Loading...
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