtI. - 5tale of Nevada €
Appairttment Rewrded in Washce County
No: 93.3823.2 • Expires February 2, 2025
(Notarial Stamp)
4' '' I.
I �' V �. �i by I �� l� j i_Q.� So=� � �Otri ►�c�a.___
(date) (name of person)�ti
Ck
(Signature of Notarial Office`
1064 Tahoe Blvd. Incline Village, NV 894511 Phone (775) 831-5008 1 Fax (775) 831-5068
1 NV License 44726 1 CA License 6182861 DIR 1000014905 1 www.fwcarsonco.com
THIS PAGE INTENTIONALLY LEFT BLANK
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
20
CERTIFICATION BY CONTRACTOR'S INSURANCE BROKER
This Document Must be Fully Executed By Contractor's
Insurance Broker and Submitted With the Bid
Roger Cole
(Individual's name and brokerage name)
LP Insurance Services, LLC
(Insurance Company)
for FW Carson Comoanv
(Contractor)
, am an authorized representative of
This company is the insurance broker
("Contractor").
By my signature below, I hereby attest to the following:
1. I have reviewed the insurance requirements for the South Tahoe Public Utility
District's 2024 Herbert Walkup Pipeline Replacement Project ("Project"), including the
requirements set forth in Section 00 73 00, Supplementary Conditions, Part 2.01 of the Contract
Documents.
2. The Contractor is eligible to be insured for the policies necessary to satisfy the
insurance requirements for the Project.
This certification is not intended to be binding of coverage and oes not modify and/or alter the
terms and conditions of the insurance policie • ued to �a c r.
Date. 12/14/2023
(Sig an ure of authorized representative)
for-.Y15UfiaiYt��t.-Lo.
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 ofGB!+iernia NQ.IC.Ld.Q )
) ss.
County of l *Y1 Z�1 e ) QVT1
on 12/14/2023 before me. 1`{c.)Kcari, personally appeared
'14[-t`i -P r 0A e , who proved to me on the basis of satisfactory evidence to be the
person(s) nose name(s) is/are subscribed to the within instrument and acknowledged to me that helshe/they
executed the same in his/her/their authorized capacity(ies), and that by hislherltheir signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal. CAREY M{JRC7AN
Notary Public • Stale of Nevada
/ pp0-65183-Itc ipirvdS 1U $hcembar County c
No:00.65t83.2 - Etipues ScpiernCLr22, 2025
Notary Public n' ...............................
NOVMEBER 2023 SECTION 00 41 00
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
21
THIS PAGE INTENTIONALLY LEFT BLANK
NOVMEBER 2023 SECTION 00 4100
2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS
22