HomeMy WebLinkAboutSmelly Mels 04.03.2025TOWN OF LOS ALTOS HILLS
STATE OF CALIFORNIA
CONTRACT
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
THIS AGREEMENT, made, executed, and entered into this ra day of1 2025,
by and between the Town of Los Altos Hills a General Law City, hereinafter referred t , as the Town, and
SMELLY MEL'S PLUMBING, INC., hereinafter referred to as the Contractor.
WITNESSETH
ARTICLE 1. That for and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the Town, the Contractor agrees at its own cost and expense to do all the
work and furnish all materials necessary to complete in a good workmanlike and substantial manner all that
certain work involved and concerned with the 2025 SANITARY SEWER REPAIR AND REPLACEMENT
PROJECT said work shall be done in manner and according to the terms of the Contract as the same is
defined in Article 4 herein.
ARTICLE 2. Said Contractor agrees to receive and accept the following prices as full compensation
for furnishing all materials and doing all the work contemplated and embraced in this agreement; also for
all loss or damage arising out of the nature of the work aforesaid, or from the acts of the elements, or from
any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work
until its acceptance by the Town and for all risks of every description connected with the work; also for all
expenses incurred by or in consequence of the suspension or discontinuance of the work and for well and
faithfully completing the work and the whole thereof, in the manner and according to the plans and
specifications, to wit, according to Contractor's proposal for "TOTAL BASE BID PLUS ALTERNATE BID
ITEMS (1 — 22)" to the City Council, entitled EXHIBIT "A", BID PROPOSAL TO THE CITY COUNCIL and
attached hereto.
Bid
Description
Estimated
Quantity
UNIT
Total
(in figures)
BASE
Bid Items 1 through 17 (Locations 1 to 10)
1
LS
$ 398,620
ALTERNATE 1
Bid Item 18 (Location 11 Adobe Lane)
1
LS
$ 57,600
ALTERNATE 2
Bid Item 19 (Location 12 Rhus Ridge Dr)
1
LS
$ 77,280
ALTERNATE 3
Bid Item 20 (Location 13 Dawson Dr)
1
LS
$ 58,080
ALTERNATE 4
Bid Item 21 (Location 14 Moody Rd)
1
LS
$ 5,000
ALTERNATE 5
Bid Item 22 (Location 15 Normandy Ln)
1
LS
$ 5,000
TOTAL
$601,580
Six Hundred One Thousand Five
Hundred and Eighty Dollars
ARTICLE 3. The Town hereby promises and agrees with the Contractor, to employ, and does
employ, hereby, said Contractor to provide the materials and to do the work according to the terms and
conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same
at the time, in the manner and upon the conditions above set forth; and the said parties for themselves,
their heirs, executors, administrators, successors, and assigns, do hereby agree to the full performance of
the covenants herein contained.
29
CONTRACT
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
ARTICLE 4. The complete Contract consists of the following documents: Notice to Bidders,
Proposal, Contract, Specifications and the Plans and/or Drawings. The rights and obligations of the parties
herein are governed by all of said documents, which are to be construed as a single Contract. The decision
of the Public Works Director of the Town of Los Altos Hills as to the interpretation of said Contract shall be
final and binding on the parties hereto.
ARTICLE 5. It is further expressly agreed by and between the parties hereto that the work shall be
completed within ONE HUNDRED AND TEN (110) working days from and after the commencement of said
work.
ARTICLE 6. It is expressly stipulated and agreed that all legal and statutory requirements relating
to the execution of this Contract and the notice inviting bids have been met. Any alleged defect or omission
in the proceedings preceding the execution of this Contract is hereby waived by the Contractor.
ARTICLE 7. Every contractor will be required to secure the payment of workers compensation to
his or her employees. Labor Code Section 1860. The contractor shall post the applicable prevailing wage
rate on the project site. Labor Code Section 1771.4. The project is subject to prevailing wages. The
applicable wage rates are available at www.dir.ca.gov and the agency also has access to the applicable
prevailing wage rate at www.losaltoshills.ca.gov.
IN WITNESS WHEREOF, the parties have executed this instrument the year and date first above
written.
TOWN OF LOS ALTOS HILLS
A General Law City
r'
City Manager
ATTEST:
CONTRACTOR
By
Title 0ePf4-'ttoN S (q
30
CONTRACT
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
NOTARIAL ACKNOWLEDGMENT OF PRINCIPAL
STATE OF CALIFORNIA
) ss.
COUNTY OF SA" Ma}tb)
On Oq 1 02. / 2.0"1< , before me, a Notary Public, personally appeared,
personally known to me (or 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.
"YM'
ND NOSTRATIS�
COMM. # 2459109 In
o NOTARY PUBLIC -CALIFORNIA Vl
SAN MATEO COUNTY
Burow MY Co Exp. AUG. 14, 2027 ^"
(Seal) See Attached Certificate
31
CONTRACT
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
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 San Mateo )
On 09 /0Z/ 7,0;2— before me, Reymund Nostratis, Notary Public
(insert name and title of the officer)
personally appeared ao5N0. qu,
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. REYMUND NOSTRATIS
''nn x4 JM COMM.# 2459109
NOTARY PUBLIC -CALIFORNIA V1
r SAN MATEO COUNTY
MY Co: m. EXP. AUG. 14, 2027 ^'
Signature/y'^'�//� (Seal)
EXHIBIT "A"
BID PROPOSAL TO THE CITY COUNCIL
TOWN OF LOS ALTOS HILLS
STATE OF CALIFORNIA
FOR
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
NAME OF BIDDER: S "L
Lu4ybI
BUSINESS ADDRESS: —3(20 15 4 A v� 'LJ U
CITY, STATE, ZIP:
1�4aCiS"
14016
LICENSE NO.: ��" l 3 CLASS: Q- CJ36 EXP. DATE:
TAX ID NO.: gY `)2 (10 5-&
TELEPHONE NO: (Gs'q q? ( 3 l�' FAX NO: ( ) � A
The work for which this proposal is submitted is for construction according to the Contract Documents,
including the Special Provisions, the Agreement, the project plans described below, and the State of California
Department of Transportation Standard Specifications, 2018 Edition. The Contract Book shall be used in
conjunction with the above documents, and the State of California Department of Transportation Labor
Surcharge and Equipment Rental Rates, and the State Department of Industrial Relations General Prevailing
Wage Rates current at the bid opening date.
The project plans for the work to be done are titled "2025 SANITARY SEWER REPAIR AND REPLACEMENT
PROJECT' dated 112712025. The scope of work - replace and upsize existing sanitary sewer main by pipe
bursting; replace and upsize existing sanitary sewer mains by open trench excavation; point repair existing
sanitary sewer mains with open trench excavation; reconnect new sanitary sewer pipes to existing manholes;
reconnect existing 4" sewer laterals to new sanitary sewer mains, modify concrete flow channels in manholes,
construct new manholes; locate a buried manhole; raise manhole frame and cover to grade; restore existing
asphalt concrete pavement and pavement markings; and perform all appurtenant work as shown on the
plans and described in the specifications.
A bidder's bond, in an amount and of a form described under Paragraph 1 of the Proposal Requirements
Section of these Provisions shall accompany this proposal. The project shall be awarded to the lowest
responsible bidder who meets all the Proposal Requirements, and the requirements of the Contract
Documents.
PROPOSAL REQUIREMENTS
9095 SANITARY SFWFR RFPAIR ANn RFPI AC;Ft41FNT PRO,IFC:T
The bidder shall set forth for each item of work a unit price and a total for the item, and for each lump sum
Item a total for the item, all In clearly legible figures in the respective spaces provided for this purpose. In the
case of unit basis items, the amount set forth under the "Total" column shall be the extension of the item price
bid on the basis of the estimated quantity for the item.
In case of conflict between an item price in words and the price in figures, the price in words shall prevail. In
case of discrepancy between an item price and the total set forth for a unit basis item, the item price shall
prevail. However, if the amount set forth as an item price is ambiguous, illegible or uncertain for any cause,
or Is omitted, or is the same amount as the entry in the "Total" column, then the amount set forth In the "Total"
column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus
obtained shall be the item price.
Failure to provide the required information, or if information provided is subsequently proved false, the
proposal shall be considered as non-responsive and shall be grounds for rejection of the bid.
If this proposal shall be accepted and the undersigned shall fall to enter into the Contract and furnish the two
bonds in the sums required by Section 4-2 of the Special Provisions, with surety satisfactory to the Town of
Los Altos Hills within twelve (12) days, not including Sundays and legal holidays, after the bidder has received
notice from the Town that the Contract has been awarded, the Town may, at its option, determine that the
bidder has abandoned the Contract, and thereupon this proposal and the acceptance thereof shall be invalid.
If the Town declares the proposal as invalid, the forfeiture of such security accompanying this proposal shall
operate and the same shall be the property of the Town.
The undersigned, as bidder, declares that the only persons or parties interested In this proposal as principals
are those named herein; that this proposal is made without collusion with any other person, firm or corporation;
that he/she has carefully examined the location of the proposed work, the annexed proposed form of Contract,
and the plans therein referred to; and he/she proposes and agrees, if this Proposal is accepted, that he/she
will Contract with the Town of Los Altos Hills in the form of the copy of the Contract annexed hereto, to provide
all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish
all the materials specified in the Contract, In the manner and time therein prescribed, and according to the
requirements of the Engineer as therein set forth, and that he/she will take In full payment therefor in the
amounts shown on the following Item Price Schedule, to wit:
PROPOSAL REQUIREMENTS
7095 SANITARY SFWFR RFPAIR AND RFPI ACFMFNT PRO.IF(T
ITEM PRICE SCHEDULE
BASE BID
Bid
-- -----_---
-
Item
Unit Price
Total
No.
Description
Quantity
UNIT
(in figures)
(in figures)
1
Location 1 — St Francis Rd (Easement)
292
LF
$
$
Open Trench - Replace existing 6" VCP with
�q o
1
8" PVC SDR26
2
Location 2 — La Loma Dr (Easement)
233
LF
$
$
Pipe Bursting - Replace existing 6" VCP with
8" HDPE SDR
S
-17
3
Location 3 — Ridgewood Ln (Easement)
154
LF
$
$
Pipe Bursting - Replace existing 6" VCP with
c,
8" HDPE SDR -17
v
4
Location 4 — St Francis Rd (Street)
102
LF
$
$
Pipe Bursting - Replace existing 6" VCP with
jq t)
2 _L�To8"
HDPE SDR -17l
5
Location 5 — Saltamontes Way (Street &
118
LF
$
$
Easement)
Open Trench -Replace existing 6" VCP with
10" PVC SDR26
7�
6
Location 6 — Oak Park Ct (Easement with
78
LF
$
$
AC Pavement)
�� d
Open trench - Replace existing 6" VCP with
IV2-0
8" PVC SDR26
7
Location 7 — Ohlone Ln (Street shoulder)
166
LF
$
$
Cured -in-place - Rehabilitate existing 8" CIP
I I
'2-00
33ZDO
8
Location 8 — Beaver Ln (Street)
1
LS
---
$
manhole
6o"06New
9
Location 9 — Liddicoat Cir (Easement)
New manhole
1
LS
---
$
1
10
Location 10 — La Loma Dr (Easement)
1
LS
---
$
Point repair — Reconnect existing sewer
lateral to 8"HDPE Main with new electrofusion
l b t)D 8
saddle
11
Reconnect existing sewer lateral to 8"
1
EA
$
$
HDPE Main with electrofusion saddle at
��D
Location 2
12
Reconnect existing sewer lateral to 8" PVC
Main with inline 8"x4" PVC inline fitting at
2
EA
$
$
Locations 1 and 6
l�
6
13
Reconnect existing sewer lateral to 10"
1
EA
$
$
PVC Main with inline 10"x4" PVC inline fitting
at Location 5
ITEM BID PRICE
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
Bid
Item
Item
Total
Unit Price
Total
No.
Description
Quantity
UNIT
(in figures)
(in figures)
14
Raise the frame for Manhole CMH1002 by 1
1
LS
---
$
06 D (�
ft with 3 -inch concrete risers, and construct a
SDR26, 180 LF
_
ALTERNATE 1 BID (18) IN WORDS:
concrete collar around at Location 5
�Ov
15
Reconnect sewer main to existing
11
EA
$
$
manhole, and modify concrete flow
in Locations 1 6
nD�
fit/
�.LOD�
channel manhole at to
16
Mobilization/Demobilization
1
LS
---
$
20 00c�
17
Post -Installation cleaning, and color CCN
inspection at Locations 1 to 7
7
EA
$j ��
$�D�
1.
TOTAL BID ITEMS (1-17):
3q4Z0
TOTAL BID (1-17) IN WORDS:
ALTERNATE 1 BID 5 y "0 &�'
1V
Bid
Item
Total
No.
Description
Quantity
UNIT
(in figures)
18
ALTERNATE 1 (Location 11 Adobe Lane)
1
LS
T
10600
Open Trench — replace 6" ACP with 10" PVC
06 D (�
ALTERNATE 2 BID (19) IN WORDS:
SDR26, 180 LF
_
ALTERNATE 1 BID (18) IN WORDS:
I Ci-- J-- �kvol)4ml
ALTERNATE 2 BID
Bid
Item
Total
No.
Description
Quantity
UNIT
(in figures)
19
ALTERNATE 2 (Location 12 Rhus Ridge Dr)
Open Trench — replace 6" ACP with 8" PVC
1
LS
$
SDR26, 322 LF
ALTERNATE 2 BID (19) IN WORDS:
kul-jl� W 'X-) A
10
ITEM BID PRICE
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
ALTERNATE 3 BID
Bid
Item
Total
No.
Description
Quantity
UNIT
(in figures)
20
ALTERNATE 3 (Location 13 Dawson Dr)
1
LS
$
Open Trench - replace 6" VCP with 8" PVC
b/
ALTERNATE 4 BID (21) IN WORDS:
SDR26, 242 LF
0
- ALTERNATE 3 BID (20) IN WORDS:
L
ALTERNATE 4 BID
V v /
Bid
Item
Total
No.
Description
Quantity
UNIT
(in figures)
21
ALTERNATE 4 (Location 14 Moody Rd)
1
LS
$
Remove protruding sewer main in the manhole
b/
ALTERNATE 4 BID (21) IN WORDS:
M
ALTERNATE 5 BID
Bid
Item
Total
No.
Description
Quantity
UNIT
(in figures)
22
ALTERNATE 5 (Location 15 Normandy Ln)
1
LS
$
Raise manhole frame and cover to grade.
'<'
`����//VV'1�%V
ALTERNATE 5 BID (22) IN WORDS:
TOTAL BASE BID PLUS ALTERNATE BID ITEMS (1-22): $
TOTAL BASE BID PLUS ALTERNATE BID ITEMS (1-22) IN WORDS:
� v '�AOAO) n -t
QUANTITIES OF WORK
The quantities of work of material stated in the unit bid price items of the Bid Schedule are supplied only to
give an indication of the general scope of the Work. The Town does not expressly nor by implication agree
that the actual amounts of work or material will correspond therewith, and shall have the right to delete any
bid items in its entirety and receive full credit in the amount shown in the Bid Schedule for the deleted item
of Work.
Comparison of Bids: Bid prices will be compared based on the Total Base Bid Plus Alternate Bid
Items (1-22) to determine the low bidder. The Town has the discretion to award the contract for Base
Bid only, for Base Bid with any Alternate bids, or for Base Bid with all Alternate bids.
ITEM BID PRICE
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
LIST OF SUBCONTRACTORS
The Bidder shall list the name, address and telephone number of each subcontractor, required to be listed by
the provisions in Section 4-2, "Subcontracts" of the Special Provisions and the Standard Specifications, to
whom the Bidder proposes to subcontract portions of the work.
SUBCONTRACTOR & LICENSE (ADDRESS & PHONE)
DESCRIPTION OF WORK
13
ITEM BID PRICE
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
ADDENDA ACKNOWLEDGMENT AND INFORMATION
The undersigned acknowledges receipt of Addendum No. through inclusively. -
PRINCIPAL PERSONS WITH INTEREST IN PROPOSAL
The names of all persons interested in the foregoing proposal as principals are as follows:
IMPORTANT NOTICE. If bidder or other interested person is a corporation, state legal name of
corporation, also names of the president, secretary, treasurer, and manager thereof; if a
copartnership. state true name of firm, also names of all individual copartners composing firm; if
bidder or olher�interested person is an individt,ial, state first and last names in full.
'tY
15
ADDENDA ACKNOWLEDGMENT AND INFORLIATION
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
EXPERIENCE AND FINANCIAL QUALIFICATIONS
7�/61ebl3
The bidder has been engaged in the contracting business under State License No. for a period of
J 1-. years. Bidder's qualifications will be evaluated based on their experience, financial strength, and other
criteria provided in the Proposal to perform the work per contract and complete the work timely. Bidders not
demonstrating relevant project experience for this project will be deemed not responsible and their
bid will be disqualified. The bidder's three most recently completed Contracts relevant to the Sanitary Sewer
Repair and Replacement Project are:
�
1. Title of Project: : SAS CAR.I�s
Owner: -D
Address: CLkl, 5T A,,) Iwvs CA gqd41)
Telephone No.: V � 3
Engineer in Charge: 6--1551 GA
Date: I I 1 J-tv-0
Accepted: 6 Zo-LL
bu-
2. Title of Project: SA�
Owner:
Address: �Dd �Z-y''� S� SAS
Telephone No.:
0U V3
Engineer in Charge: /
Date: yr 1 2-629
Accepted:
U'Ll
7VJ)?v
3. Title of Project: �v U)hV a t 5 4 L.T05 `" °` �s
Owner: t2k) 210 -
Arlrlracc Z 6 J 4 q �/�'ivl/�l� l/"5 A kl 175 � _
Telephone No.: b� !tii- 7-5-tq
Engineer in Cf arge: M—G 155 4 — CiQrLA-t
S I ZUL`�
Date:
Accepted:
D
17
EXPERIENCE AND FINANCIAL QUALIFICATIONS
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
Reference is hereby made to the following bank or banks as to the financial responsibility of the bidder:
Name of Bank
Address
o� UNn�o NIL-
Reference
IL
Reference is hereby made to the following surety companies as to the financial responsibility and general
reliability of the bidder:
Company: Jf't
Address: 37-7-5-/u nyJ b2%t, C! 51C 10 0 -IZIW,41 �IUN19 64 �5'Vr
&)Z,-
Company:
am
Company:
Address:
1s
EXPERIENCE AND FINANCIAL QUALIFICATIONS
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
PUBLIC CONTRACT CODE
Public Contract Code Section 10285.1 Statement
In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby
declares under penalty of perjury under the laws of the State of California that the bidder P a --- has not
been convicted within the preceding three years of any offenses referred to in that section, including
any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal
antitrust law in connection with the bidding upon, award of, or performance of, any public works contract,
as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code
Section 1100, including the Regents of the University of California or the Trustees of the California State
University. The term "bidder" is understood to include any partner, member, officer, director, responsible
managing officer, or responsible managing employee thereof, as referred to in Section 10285.1.
Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided.
The above Statement is part of the Proposal. Signing this Proposal on the signature portion
thereof shall also constitute signature of this Statement. Bidders are cautioned that making a
false certification may subject the certifier to criminal prosecution.
7/v
19
PUBLIC CONTRACT CODE
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
Public Contract Code Section 10162 Questionnaire
In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of
perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in
the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a
federal, state, or local government project because of a violation of law or a safety regulation?
YES Na
If the answer is yes, explain the circumstances in the following space:
20
PUBLIC CONTRACT CODE
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
Public Contract Code 10232 Statement
In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of
perjury, that no more than one final unappealable finding of contempt of court by a federal court has been
issued against the Contractor within the immediately preceding two-year period because of the Contractor's
failure to comply with an order of a federal court which orders the Contractor to comply with an order of the
National Labor Relations Board.
Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal
on the signature portion thereof shall also constitute signature of this Statement and
Questionnaire. Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
21
PUBLIC CONTRACT CODE
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and
Public Contract Code Section 7106)
To The Town of Los Altos Hills
Public Works Department.
In conformance with Title 23 United States Code Section 112 and Public Contract Code
7106 the bidder declares that the bid is not made in the interest of, or on behalf of, any
undisclosed person, partnership, company, association, organization, or corporation; that
the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly
induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in
a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner,
directly or indirectly, sought by agreement, communication, or conference with anyone to
fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost
element of the bid price, or of that of any other bidder, or to secure any advantage against
the public body awarding the contract of anyone interested in the proposed contract; that
all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof,
or divulged information or data relative thereto, or paid, and will not pay, any fee to any
corporation, partnership, company association, organization, bid depository, or to any
member or agent thereof to effectuate a collusive or sham bid.
Note: The above Noncollusion Affidavit is part of the Proposal. Signing this Proposal on
the signature portion thereof shall also constitute signature of this Noncollusion
Affidavit. Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
-/-�N (_,t, 1�- UA/V1
Accompanying this proposal is
(NOTICE: INSERT THE WORDS "CASH (S ); " "CASHIER'S CHECK"
"CERTIFIED CHECK, " OR "BIDDER'S BOND, "AS THE CASE MAY BE.)
23
NON -COLLUSION AFFIDAVIT
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
•,�;c;:c?,�sr��,��y.<-�-�: •�.,�c�,r.�.c�:�,�;:.z:��.�:e;�-.r,�c�,�.�c>;r�:�=,�,c��r.�c�c�r.��:c-;r.�.��.�:�c�,�:,�x:r,�,�:�^.�>c�c.rcY,�:cr,�r�>:m.�,�c_.�,�
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—San ,.G�1"-.to__ )
On fci_�j...__dbefore me, Q 6 (iivK_cLn �' v '2e.._ Nov-z"r)v_%
Date Here Insert Name and Title of the Officer
r�
personally appeared " O6ey-T- R,"e4
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within Instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted, executed the Instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
Yi)LAN�A V. ®Q� WITNESS my hand and official seal.
°. COMM. # 2433848 >
n NOtCOUFNry PUBrdwrNA
Signature C
Comm. Expires JAN. int, 107 Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration_ the document or
fraudulent reattachment of this form to an unintended docur nt,
Description of Attached Document
Title or Type of Document: _
Document Date:
Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name: _ _—
❑ Corporate>sentlitng:
le(s):
❑ Partner —❑ eral
❑ Individual ey in Fact
❑ Trusteerdian or Conservator
❑ Other:Signer Is Re
Number of Pages;
Signer's Name;
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
I-1 Other:
Signer Is Representing:
r�,r�,�'L�wz>�.��.:�rsL�.�,�G�:r,� L��(.�:t�°t3��;��,v�t,`�"-v�:�^Z�=r:�"�''�:L��z;��;�=�wG�"�x%��='L"�=t,',��•�,r�*�•c�,�r��,,yr�,•�wr,�.�c�z;���z
02016 National Notary Association - www.NationalNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907
in amount equal to at least ten percent of the total of the bid.
The names of all persons interested in the foregoing proposal as principals are as follows:
IMPORTANT NOTICE
If bidder or other interested person is a corporation, state legal name of corporation, also names of
the president, secretary, treasurer, and m a n a g e r thereof. if a copartnership, state true name of firm,
also names of all individual copartners composing firm; if bidder or other interested person is an
individual, state first and last names in full.
�'fiLE�l�/�LLIt-
Licensed in conformance with an act providing for the registration of Contractors, j -
License No. `63 Classification(s) `F� C -3o
ADDENDA - This Proposal is submitted with respect to the changes to the contract included in
addenda number/s (Fill in addenda numbers if addenda have been received and insert, in
this Proposal, any Engineer's Estimate sheets that were received as part of the
addenda.)
By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California,
that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and
10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the
Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative
Code). By my signature on this proposal I further certify, under penalty of perjury under the laws of the State
of California and the United States of America, that the Noncollusion Affidavit required by Title 23 United
States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal
Regulations, Part 29 Debarment and Suspension Certification are true and correct.
Date:
q`
7, D
Sign
Here�'-
Signature and Title of Bidder
Business Address C1 �i W_
600 `,
(
Place of Business V o -p(
Place of Residence PA
�4�
24
NON -COLLUSION AFFIDAVIT
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
RESOLUTION NO. 20-25
A RESOLUTION OF THE CITY COUNCIL OF THE
TOWN OF LOS ALTOS HILLS AWARDING A CONSTRUCTION
AGREEMENT OF THE 2025 SANITARY SEWER REPAIR AND
REPLACEMENT PROJECT
WHEREAS, per the Adopted Operating and Capital Budgets for FY 2024-2025 and FY
2025-2026, $900,000 of Sewer Funds are appropriated for each fiscal for the annual
sanitary sewer repair and rehabilitation projects; and
WHEREAS, on January 29, 2025, the City Council approved the Plans and specifications
for the 2025 Sanitary Sewer Repair and Replacement Project and authorized staff to
advertise the project for formal bid; and
WHEREAS, Notice to Bidders were advertised for the project on February 5, 2025, and
four bids were received and opened on February 20, 2025; and
WHEREAS, the Utility Engineering Manager of the Town of Los Altos Hills did, in open
session, duly examine and consider all bids submitted to it for the construction of the 2025
Sanitary Sewer Repair and Replacement Project; and
WHEREAS, staff recommends that the construction agreement for said project be
awarded to the lowest responsible bidder, Smelly Mel's Plumbing, Inc., in the amount of
$601,580; and
WHEREAS, staff recommends that funds of $118,420 be made available for construction
contingency.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the Town of Los Altos
Hills that:
A construction agreement for the 2025 Sanitary Sewer Repair and Replacement
Project is awarded to Smelly Mel's Plumbing, Inc., the lowest responsible and
responsive bidder for $601,580, and the City Manager is hereby authorized to
execute the construction agreement.
2. The Public Works Director is hereby authorized to approve potential contract
change orders not to exceed $118,420.
The above and foregoing resolution was passed and adopted by the City Council of the
Town of Los Altos Hills at a regular meeting held on the 20th day of March 2025 by the
following vote:
AYES: Tankha, Bhateja, Mok, Swan, Tyson
NOES: None
r.: ter:_ IOWTOO a
ABSENT: None
By::
Kavita Tankha, Mayor
ATTEST:
ri ca Birdsong -Mille , City Clerk
PREMIUM IS FOR CONTRACT TERM
_ 'AND IS SUBJECT TO ADUSTMENT
BASED ON FINAL CONTRACT AMOUNT.
TOWN OF LOS ALTOS FALLS
STATE OF CALIFORNIA
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
Bond Number: 2360805
Premium: $9,516.00
WHEREAS, the Town of Los Altos Hills, State of California, has awarded to Smelly Mel's Plumbing, Inc.,
hereinafter designated as the "Principal," a contract for the 2025 SANITARY SEWER REPAIR AND
REPLACEMENT PROJECT and
WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful
performance of said Contract.
Swiss Re Corporate Solutions America
NOW, THEREFORE, we the Principal, and Insurance Corporation as Surety, are held and
firmly bound unto the Town of Los Altos Hills in the penal sum of Six Hundred One Thousand Five Hundred Eighty and 00/100
DOLLARS ($ 601,580.00 ), lawful money of the United States for the payment of which sum well
and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, or assigns jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounded Principal, his/her or its heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly
keep and perform the covenants, conditions and agreements in said Contract and any alteration thereof made
as therein provided, on his/her or their part, to be kept and performed at the time and in the manner therein
specified and in all respects according to their true intent and meaning; and shall defend, indemnify and save
harmless the Town of Los Altos Hills, its officers and agents as therein stipulated, then this obligation shall
become invalid; otherwise it shall be and remain in full force and virtue.
Surety, for value received hereby stipulates and agrees that, in accordance with the Plans, Standard
Specifications, Special Provisions and other Contract Documents, no change, extension of time, alteration or
addition to the terms of the Contract or to the work to be performed thereunder or the specifications
accompanying the same shall in anywise affect its obligations on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or additions to the terms of the Contract or to the work or to
the specifications.
41
PERFORMANCE BOND
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their seals this
day of March 25 , 2025, the name and corporate seals of each corporate party being hereto
affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing
body.
(Corporate Seal)
(Acknowledgment)
(Corpora'e Sea:)
(Acknowle.gment)
42
PERFORMANCE BOND
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
Smelly Mel's Plumbing, Inc.
Principal
By
Title
Swiss Re Corporate Solutions America
Insurance Corporation
Surety
By
Attorney-in-fact
Ryan Tash, Attorney -in -Fact
Title
NOTE TO SURETY COMPANY: The following form
of acknowledgment should be used. If any other
*PLEASE SEE ATTACHED NOTARY ACKNOWLEDGMENT* form of acknowledgment is used, there must be
submitted a certified copy of unrevoked resolution of
authority for the attorney -in fact.
NOTARIAL ACKNOWLEDGMENT OF ATTORNEY-IN-FACT OF SURETY
STATE OF CALIFORNIA )
)Ss'
COUNTY OF )
On , before me, a Notary Public, personally appeared_,
personally known to me (or 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.
(Seal)
Notary Public
43
PERFORMANCE BOND
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
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 Sacramento
On 0 3l 25/Z5
personally appeared Ryan Tash
before me, Traci E. Nakagaki, Notary Public
(insert name and title of the officer)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(Seal)
TRACT E. NAKAGAKI
COMM. 02383122 z
s� Notary Public • California o
z� Sacramento County
M Comm. Expires Nov. 15, 2025
SWISS RE CORPORATE SOLUTIONS
SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION (-SRCSAIC-)
SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION (-SRCSPIC-)
WESTPORTINSURANCE CORPORATION (-WIC-)
M*k=MX
KNOW ALL MEN BY THESE PRESENTS, THAI' SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and
having its principal office in the City of Kansas City, Missouri. mid SRCSPIC, a corporation organized and existing under the laws of' the State of
Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its
principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint:
RYAN TASH, KATHERINE DuPONT, and SUSAN FOURNIER
TnT-KTILY QR_SEYERA�
Its true and la%%-Ibl AtIonicy(s)-in-l-act, to make, execute, seal and deliver, liar arid on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf ofeach of said Companies, as surety, on contracts of'suretyship as are or may be required or permitted by
law. regulation, contract or othenvise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amountof:
FIFTY MILLION ($50,0002000,_,00) DOLLARS
This flower of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th o(November 2021 and WIC by written consent ofits
Executive Committee dated hely 18, 2011.
"RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant
Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of
Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or an), of them licreby is authorized to
attest to the execution of any such flower of Attorney and to attach therein the seal of the Corporation; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to
any certificate relating thereto by facsimile, and an), such PoNver of Attorney or certificate bearing such facsimile signatures or fhesinflic seal shall be
bindinv. upon the Corporation when so affixed and in the future with ft and to any bond, undertaking or contract of surety to which it is attached,"
S
0 E A t- );�.- �4-, S E A L
Ay
.0
IN W11 NESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their o
authorized officers
seals to be hereunto affixed, arid these presents to be signed by their
this23RD day of AUGUST 20 24
Swiss Re Corporate Solutions America Insurance Corporation
State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation
Count,., of Cook lVestport Insurance Corporation
On this 23RD day of AUGUST 20 �4_ belbre me, a Notmy Public personally appeared LrikjLigsens , Senior Vice President of SRCSAIC
and Senior Vice President of _8RCSOR.' and Senior Vice President of'WIC j and .CyeraId.,LaarZvjk' , Vice President orsRCSAIC and Vice President or
SPCSPIC arid Vice President of WIC, personally known to nic,vk-ho being 1)), me duly sworn, acknowledged that they signed the above Power ofAttomey
as officers of and acknowledged said instrument to be the voluntary act and deed of theirresp" ive mparnes.
KareniqW.zweda, Notary
1, !Je�ffrdberg. the duly elected Senior Vice President and Assistant Se retort of`,SRC�k C and SRCSPIC and WIC, do hereby certify khat the above and
lbregoing is a true arid correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full f6rce,and t4ffect.
IN WITNESS WHEREOF, I have set niv hand and affixed the seals of the Companies this 2san day of March�mmx 2(L2
KAREN IAS ZZWEDA
IN --JeGoldberg, Senior Vice President
is
Nawy Pd*, lko*
786 Assistant Secretary of SRCSAIC and
ewv**;un No, 978628
6 t SRCSPIC and WIC
My C*WAWM E*k" Septwbr 26, 2021
Ice WNW
C& Vice ProWal o(SKMIC
seals to be hereunto affixed, arid these presents to be signed by their
this23RD day of AUGUST 20 24
Swiss Re Corporate Solutions America Insurance Corporation
State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation
Count,., of Cook lVestport Insurance Corporation
On this 23RD day of AUGUST 20 �4_ belbre me, a Notmy Public personally appeared LrikjLigsens , Senior Vice President of SRCSAIC
and Senior Vice President of _8RCSOR.' and Senior Vice President of'WIC j and .CyeraId.,LaarZvjk' , Vice President orsRCSAIC and Vice President or
SPCSPIC arid Vice President of WIC, personally known to nic,vk-ho being 1)), me duly sworn, acknowledged that they signed the above Power ofAttomey
as officers of and acknowledged said instrument to be the voluntary act and deed of theirresp" ive mparnes.
KareniqW.zweda, Notary
1, !Je�ffrdberg. the duly elected Senior Vice President and Assistant Se retort of`,SRC�k C and SRCSPIC and WIC, do hereby certify khat the above and
lbregoing is a true arid correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full f6rce,and t4ffect.
IN WITNESS WHEREOF, I have set niv hand and affixed the seals of the Companies this 2san day of March�mmx 2(L2
KAREN IAS ZZWEDA
IN --JeGoldberg, Senior Vice President
is
Nawy Pd*, lko*
786 Assistant Secretary of SRCSAIC and
ewv**;un No, 978628
6 t SRCSPIC and WIC
My C*WAWM E*k" Septwbr 26, 2021
PREMIUM INCLUDED IN PERFORMANCE BOND.
TOWN OF LOS ALTOS HILLS
STATE OF CALIFORNIA
PAYMENT BOND
KNOW ALL PERSONS BY THESE PRESENTS:
Bond Number: 2360805
WHEREAS, the Town of Los Altos Hills, a General Law City, has awarded to Smelly Mel's
Plumbing, Inc. hereinafter designated as the "Principal", a contract for the for the 2025 SANITARY
SEWER REPAIR AND REPLACEMENT PROJECT and
WHEREAS, said Principal is required to furnish a bond with said Contract, to secure payment of
claims of laborers, mechanics, or material persons employed on work under said Contract, as provided by
law.
NOW, THEREFORE, we the undersigned Principal and Surety are held and firmly bound unto the
Town of Los Altos Hills in the sum of Six Hundred One Thousand Five Hundred Eighty and 00/100 DOLLARS
($601,580.00 said sum being equal to the estimated amount payable by said Town of Los
Altos Hills under the terms of the Contract, for which payment well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors, or assigns jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that if said Principal, his/her or its heirs,
executors, administrators, successors, or assigns, or subcontractors shall fail to pay for any material,
provisions, provender or other supplies, implements or machinery used in, upon, for or about the performance
of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the
Unemployment Insurance Code with respect to such work or labor or for any amounts required to be deducted,
withheld, and paid over to the Franchise Tax Board from the wages of employees of the Contractor and his/her
subcontractors pursuant to the Revenue and Taxation Code, with respect to such work and labor, the Surety
or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise
the above obligation shall be voided. In case suit is brought upon this bond, said Surety will pay a reasonable
attorney's fee to be fixed by the court.
This bond shall inure to the benefit of all persons, companies and corporations entitled to file claims under
Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns
in any suit brought upon this bond.
45
PAYMENT BOND
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
Said Surety, for value received, hereby stipulates and agrees that, in accordance with the Plan, Standard
Specifications, Special Provisions and other Contract Documents, no change, extension of time, alteration or
addition to the terms of the Contract, or to the work to be performed thereunder, or to the specifications
accompanying the same, shall in anywise affect its obligations on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to
the specifications.
IN WITNESS WHEREOF, the above -bounded parties have executed this instrument undertheir seals
this 25th day of March , 2025, the name and corporate seals of each corporate party being
hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its
governing body.
(Corporate Seal)
(A.ckn.o,mledgment)
(Corporate Sea{)
(Acknowledgment)
46
PAYMENT BOND
2026 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
Smelly Mel's Plumbing, Inc.
Principal
By
Title
Swiss Re Corporate Solutions America
Insurance Corporation
Surety
By
Attorney-in-fact
Title Ryan Tash, Attorney -in -Fact
NOTE TO SURETY COMPANY: The following form
of acknowledgment should be used. If any other form
of acknowledgment is used, there must be submitted a
certified copy of unrevoked resolution of authority for
"PLEASE SEE ATTACHED NOTARY ACKNOWLEDGMENT* the attorney-in-fact.
NOTARIAL ACKNOWLEDGMENT OF ATTORNEY-IN-FACT OF SURETY
STATE OF CALIFORNIA )
COUNTY OF
On , before me, a Notary Public, personally appeared
personally known to me (or 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.
(Seal)
Notary Public
47
PAYMENT BOND
2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
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 Sacramento
03'25/ 25
On
personally appeared Ryan Tash
before me,
Traci E. Nakagaki, Notary Public
(insert name and title of the officer)
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. TRACT E. IVAKAGAKI
COMM7 #2383122 z
_ ' w Notary Public • California ;a
z `~� Sacramento County °
M Comm. Ex fres Nov. 15, 2025P
Signature (Seal)
SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ('SRCSAIC-)
SWISS RE CORPORATE SOLUTIONS PRUMIER INSt)RANCE CORPORATION ("SRCSPIC-)
%N'ES'T'POR'I'INSURANCECORPORA'l'ION ("WIC-)
KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and
having its principal office in tile City of Kansas City. Missouri. mid SRCSPIC, a corporation organized and existing under the laws ofthe State of
Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws ofthe State ofMissouri, arid having its
principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint:
RYAN TASH, KATHERINE DuPONT, and SUSAN FOURNIER
E
Its true and lawtbi Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf arid as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf ofeach of said Companies, as surely, on contracts of'suretyship as are or may be required or permitted by
law. regulation, contract or othenvise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of:
FIFTY MILLION ($50.000,000.00) DOLLARS
This [lower of Attorney is granted and is signed by facsimile under and by the authority of the fbilowing Resolutions adopted by the Boards of
Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th ofNicivembei-2021 and WIC by written consent of its
Executive Committee dated July 18,2011.
"RESOLVI'D, that any two ofthe President, any Managing Director, any Senior Vice President. any Vice President, the Secretary or any Assistant
Secretary be, and each or any ofthem hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of
Attorney to execute on behalf oftlic Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney and to attach therein tile seal ofthe Corporation; and it is
F(JRTHER-RESOLVE'D, that tile signature ofsucli officers and the seal ofthe Corporation may be affixed to any such Power of Attorney or to
any certificate relating thereto by facsimile, and any such Power of Attomey or certificate bearing such facsimile sigrVatures or thesimile seat shall be
bindiritt upon the Corporation when so affixed and in the future with L�dard to any bond, undertaking or contract ofsurety to which it is attached.'*
o",
0
4.
,a
By
Al
Scalor Vice P" nt OrWIC
'S E A U sp
Zj t A L:O-'- s
9 013 ."Au B 14A
'10'
IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused theirofficial seats to be hereunto affixed, andthese presents to be signed by their
authori7ed officers
this23RD day. of AUGUST 20 24
Swiss Re Corporate Solutions America Insurance Corporation
State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation
Count%, of Cook ED Westport Insurance Corporation
On this 23RD day, of AUGUST 20 24_ belbre me, a Notary Public personally appeared , fLikjansseis , Senior Vice President of SRCSAIC
and Serilor7we President –WR -0. �PIC and Senior Vice President of' WIC and Q2r_q14_jagM�v& , Vice President of'SRCSAIC and Vice President of
SPCSP[C and Vice President of WIC, personally known to me, who being by, me duly sworn, acknowledged that they signed the above Power of Attorney
as officers of and acknowledged said instrument to be the voluntary act and deed of their resp. tAve triparnes.
Karen . zweda, Notary
the duly elected Senior Vice President an C, .SRCSPIC -I
Aa�L��t ofSR . RCS PIC and WIC, do �terciiy c6r4y that iheaho% and
f6regoing is a true arid coirect copy'4 a Power to f Attomeygiven by said SRCSAIC and SRCSPIC and WIC, which is Stitt in,fill-I f6rce and effect.
IN WITNESS WHEREOF, I have set my hand and afllxed the seals of the Companies this 2!11 day of March 2 L-5
dhA
OFFCALSEAL
KAWN M SZWEDA I-J-eoftrly Goldberg', Senior Vic '.. President &
W&Y Pak, lw4i$
No. 978628 Assistant Secretary of SRCriA;(' and
,26 ] d W
0
CaRwriwidri SRCSPIC anti t,4g4;=*wsePt* ,20
21
ACC)RV CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/03/21/2026 Y)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT. If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder In lieu of such endorsement(s).
PRODUCER
CONTACT Alexander McGarry
NAME:
Capital Providers Insurance
PHAIC ONNoE Extl: (818) 676-0016 AFAx C No; (818) 676-0015
I
License #OH52316
E-MAIL alex@cpisgroup.com
ADDRESS:
20750 Ventura Blvd., Ste 305
INSURER(S) AFFORDING COVERAGE NAIC #
Woodland Hills CA 91364
INSURERA; Mesa Underwriters Specialty Insurance Company 36838
INSURED
INSURERB, Security National Insurance Company 19879
Smelly Mel's Plumbing Inc
INSURER C : Everest Premier Insurance Company 16045
300 Shaw Rd
INSURER D:
INSURER E:
S San Francisco CA 94080
INSURER F:
COVERAGES CERTIFICATE NUMBER: 24-25 GL, EX, Auto WC REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
AUUL
INSD
bUHR
WVD
POLICY NUMBERMM/DD/YYYY
POLICY EFF
POLICY EXP
MMIDD/YYYY
LIMITS
X COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE $ 1,000,000
F;Z/1
DAMAGE TO RENTED 50,000
CLAIMS -MADE OCCUR
PREMISES Ea occurrence)
ccur ence $
MED EXP (Any one person) $ 1,000
PERSONAL&ADV INJURY $ 1,000,000
A
Y
MP010401010000600
02/08/2025
02/08/2026
GEN'LAGGREGATE LIMITAPPLIES PER:
GENERAL AGGREGATE $ 2,000,000
POLICY ] PRC- JECT F—]LOCPRODUCTS-COMP/OPAGG
$ 2,000,000
Employee Benefits $ 1,000,000
OTHER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT $ 1,000,000
Ea accident
BODILY INJURY (Per person) $
ANYAUTO
B
OWNED SCHEDULED
AUTOS ONLYrxAUTOS
Y
SPP1818396-01
12/20/2024
12/20/2025
BODILY INJURY (Per accident) $
X
HIRED NON -OWNED
-
PROPERTY DAMAGE $
AUTOS ONLY AUTOS ONLY
Per accident
Uninsured motorist $ 1,000,000
XUMBRELLA
LIAR
HCLAIMS-MAIDE
OCCUR
`�`��"�"""� ..... """` 4,000,000
EACH OCCURRENCE $
A
EXCESSLIAB
CCP12811651
12/18/2024
12/18/2025
AGGREGATE $ 4,000,000
DED I I RETENTION $
$
WORKERS COMPENSATION
PER —0TH.
EMPLOYERS' LIABILITY YIN
STATUTE I_I ER
E.L. EACH ACCIDENT $ 1,000,000
C
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
N /A
Y
7600026344241
10/27/2024
10/27/2025
E.L. DISEASE- EA EMPLOYEE $ 1,000,000
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT $ 1,000,000
Aggregate Limit $2,000,000
Contractors Pollution Liability
Per Occurrence
ENV56201838100
03/06/2025
03/06/2026
Each Pollution Condition $1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: 2025 SANITARY SEWER REPAIR AND REPLACEMENT PROJECT
The Town, it's elected or appointed officials, employees, and volunteers are included as an additional insured on the general liability policy, with primary &
non-contributory with respect to the operations of the named Insured per attached endorsement. included as an additional insured on the auto liability policy,
with primary & non-contributory with respect to the operations of the named Insured per attached endorsement. Waiver of subrogation applies to the workers
compensation policy with respect to the operations of the named Insured per attached endorsement. 30 day notice of cancellations applies to general
liability, auto liability, and workers compensation with respect to the operations of the named insured per attached endorsement.
LKS�Nf9S1EA 1LeiP
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
TOWN OF LOS ALTOS HILLS ACCORDANCE WITH THE POLICY PROVISIONS.
26379 Fremont Road
AUTHORIZED REPRESENTATIVE
Los Altos Hills CA 94022 / ,r
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD